the school board of polk county, florida · page 1 of 17 the school board of polk county, florida...

158
Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.: P-01844 Project Description: District Office Upgrade Roof Building 2 Storm Damaged Sealed bids will be received until 2:00 p.m. on Wednesday May 9 th , 2018 in the School Board Facilities Division Office at the address below. The official clock for the purpose of receiving bids is located in the Facilities Office. All bids must be date and time stamped by the official clock. (Only board approved Pre-Qualified Vendor bids will be accepted). Bids will be opened in the Facilities Offices after the deadline for receiving bids. Any bid received in the Facilities office after the deadline indicated above will be date and time stamped and will not be opened. It is vendors’ responsibility to see that their bids are properly received at the correct location prior to the deadline. Modifications to a bid may be made at any time prior to the scheduled closing time for receipt of bids. Your bid must be on this form with the Bidder Acknowledgment completed. Inquiries on this bid should be addressed to: Donald Bryson, telephone (863)519-8232, FAX (863)519-8255, and E- Mail [email protected]. Bids will be received at: School Board of Polk County Facilities Division Attention: Cathy Murphy 1909 S. Floral Avenue Bartow, FL 33830 Fax No. (863) 519-8255 List of Bid Documents: Scope of Work Polk County Schools Specifications Specifications Table of Contents SECTIONS: 01000, 01310, 01770, 05000, 05130, 05410, 06000, 06100, 06200, 07000, 07513, 07620, 07714, 07715, 07720, 07920, 09000, 09910, Garland Project Manual Punch List Request, Detail FISH Map Bids shall be submitted on the prescribed Bid Proposal Form. Pre-Bid Meeting: Pre-Bid meeting will be held on Thursday, May 4 th , 2018 at 9:00 a.m. The location of the Pre-Bid meeting is 1915 South Floral Ave Bartow, FL 33830 (Meet at the Front Office area) The Pre-Bid Meeting is mandatory.

Upload: others

Post on 07-Jul-2020

0 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 1 of 17

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA

FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM

INVITATION TO BID

Project No.: P-01844

Project Description: District Office Upgrade Roof Building 2 Storm Damaged

Sealed bids will be received until 2:00 p.m. on Wednesday May 9th, 2018 in the School Board Facilities Division

Office at the address below. The official clock for the purpose of receiving bids is located in the Facilities Office. All

bids must be date and time stamped by the official clock. (Only board approved Pre-Qualified Vendor bids will

be accepted). Bids will be opened in the Facilities Offices after the deadline for receiving bids. Any bid received in

the Facilities office after the deadline indicated above will be date and time stamped and will not be opened. It is

vendors’ responsibility to see that their bids are properly received at the correct location prior to the deadline.

Modifications to a bid may be made at any time prior to the scheduled closing time for receipt of bids. Your

bid must be on this form with the Bidder Acknowledgment completed.

Inquiries on this bid should be addressed to: Donald Bryson, telephone (863)519-8232, FAX (863)519-8255, and E-

Mail [email protected].

Bids will be received at:

School Board of Polk County

Facilities Division

Attention: Cathy Murphy

1909 S. Floral Avenue

Bartow, FL 33830

Fax No. (863) 519-8255

List of Bid Documents:

Scope of Work

Polk County Schools Specifications

Specifications Table of Contents

SECTIONS: 01000, 01310, 01770,

05000, 05130, 05410, 06000, 06100,

06200, 07000, 07513, 07620, 07714,

07715, 07720, 07920, 09000, 09910,

Garland Project Manual

Punch List Request,

Detail FISH Map

Bids shall be submitted on the prescribed Bid Proposal Form.

Pre-Bid Meeting:

Pre-Bid meeting will be held on Thursday, May 4th, 2018 at 9:00 a.m.

The location of the Pre-Bid meeting is 1915 South Floral Ave Bartow, FL 33830

(Meet at the Front Office area) The Pre-Bid Meeting is mandatory.

Page 2: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 2 of 17

BIDDER ACKNOWLEDGMENT

The undersigned, having carefully examined the "Invitation to Bid" with any attached "Special Terms and

Conditions" agrees to abide by all conditions of the bid and offers to furnish the items or services as set forth. Bidder

acknowledges that the Pre-Qualified Vendor Contract shall be used for all projects with a bid award of $25,000

and above and will be incorporated by reference in the Purchase Order issued for each project.

A Performance and Payment Bond is required if the Contract Sum is greater than $300,000.

Bidder is responsible for fully informing himself of the conditions relating to this project, including inspecting the site,

the scope of work, the plans and contract documents, and addenda. Failure to do so will not relieve the Bidder of

his obligation to furnish all material and labor necessary to carry out the provisions of the Purchase Order/Contract.

Liquidated Damages, if applicable and noted on the Bid Proposal Form, shall be assed should the

Vendor/Contractor fail to substantially complete the work within the Contract Time.

The insurance requirements are as stated in Exhibit “B” of the Vendor Pre-Qualification packet and Exhibit “C” of

the Pre-Qualified Vendor Contract.

The School Board of Polk County reserves the right to reject any or all bids and to waive any informalities in the

bidding.

The bidder agrees that the bid shall be good and may not be withdrawn for a period of 90 calendar days after the

scheduled closing time for receiving bids.

I certify that I am authorized to sign this bid.

VENDOR NAME MAILING ADDRESS

PRINT OR TYPE SIGNATURE AND TITLE CITY, STATE, ZIP

WRITTEN SIGNATURE DATE

TELEPHONE NUMBER (TOLL FREE, IF AVAILABLE) FAX NUMBER

E-MAIL ADDRESS FEID NUMBER

NOTE: THE ABOVE BIDDER ACKNOWLEDGMENT MUST BE SIGNED FOR YOUR BID TO BE ACCEPTED.

Page 3: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 3 of 17

SCHOOL BOARD OF POLK COUNTY

FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM

BID PROPOSAL FORM

Project No.: P-01844

Project Description: District Office Upgrade Roof Building 2 Storm Damaged

Contract Time: Thirty (30) Calendar Days from Notice-To-Proceed until Substantial Completion

Liquidated Damages: $500 or ½% of contract amount per Day

Bidder Name: _____________________________________________________________

Bidder Address: ___________________________________________________________

Bidder Contact: Phone Number ___________________ Email ____________________________

The undersigned Bidder, having examined the bidding documents, the scope of work, the site of the work, and

all conditions affecting the work, agrees to furnish all labor, materials, tools, supplies, equipment, transportation

and all other items necessary for the proper completion of the work, for the total bid amount as stated below.

Total Amount of Base Bid: $_____________________________ Lump Sum (use figures only)

Alternate No 1: $_______________________________________ Lump Sum (use figures only)

Alternate No 2: $_______________________________________ Lump Sum (use figures only)

The above amount is stated in figures only and includes all sales and applicable taxes.

The undersigned Bidder acknowledges receipt of the following addenda:

Addendum No. _______ Dated _________________________

Addendum No. _______ Dated _________________________

Addendum No. _______ Dated _________________________

Page 4: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 4 of 17

To the best of Bidder’s knowledge, the following are the names of certified MWBE firms with whom the Bidder, or

Bidder’s subcontractors, intend to contract with if awarded this bid.

Name of MWBE Firm: ___________________________________________

Subcontract Amount: $ ____________________________________________

Name of MWBE Firm: ___________________________________________

Subcontract Amount: $ ____________________________________________

Name of MWBE Firm: ___________________________________________

Subcontract Amount: $ ____________________________________________

I hereby certify that I have the authority to execute this document on behalf of Bidder, person, firm, partnership,

corporation or association submitting bid.

By: _________________________________________________________

(Signature)

_________________________________________________________

(Print Name)

Title: ________________________________________________________

Date: ________________________________________________________

Page 5: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 5 of 17

Cut along the outer border and affix this label to your sealed bid envelope to identify it as a “Sealed Bid”.

Neither faxed nor electronically submitted bids will be accepted. Be sure to include the name of the company

submitting the bid where requested.

DELIVER TO: FACILITIES DIVISION

School Board of Polk County

Attn: Cathy Murphy

1909 South Floral Avenue, PO Box 391

Bartow, FL 33830

SEALED BID DO NOT OPEN

PROJECT NO.:

PROJECT TITLE:

DUE DATE/TIME:

SUBMITTED BY:

Name of company

Please Note:

The awarded vendor(s) must have a completed vendor application and W-9 on file with the School Board

Finance Department. The Vendor Application Form is available on the district’s website at

http://www.polk-fl.net/community/doingbusinesswithus/vendorinformation.htm Scroll down to Vendor

Application and W-9 Form and follow the instructions.

Page 6: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 6 of 17

GENERAL INSTRUCTIONS AND CONDITIONS

1. POSTING OF BID AWARDS: Recommended award of this bid will be posted at the School Board Facilities

Division Offices and will remain posted for a period of at least 72 hours. Bid files and tabulations may be

examined during normal working hours.

2. PRICES AND TAXES: All prices are normally fixed for the duration of the contract period. Fluctuating or

adjustable prices are only acceptable if so stated in the Special Terms and Conditions". The School Board is

exempt from State sales and use taxes and Federal excise taxes. (State Exemption No. 85-8013927632C-8)

3. SPECIFICATIONS: All items offered must be in accordance with specifications. Minor departures from

specifications may be considered at the option of the Board. When applicable, all products shall carry

evidence of Underwriters' Laboratory (UL) listing and comply with the requirements of the Occupational

Safety and Health Act, (OSHA). When applicable, items must be accompanied by a Material Safety Data

Sheet (MSDS). The bid, lacking any statement to the contrary, will be received as being in complete

compliance with specifications. When more than one bid meets all specifications, the Board reserves the

right to determine the "Lowest and Best" bid.

4. ACCEPTANCE OR REJECTION: The right to accept or reject any bids or individual items in the bids and to

waive irregularities in bids is reserved by the Board.

5. PLACING AND ACCEPTANCE OF ORDERS: The award of this bid does not constitute an order. Before delivery is

made the Bidder must receive a duly executed purchase order or contract. Acceptance by the Bidder is

assumed upon issue by the Board of a duly executed purchase order or contract.

6. CONTRACT FAILURE: Should any Contractor fail to enter into a contract with the School Board on the basis of

the submitted bid by said Contractor, Contractor acknowledges that Contractor shall be liable to the School

Board for the difference between such bid price and the price the School Board pays to secure the

merchandise from another source. Failure to pay said amount to the School Board upon demand will result

in the company being removed from the bid list for a period of not less than two (2) years from the date of

infraction.

7. CONFLICT OF INTEREST: All Bidders must disclose with their bid the name of any officer, director, or agent who

is also an employee of the Board. Further, all Bidders must disclose the name of any Board employee who

owns, directly or indirectly, any interest of any amount in the Bidders firm or branches.

8. ATTACHMENTS: All attached sheets are a part of this bid and any Special Terms and Conditions contained

therein which are in conflict with the GENERAL INSTRUCTIONS AND CONDITIONS shall have precedence.

9. ADDENDUM: Any changes in this bid shall be in the form of a written addendum by the Facilities Division. No

other person shall be authorized to make changes verbally or in writing. It shall be the responsibility of the

bidder to ascertain if any addenda have been issued and to obtain all such addenda. Any Addendum shall

be acknowledged with this bid by the Bidder.

10. DISPUTES: Any person who may be adversely affected by an intended decision with respect to the award of

any bid, may protest such a decision by following the Bid Protest Procedure of the School Board of Polk

County. A copy of the Procedure, which has been prepared in accordance with the provisions of the Florida

Administrative Code, is available upon request and is permanently posted at the Administrative Offices of the

School Board of Polk County, Florida. Failure to follow the requirements of the bid protest procedures

established by the School Board of Polk County, Florida shall constitute a waiver of all protest rights. Failure to

file a protest within the time prescribed in Section 120.57(3), Florida Statutes, shall constitute a waiver of

proceedings under Chapter 120, Florida Statutes.

Page 7: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 7 of 17

11. PREFERENCE FOR DRUG-FREE WORKPLACE: Whenever two or more bids which are equal with respect to price,

quality, and service are received, preference shall be given to a bid received from a business that

certifies that it has implemented a drug-free workplace program in accordance with Section 287.087,

Florida Statutes. In order to receive preference, a signed certification of compliance must be submitted

with the bid response.

12. AGREEMENT: This Bid and the Purchase Orders and Contracts issued hereunder constitute the entire

agreement between the School District and the Vendor awarded the bid. No modification of this bid shall be

binding on the District or the Bidders.

13. TERMS AND CONDITIONS: No additional terms and conditions included with the bid response shall be

evaluated or considered and any and all such additional terms and conditions shall have no force and

effect and are inapplicable to this bid. If submitted either purposely through intent or design or inadvertently

appearing separately in transmitted letters, specifications, literature, price estimates or warranties, it is

understood and agreed the General Conditions and Special Terms and Conditions in this bid solicitation are

the only terms and conditions applicable to this bid and the bidders authorized signature affixed to the

bidder acknowledgment form attests to this.

14. PUBLIC ENTITY CRIME & CONVICTED VENDOR LIST: Per the provisions of Florida Statute 287.133 (2)(a), "a

person or affiliate who has been placed on the convicted vendor list following a conviction for a public

entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may

not submit a bid on a contract with a public entity for the construction or repair of a public building or

public work, may not submit bids on leases of real property to a public entity, may not be awarded or

perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public

entity, and may not transact business with any public entity in excess of the threshold amount provided in

Florida Statute 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on

the convicted vendor list". The prospective bidder certifies, by submission and signature of this bid, that

neither the bidder, nor its principal, its agent or its representative is presently debarred, suspended,

proposed for debarment, declared ineligible, voluntarily excluded from participation in this transaction or

otherwise precluded by Florida Statute 287.133 from participating in this contract.

15. DISCRIMINATORY VENDOR LIST: Per the provisions of Florida Statute 287.134(2)(a), “An entity or affiliate who

has been placed on the discriminatory vendor list may not submit a bid on a contract to provide any goods

or services to a public entity, may not submit a bid on a contract with a public entity for the construction or

repair of a public building or public work, may not submit bids on leases of real property to a public entity,

may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a

contract with any public entity, and may not transact business with any public entity.” The prospective

bidder certifies, by submission and signature of this bid, that neither the bidder, nor its principal, its agent or its

representative is presently on the discriminatory vendor list, or otherwise precluded by Florida Statute 287.134

from participating in this contract.

16. FEDERAL DEBARMENT CERTIFICATION: Certification regarding debarment, suspension, ineligibility and

voluntary exclusion as required by Executive Order 12549, Debarment and Suspension, and implemented at

34 CFR, Part 85, as defined at 34 CFR Part 85, Sections 85.105 and 85.110.

a. The prospective lower tier participant certifies, by submission and signature of this bid, that neither it, nor its

principals, its agents or its representatives are presently debarred, suspended, proposed for debarment,

declared ineligible, or voluntarily excluded from participation in this transaction by any Federal

department or agency.

b. Where the prospective lower tier participant is unable to certify to any of the statements in this

certification, such prospective participant shall attach an explanation to this bid.

17. SCRUTINIZED COMPANIES LISTS: Per the provisions of Chapter 287.135 Florida Statutes, a company that, at the

time of bidding or submitting a proposal for a new contract or renewal of an existing contract, is on the

Page 8: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 8 of 17

Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran

Petroleum Energy Section List, created pursuant to s. 215.473, is ineligible for, and may not bid on, submit a

proposal for, or enter into or renew a contract with an agency or local governmental entity for goods or

services of $1 million or more.

The company/vendor certifies by submission and signature of this bid that it is not on the Scrutinized

Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum

Energy Section List. Any contract for goods or services of $1 million or more may be terminated at the option

of the awarding body if the company is found to have submitted false certification or been placed on either

of these lists.

18. NON-COLLUSION: The bidder certifies, by submission and signature of this bid, that it warrants that he/she has

not employed or retained any company or person other than a bonafide employee working solely for the

bidder to solicit or secure this bid and that he/she has not paid or agreed to pay any person, company,

corporation, individual or firm, other than a bonafide employee working sole for the bidder, any fee,

commission, percentage, gift or any other consideration contingent upon or resulting from this award or

making of this bid.

The bidder further certifies that its bid is made without previous understanding, agreement or connection with

any person, firm or corporation making a bid for the same item(s) and is in all respects fair, without outside

control, collusion, fraud or otherwise illegal action.

19. BID RESPONSES: If the bid is to be returned via express mail or in a courier envelope, the bid documents

should be submitted in a separate sealed envelope within the courier envelope. Express mail or courier

envelopes will be opened and discarded. The face of the sealed bid envelope should have attached the

label included with the bid package or noted, the Project Number, and "Attention: Facilities Division -

Sealed Bid." If there is not going to be a bid submitted, return the "No Bid" post card, or return the

Invitation to Bid, marked, "No Bid."

20. TERMINATION OF CONTRACT: This contract may be terminated without liability to the School Board in

whole or in part when it is deemed to be in the best interest of the School Board to so act. Notification of

termination must be in writing and issued by the Associate Superintendent of Operations or designee. This

contract may be terminated upon 30 days written notice. Further, at the discretion of the School Board,

the contract may be terminated in a period of less than 30 days in the event of poor performance or

violation of the terms and conditions of this contract.

The School Board, upon termination, shall exercise its discretion to complete the balance of the contract

consistent with the best interest of the School Board.

21. SOLICITATION OF DISTRICT EMPLOYEES: Bidders/vendors and others involved with this bid are prohibited

from making any offer of any value to any employee of the School Board who is directly or indirectly

involved in the development, solicitation or evaluation and subsequent recommendation for award of

this bid.

22. PUBLIC RECORDS/CONTRACTS FOR SERVICES AS DEFINED IN F.S. 119.0701: Each School Board contract for

services, as defined in F.S. 119.0701, shall include a provision that requires contractors and subcontractors

to comply with all applicable public records laws.

23. CONE OF SILENCE: A Cone of Silence is hereby established for all competitive selection processes

including Invitations to Bid (ITB), Requests for Proposal (RFP) and Invitations to Negotiate (ITN) for the

provision of goods and services. The Cone of Silence is designed to protect the integrity of the

procurement process by shielding it from undue influences prior to the recommendation of contract

award. Pursuant to School Board Policy 6324, the School Board of Polk County enacts a Cone of Silence

that commences after the advertisement of the ITB, RFP or ITN. The Cone of Silence terminates at the

time the Board acts on a written recommendation from the Purchasing Department or Facilities

Department regarding contract award. All provisions of School Board Policy 6324 are applicable to this

solicitation.

Page 9: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 9 of 17

NOTE: The Bidder Acknowledgment on Page 2 MUST be signed for your bid to be considered.

24. RESTRICTIONS ON CONTACTING THE DISTRICT: Pursuant to School Board Policy 6324, upon the issuance of

this Invitation to Bid, all contact with the District must be made through the designated contact person

listed in page 1 of this Invitation to Bid. Potential vendors, service providers, bidders, lobbyists or

consultants must limit communication with the designated contact to the means specified in this

Invitation to Bid. Other District employees and representatives of the District are instructed not to answer

questions regarding the bid or otherwise discuss the contents of the bid with potential bidders or their

representatives. Any contacts made with other District employees or representatives of the District

(including school principals, Board members or member-elects) will be reported to the Facilities Division.

Potential Bidders shall not, under the penalty of law, offer any gratuities, favors or anything of monetary

value to any officer or employee of the District or representative of the District in connection with this

competitive procurement.

Violation of this policy by a particular bidder, proposer, respondent and/or representative may, at the

discretion of the District, result in rejection of said bidder, proposer, respondent and/or representative’s bid,

proposal or offer and may render any contract award to said bidder, proposer or respondent voidable.

25. BID OPENING: All responses to this sealed bid are subject to release as public records consistent with

Chapter 119 Florida Statutes. Sealed bids will be received and publicly opened. Only names of

respondents will be read at bid openings. Reference Section 119.071(1) (b), F.S. and Section 286.0113, F.S.

26. COMPLIANCE WITH THE JESSICA LUNSFORD ACT: Florida Statutes contain certain fingerprinting and/or

screening requirements pertaining to all persons or entities entering into contracts with Schools/School

Boards/School Districts/Charter Schools who may have personnel who will be on school grounds when

students may be present. Any individual who fails to meet the statutory requirements shall not be allowed

on school grounds. Failure to comply with the statutory requirements will be considered a material default

of this contract/agreement. Please visit http://www.polk-fl.net/community/doingbusinesswithus/

jessicalunsfordact.htm for a list of links to requirements regarding the Jessica Lunsford Act.

27. FAMILIARITY WITH LAWS: The awarded vendor is required to be familiar with all Federal, State, and local

laws, ordinances, rules and regulations that may in any manner affect their work. Failure on the part of the

vendor to be aware of any law, ordinance, rule or regulation will in no way relieve him from any

responsibility or liability arising from the contract award. The awarded vendor assures and certifies that

they will comply with all laws, ordinances, rules, regulations, and all other legal requirements.

28. ADDENDA: It shall be the responsibility of each responding bidder to ensure receipt of all addenda.

29. BASIS FOR AWARD: Bidders whose bids, past performance, or current status do not reflect the capability,

integrity or reliability to fully and in good faith perform the requirements of the Contract may be rejected

as non-responsible.

30. FUNDING OUT/TERMINATION/CANCELLATION:

Florida School Laws (Section 1011.14 Florida Statutes) prohibit School Boards from creating obligations on

anticipation of budgeted revenues from one fiscal year to another without year to year extension

provisions in the agreements.

It is necessary that fiscal funding out provisions be included in all proposals in which the terms are for

periods longer than one (1) year. Therefore, the following funding out provisions are an integral part of this

proposal and must be agreed to by all bidders.

The School Board may terminate or discontinue the services covered in this proposal at the end of the then

current contract period upon ninety (90) days prior written notice to the successful bidders.

Page 10: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 10 of 17

Such prior written notice will state:

(a) That the lack of appropriated funds is the reason for termination, and

(b) Agreement not to replace the services being terminated with services similar to those covered in this

proposal from another vendor in the succeeding funding period.

31. DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION STATEMENT: Bidder shall fill out U.S.

Department of Agriculture Certification Regarding Debarment, Suspension, Ineligibility and Voluntary

Exclusion - Lower Tier Covered Transactions form found at the end of the bid. Completed form should be

submitted with the bid response and must be on file prior to bid award.

32. NON-COLLUSION STATEMENT: Bidder shall fill out the USDA Non-Collusion Affidavit form found at the end of

the bid. Completed form should be submitted with the bid response and must be on file prior to bid award.

33. INSURANCE: The contractor(s) shall take every precaution to prevent injury to persons, particularly children,

or damage to public or private property while performing services under this agreement. He shall assume full

responsibility for such occurrences if resulting from his operations. Before commencing work, the contractor

shall furnish the School Board a certificate of insurance showing his coverage with the following minimum

requirements as stated in Exhibit “B” of the Vendor Pre-Qualification packet and Exhibit “C” of the Pre-

Qualified Vendor Contract.

A. The School Board of Polk County shall be named as a certificate holder and an additional insured on

the certificate for all required liability insurance. All insurance must be issued by a company or

companies approved by the School Board.

B. The VENDOR shall be responsible for assuring that the insurance remains in force for the duration of the

contractual period, including any and all option years that may be granted to the VENDOR. A

Certificate of Insurance shall contain the provision that the SBPC LOCATION be given no less than thirty

(30) days written notice of cancellation. If the insurance is scheduled to expire during the contractual

period, the VENDOR shall be responsible for submitting any new or renewed Certificate of Insurance at

a minimum of fifteen calendar days in advance of such expiration.

34. DEFINITIONS: For the purpose of this Invitation to Bid, the term “Bidder”, “Contractor” and “Vendor” shall

be considered synonymous.

35. FEDERAL REGULATIONS: Because Federal funds are used to make purchases from this bid, the following

Federal Regulations shall apply to the bid:

A. Records Retention (34 CFR 80.36(i)(11)): All vendors, contractors and subcontractors must retain all records

pertaining to this contract for three years after the District makes final payments and all other pending

matters are closed.

B. Clean Air Act (34 CFR 80.36(i) (12)): All vendors, contractors and subcontractors must comply with all

applicable standards, orders, or requirements issued under section 306 of the Clean Air Act (42 U.S.C.

1857(h)), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and

Environmental Protection Agency regulations (40 CFR part 15).

C. Energy Efficiency (34 CFR 80.36(I)(13)): All vendors, contractors and subcontractors must comply with

mandatory standards and policies relating to energy efficiency which are contained in the state

energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L.

94-163, 89 Stat. 871).

36. CLEAN UP: All work shall be done in a neat and workmanlike manner. The contractor shall dispose of

all packing, crating, unusable scraps, and any miscellaneous materials. The contractor(s) shall remove all

Page 11: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 11 of 17

rubbish, materials and equipment, and leave the premises clean and orderly. The contractor shall legally

dispose of unsalvageable materials at the contractor(s) expense.

The contractor shall, as a part of this job, properly store and secure any salvageable materials, at the location

designated by the Contract Administrator.

37. EMPLOYEES: The contractor shall at all times enforce strict discipline, good order, proper dress and

appearance among employees and shall employ skilled personnel for the assigned work. No person shall

be allowed to bring alcoholic beverages, controlled substances, firearms, or dogs to the site. Smoking or

the use of tobacco products on school premises is not permitted.

Page 12: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 12 of 17

Instructions for Certification

1. By signing and submitting this form, the prospective lower tier participant is providing the certification set out on the

reverse side in accordance with these instructions.

2. The certification in this clause is a material representation of fact upon which reliance was placed when this

transaction was entered into. If it is later determined that the prospective lower tier participant knowingly rendered

an erroneous certification, in addition to other remedies available to the Federal Government, the department or

agency with which this transaction originated may pursue available remedies, including suspension and/or

debarment.

3. The prospective lower tier participant shall provide immediate written notice to the person to which this proposal is

submitted if at any time the prospective lower tier participant learns that its certification was erroneous when

submitted or has become erroneous by reason of change circumstances.

4. The terms “covered transaction,” “debarred” “suspended,” “ineligible,” “lower tier covered transaction,”

“participant,” “person,” “primary covered transaction,” ‘principal,” “proposal,” “voluntarily excluded,” as used in

this clause, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive

Order 12549. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of

those regulations.

5. The prospective lower tier participant agrees by submitting this form that, should the proposed covered transaction

be entered into, it shall not knowingly enter into any lower tier covered transaction with a person who is debarred,

suspended, declared ineligible or voluntarily excluded from participation in this covered transaction, unless

authorized by the department or agency with which this transaction originated.

6. The prospective lower tier participant further agrees by submitting this form that it will include this clause titled

“Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion – Lower Tier Covered

Transaction,” without modification, in all lower tier covered transactions and in all solicitations for lower tier covered

transactions.

7. A participant in a covered transaction may rely upon a certification of a prospective participant in a lower tier

covered transaction that it is not debarred, suspended, ineligible or voluntarily excluded from the covered

transaction, unless it knows that the certification is erroneous. A participant may decide the method and

frequency by which it determines the eligibility of its principals. Each participant may, but is not required to, check

the Non-procurement List.

8. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to

render in good faith the certification required by this clause. The knowledge and information of a participant is not

required to exceed that which is normally possessed by a prudent person in the ordinary course of business

dealings.

9. Except for transactions authorized under paragraph 5 of these instructions, if a participant in a covered transaction

knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or

voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal

Government, the department or agency with which this transaction originated may pursue available remedies,

including suspension and/or debarment.

Form AD – 1048 (1/92)

Page 13: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 13 of 17

U.S. DEPARTMENT OF AGRICULTURE

Certification Regarding Debarment, Suspension,

Ineligibility and Voluntary Exclusion – Lower Tier covered Transactions

This certification is required by the regulations implementing Executive Order 12549, Debarment and

Suspension, 7 CFR Part 3017, Section 3017.510, Participants’ responsibilities. The regulations were published as

Part IV of the January 30, 1989, Federal Register (pages 4722-4733). Copies of the regulations may be obtained

by contacting the Department of Agriculture agency with which this transaction originated.

(BEFORE COMPLETING CERTIFICATION, READ INSTRUCTIONS ON REVERSE)

(1) The prospective lower tier participant certifies, by submission of this proposal, that neither it nor

its principals is presently debarred, suspended, proposed for debarment, declared ineligible or

voluntarily excluded from participation in this transaction by any Federal department or

agency.

(2) Where the prospective lower tier participant is unable to certify to any of the statements in this

certification, such prospective participant shall attach an explanation to this proposal.

Organization Name P/R Award Number or Project Name

Name(s) and Title(s) of Authorized Representative(s)

Signature(s) Date

Page 14: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 14 of 17

INSTRUCTIONS AND INFORMATION CONCERNING THIS AFFIDAVIT

This NON-COLLUSION AFFIDAVIT was published in the Partnership in Purchasing Issue No. 37, dated Winter 1994-

95 by the South Eastern Regional Office (SERO) of the USDA. National School Lunch and Breakfast Sponsors are

encouraged to use this form on Bids and contracts for $25,000 or more per year. Each State Agency, School

Board or School Food Authority (SFA) may elect to require the use of this certification as part of a responsive bid

or contract at their discretion.

This document is designed to protect State and local agencies from becoming targets of antitrust violations

such as bid rigging schemes, price fixing agreements and market or customer allocations.

If a bidder signing the affidavit is ever found guilty of unlawful procurement or antitrust activities, these

documents can and will be made available to Federal or State Agency officials in taking appropriate criminal

and/or civil actions against said bidders.

1. This non-collusion affidavit is material to any contract awarded pursuant to this bid.

2. This non-collusion affidavit must be executed by the member, officer or employee of the bidder who

makes the final decision on prices and the amount quoted in the bid.

3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in

connection with the submission of bids are unlawful and may be subject to criminal prosecution. The

person who signs the affidavit should examine it carefully before signing and assure himself or herself

that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons

employed by or associated with the bidder with responsibilities for the preparation, approval or

submission of the bid.

4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid

documents, and an affidavit must be submitted separately on behalf of each party.

5. The term “complementary bid” as used in the affidavit has the meaning commonly associated with that

term in the bidding process, and includes the knowing submission of bids higher than the bid of another

firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose

of giving a false appearance of competition.

6. Failure to file this affidavit in compliance with these instructions, when required, may result in

disqualification of the bid.

Page 15: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 15 of 17

USDA NON-COLLUSION AFFIDAVIT Attachment A

State of / : Contract or Bid No.

(County)

I state that I am of

(Person’s Title) (Name of this firm)

And that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person

responsible in my firm for the price(s) and the amount of this bid.

I state that:

(1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication

or agreement with any other contractor, bidder, or potential bidder.

(2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this

bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be

disclosed before bid opening.

(3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or

to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of

complementary bid.

(4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from,

any firm or person to submit a complementary or other noncompetitive bid.

(5) , its affiliates, subsidiaries, officers, directors and employees are not currently under

(Name of My Firm)

investigation by any government agency and have not in the last three years been convicted or found liable for

any act prohibited by State or Federal law I any jurisdiction, involving conspiracy or collusion with respect to

bidding on any public contract, except as follows:

I state that understands and acknowledges that the above representations are material

(Name of my Firm)

and important, and will be relied upon by in awarding the contract(s) for

(Name of Public Entity)

which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be

treated as fraudulent concealment from of the true facts relating to submission of

(Name of Public Entity)

bids for this contract(s).

(Name of Company Official) / (Position) / (Date)

**********************************************************************************************

SWORN TO AND SUBSCRIBED

BEFORE ME THIS DAY OF , 20

(NOTARY PUBLIC)

My Commission Expires:

Page 16: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 16 of 17

BIDDER’S STATEMENT OF PRINCIPAL PLACE OF BUSINESS

(To be completed by each Bidder)

Name of bidder:

Identify the state in which the bidder has its principal place of business:

INSTRUCTIONS: IF your principal place of business above is located within the State of Florida, provide the

information as indicated above and return this form with your bid response. No further action is required.

IF your principal place of business is outside of the State of Florida, the following must be completed by

an attorney and returned with your bid response. Failure to comply shall be considered to be non-

responsive to the terms of this solicitation.

OPINION OF OUT-OF-STATE BIDDER’S ATTORNEY ON BIDDING PREFERENCES

(To be completed by the Attorney for an Out-of-State Bidder)

NOTICE: Section 287.084(2), Fla. Stat., provides that “a vendor whose principal place of business is

outside this state must accompany any written bid, proposal, or reply documents with a written opinion of

an attorney at law licensed to practice law in that foreign state, as to the preferences, if any or none,

granted by the law of that state [or political subdivision thereof] to its own business entities whose

principal places of business are in that foreign state in the letting of any or all public contracts.” See also:

Section 287.084(1), Fla. Stat.

LEGAL OPINION ABOUT STATE BIDDING PREFERENCES

(Please Select One)

______ The bidder’s principal place of business is in the State of ________________ and it is my legal

opinion that the laws of that state do not grant a preference in the letting of any or all public contracts to

business entities whose principal places of business are in that state.

______ The bidder’s principal place of business is in the State of ________________ and it is my legal

opinion that the laws of that state grant the following preference(s) in the letting of any or all public

contracts to business entities whose principal places of business are in that state: [Please describe

applicable preference(s) and identify applicable state law(s)]:

LEGAL OPINION ABOUT POLITICAL SUBDIVISION BIDDING PREFERENCES

(Please Select One)

______ The bidder’s principal place of business is in the political subdivision of ________________ and it is

my legal opinion that the laws of that political subdivision do not grant a preference in the letting of any

or all public contracts to business entities whose principal places of business are in that political

subdivision.

______ The bidder’s principal place of business is in the political subdivision of ________________ and it is my

legal opinion that the laws of that political subdivision grant the following preference(s) in the letting of

any or all public contracts to business entities whose principal places of business are in that political

subdivision: [Please describe applicable preference(s) and identify applicable authority granting the

preference(s)]:

Page 17: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Page 17 of 17

Signature of out-of-state bidder’s attorney:

Printed name of out-of-state bidder’s attorney:

Address of out-of-state bidder’s attorney:

Telephone Number of out-of-state bidder’s attorney: (_____) _____ - _________

Email address of out-of-state bidder’s attorney:

Attorney’s states of bar admission:

Page 18: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

April 26, 2018

School Board of Polk County

Facilities and Operations

Construction Services

1915 Floral Avenue

Post Office Box 391

Bartow, Florida 33830

RE: District Office

Reroof Building 2 Storage

Project No. P-01844

SCOPE OF WORK

Only Garland approved and qualified contractors bids will be accepted

Tear off existing roof down to the deck.

Install new roof as per documents with modified cap sheet.

Install new gutters and downspouts.

Pre-Cap Inspection is mandatory

All inspections must be formally requested utilizing the Inspection Request Form on

the Polk County Schools website.

The use of tobacco products are forbidden on site

The use of a Fume Recovery system is mandatory

Normal daytime hours work schedule for this project is acceptable.

*Alternative methods may be used if approved by the owner prior to bid.

END OF SCOPE

Page 19: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P- 01844 District Office Upgrade Roof Building 2 Storm Damaged GENERAL DESIGN GUIDELINE SPECIFICATIONS THE SCHOOL BOARD OF POLK COUNTY, FLORIDA

SECTION NO. SECTION TITLE PAGE DIVISION 1 / GENERAL REQUIREMENTS

01000 Supplementary Special Conditions 01000-1 01100 Standards/EHPA Not Used 01230 Alternate(s) Not Used 01310 Procedures and Controls 01310-1 01330 Shop Drawing Requirements Not Used 01400 Quality Control Services Not Used 01770 Closeout Procedures 01771-1 DIVISION 2 / SITEWORK Not Used DIVISION 3 / CONCRETE Not Used DIVISION 4 / MASONRY Not Used DIVISION 5 / METALS 05000 Metals, General 05000-1 05120 STRUCTURAL STEEL Not Used 05130 Miscellaneous Metal Items 05130-1 05165 Space Frame Truss Not Used 05210 Steel Joists Not Used 05310 Steel Deck 05310-0 05400 Cold-Formed Metal Stud Framing Not Used 05410 Light Gauge Metal 05410-1 05511 Metal Stair System Not Used 05515 Metal Stair (Alternating Tread) Not Used 05720 Aluminum Railings Not Used DIVISION 6 / WOOD AND PLASTIC LAMINATES 06000 Wood and Plastic Laminates, General 06000-1 06100 Rough Carpentry 06100-1 06200 Finish Carpentry 06200-1 06402 Custom Shop Fabricated Millwork Not Used DIVISION 7 / THERMAL AND MOISTURE PROTECTION 07000 Thermal and Moisture Protection, General 07000-1 07100 Wall Dampproofing/Waterproofing Not Used 07110 Retaining and Foundation Wall Waterproofing and

Drainage System Not Used 07210 Thermal and Sound Insulation Not Used 07214 Foamed-In-Place Masonry Wall Insulation Not Used 07311 Asphalt Shingles Not Used

Page 20: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P- 01844 District Office Upgrade Roof Building 2 Storm Damaged GENERAL DESIGN GUIDELINE SPECIFICATIONS THE SCHOOL BOARD OF POLK COUNTY, FLORIDA

07460 Metal Siding System Not Used 07500 Membrane Roofing Not Used 07511 Modified Asphalt Roofing (New Gravel Surface) Not Used 07512 Modified Asphalt Roofing (New Mineral Surface) Not Used 07513 Modified Asphalt Roofing (Re-Roofing) 07513-1 07533 Thermoplastic Single-Ply Membrane Roofing Not Used 07610 Metal Roofing Not Used 07620 Metal Flashings 07620-1 07714 Gutters and Downspouts 07714-1 07715 Metal Fascia and Soffit System 07715-1 07720 Roof Accessories 07720-1 07811 Spray Applied Fire Protection Not Used 07840 Firestop Systems Not Used 07920 Sealants, Caulking and Seals 07920-1 DIVISION 8 / DOORS AND WINDOWS Not Used DIVISION 9 / FINISHES 09000 Finishes, General 09000-1 09220 Portland Cement Plaster/Metal Lathing and Furring Not Used 09250 Interior Wall Framing/Ceiling Framing/Plenum Dividers Not Used 09253 Gypsum Drywall Not Used 09261 Gypsum Veneer Plaster Not Used 09300 Ceramic and Quarry Tile Not Used 09511 Suspended Ceiling System Not Used 09624 Indoor Athletic Surfacing Not Used 09640 Specialty Wood Floor System Not Used 09651 Resilient Flooring and Base Not Used 09680 Carpet Not Used 09841 Acoustical Wall Treatment Not Used 09842 Auditorium Acoustical Wall Panels and Coverings Not Used 09910 Painting 09910-1 DIVISION 10 / SPECIALITIES Not Used DIVISION 11 / EQUIPMENT Not Used DIVISION 12 / FURNISHINGS Not Used DIVISION 13 / SPECIAL CONSTRUCTION Not Used DIVISION 14 / CONVEYING SYSTEMS Not Used DIVISION 15 / MECHANICAL Not Used DIVISION 16 / ELECTRICAL Not Used

Page 21: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P- 01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01000-1

06/2008

SECTION 01000 / SUPPLEMENTARY SPECIAL CONDITIONS

PART 1 - SPECIAL CONDITIONS 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and Supplementary

Conditions and other Division 1 Specification sections, apply to work of this section. 1.02 Except where specifically indicated otherwise, these specifications apply to the

school project(s) listed on cover. Where quantities are indicated, they are to be assumed applicable for each project.

1.03 The CONTRACTOR shall be solely responsible for construction means, methods,

techniques, sequences or procedures, and for safety precautions and programs in connection with the work.

1.04 GENERAL CONDITIONS, ARTICLE TWO B.3 – FORM OF PROPOSAL,

SUBSTITUTIONS A. No substitution will be considered prior to receipt of Bids unless written request for

approval has been received by the ARCHITECT at least ten (10) days prior to the date of receipt of Bids. Such requests shall include the name of the material or equipment for which it is to be substituted and a complete description of the proposed substitution including drawings, performance and test data, and other information necessary for an evaluation. A statement setting forth changes in other materials, equipment or other portions of the work including changes in the work of other contracts that incorporation of the proposed substitution would require shall be included. The burden of proof of the merit of the proposed substitution is upon the proposer. Approval of an alternate manufacturer or supplier in no way is to be interpreted as relieving the manufacturer of the responsibility to comply with the requirements of the plans and specifications. The ARCHITECT’S and OWNER’S decision of approval or disapproval of a proposed substitution shall be final.

B. If the ARCHITECT and OWNER approve a proposed substitution prior to receipt of

Bids, such approval will be set forth in an Addendum. Bidders shall not rely upon approvals made in any other manner.

C. Substitutions will be considered after the Contract award only if specifically provided

in the Contract Documents or if it is in the OWNER’S best interest to do so. 1.05 ADDENDA A. Addenda will be mailed or delivered to all who are known by the issuing office to

have received a complete set of Bidding Documents.

Page 22: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P- 01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01000-2

06/2008

B. Copies of Addenda will be made available for inspection wherever Bidding documents are on file for that purpose.

C. Addendum’s one through six shall be issued in the following colors: 1. Addendum #1 – Always YELLOW 2. Addendum #2 – Always BLUE 3. Addendum #3 – Always GREEN 4. Addendum #4 – Always PINK 5. Addendum #5 – Always IVORY 6. Addendum #6 – Always ORANGE 1.06 RECORD DOCUMENTS A. The CONTRACTOR is to maintain in good order a minimum of one complete set of

plans and specifications, one complete set of current shop drawings and job related correspondence in the jobsite office. These plans and specifications shall have all addenda items posted at the appropriate places in the body of the documents as well as a complete set of addenda bound in front of the specifications and to be in possession of CONTRACTOR at all times, for all trades.

1. CONTRACTOR shall note on these plans, in contrasting permanent color, as

they occur, any field changes necessary due to field conditions, coordination with other trades, change orders, supplemental instructions and similar causes, as approved by OWNER or ARCHITECT, dimensioned locations including depths of buried utilities, positions and configurations of any existing features found and not shown on the documents and any other item deemed important for future reference.

a. Buried utilities to be shown include but are not necessarily limited to:

Fire & domestic water mains Secondary water lines from mains to building face Sanitary sewer mains including inverts Sanitary sewer laterals from mains or manholes to building entry

locations Irrigation lines 3" and greater Primary electrical services Secondary electrical services from mains to building face Telephone and TV service Gas piping outside buildings Storm sewers including inverts Storm water collection system piping 6" and larger Other specific testing results and requirements as listed in

Section 02301/Grading and Earthwork (Buildings and Structures).

Page 23: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P- 01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01000-3

06/2008

2. The ARCHITECT will review these documents each month as a part of payment request review process, at which time they must be up to date. Payment may be delayed until records are brought up to date.

3. Except as indicated below, no later than thirty calendar days after the

substantial completion date, turn the record documents over to ARCHITECT. Failure to furnish record documents in good order, satisfactory to OWNER and ARCHITECT, within stated time may result in OWNER withholding project retainage until such time as record document submission is complete.

a. No later than two weeks prior to substantial completion, the CONTRACTOR shall furnish to the ENGINEER copies of all successful lamping and hydrostatic test results, and record drawings of the sanitary sewer system showing all invert elevations in each manhole and the lengths of pipe; copies of all successful hydrostatic test results of the water system, copies of successful bacteriological test results (less than 20 days old and taken on two consecutive calendar days at the locations required by the FDEP permit), record drawings of the water system showing any deviation from the construction plans, and 2 ties to each valve and fitting taken from a permanent above ground monument; and copies of Record Drawings of the storm water retention basins including spot elevations along the top of bank and basin bottom, and storm drainage improvements including invert elevation, grate elevations, weir lengths and elevations, etc. All Record Drawings shall be signed and sealed by a registered surveyor.

4. The design professional shall, for each product installed in the building

envelope, either provide the applicable product approval numbers or certify that products installed conform to the latest edition of the FBC. Product approval rule 9B-72.

1.07 AERIAL PHOTOGRAPHY A. The CONTRACTOR shall provide for the OWNERS records monthly aerial

photographs for the purpose of documenting the progress of work. Photographs shall be time and date stamped by the film developer and be taken from three (3) different vantage points. All monthly progress photographs shall be taken from these same vantage points. Submit three (3) copies of each, nine (9) photos total, to Architectural Services.

1.08 REQUEST FOR PUNCH LIST INSPECTION

Page 24: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P- 01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01000-4

06/2008

A. CONTRACTOR is to submit “REQUEST FOR PUNCH LIST INSPECTION POLK COUNTY SCHOOLS” when requesting a punch list inspection. When the CONTRACTOR is satisfied that punch list corrections are completed he is to resubmit the above listed form along with a copy of the ARCHITECT/ENGINEER punch list with each item checked off and initialed by a responsible representative of the CONTRACTOR.

END OF SECTION 01000

Page 25: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-1 06/2008

SECTION 01310 / PROCEDURES AND CONTROLS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and

Supplementary Conditions and other Division 1 Specification sections, apply to work of this section.

1.02 COORDINATION AND MEETINGS A. General: Prepare and distribute to each entity performing work at project site, a

written memorandum of instructions on required coordinating activities, including required notices, reports and attendance at meetings. Prepare similar memorandum for separate contractors where interfacing of work is required.

B. Weekly Job Coordination Meeting: In addition to specific pre-installation meetings

and coordination meetings for each major element of work, and regular project meetings for other purposes, hold weekly job coordination meetings at regularly scheduled times which are convenient for everyone involved. Request representation (at each meeting) by every entity currently involved in coordination or planning for work of the entire project and by a representative qualified and authorized to make binding agreements. Conduct meetings in a manner which will resolve coordination problems. Record results of meetings and distribute copies to everyone in attendance and to others affected by decisions or actions resulting from each meeting.

OWNER, ARCHITECT, and when necessary, ENGINEERING CONSULTANTS, will attend weekly job coordination meetings. If deemed necessary by the ARCHITECT he will record his own separate minutes of such meetings and distribute a copy to each: OWNER, Consultants and CONTRACTOR. CONTRACTOR will be responsible for further distribution if deemed necessary.

1.03 ADMINISTRATIVE/SUPERVISORY PERSONNEL A. Site Superintendent: The CONTRACTOR shall employ a competent

SUPERINTENDENT and necessary assistants who shall be in attendance at the Project site during performance of the Work. The SUPERINTENDENT shall represent the CONTRACTOR, and communications given to the SUPERINTENDENT shall be as binding as if given to the CONTRACTOR. Important communications shall be confirmed in writing. Other communications shall be similarly confirmed on written request in each case. The CONTRACTOR shall maintain at the project job site a full-time SUPERINTENDENT who will devote 100% of this working hours to this project.

1. Experience: SUPERINTENDENT shall have a minimum work experience

of five (5) years on projects of similar size and scope. Submit work experience and references of proposed SUPERINTENDENT for OWNER’S and ARCHITECT’S review and approval. An approved

Page 26: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-2 06/2008

SUPERINTENDENT shall not be removed from the project without the prior approval of the OWNER and ARCHITECT. The CONTRACTOR shall, upon demand from OWNER, immediately remove any SUPERINTENDENT that the OWNER may consider incompetent or undesirable.

2. Locations: Contracts involving work at more than one location shall require a SUPERINTENDENT at each location unless other provisions are approved by the OWNER.

3. Superintendent's Instructions: In the CONTRACTOR'S absence, the SUPERINTENDENT shall represent the CONTRACTOR and all written instructions directed to the SUPERINTENDENT shall be binding.

4. Supervision: The SUPERINTENDENT shall give adequate supervision to the work.

a. The SUPERINTENDENT shall carefully study and compare the

CONTRACT DOCUMENTS and immediately report any errors, omissions, or discrepancies to the ARCHITECT.

b. The SUPERINTENDENT shall not be removed without prior written notice to and written consent of the ARCHITECT and the OWNER.

B. General: In addition to a General Superintendent and other administrative and

supervisory personnel required for performance of the work, provide specific coordinating personnel as specified herein.

C. Project Manager: Provide a Project Manager, who is experienced in

administration and supervision of building construction including mechanical and electrical work, and who is hereby authorized to act as the general coordinator of interfaces between units of work. For purpose of this provision, "interface" is defined to include the scheduling and sequencing of work, sharing of access to work spaces, installation, protection of each other's work, cutting and patching, tolerances, cleaning, selections for compatibility, preparation of coordination drawings, inspections, tests and temporary facilities and services.

D. Submittal of Staff Names and Duties: Within 14 days of Contract

Commencement date, submit a listing of CONTRACTOR’S principal staff assignments and consultants, naming persons and listing their addresses and telephone numbers.

E. The Contractor shall retain all personnel assigned to this Project until the punch

list is completed, all close out documents have been reviewed and are accepted by the owner and architect. Personnel assigned to the project shall not be removed, dismissed or reassigned without the owner’s knowledge and written approval.

Page 27: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-3 06/2008

1.04 LIMITATIONS FOR USE OF SITE A. In addition to site utilization limitations and requirements shown on drawings, and

indicated by other contract documents, administer allocation of available space equitably among entities needing access and space, so as to produce best overall efficiency in performance of total work of project. Schedule deliveries so as to minimize space and time requirements for storage of materials and equipment on site.

B. Facilities, or portions of facilities shall not be occupied during construction,

unless exits, fire detection and early warning systems, fire protection, and safety barriers are continuously maintained and clearly marked at all times. FBC 423.6.1 Occupancy During Construction.

1.05 TRADESPERSONS AND WORKMANSHIP STANDARDS A. Initiate and maintain procedures to ensure that persons performing work at site

are skilled and knowledgeable in methods and craftsmanship needed to produce required quality-levels for workmanship in completed work. Remove and replace work which does not comply with workmanship standards as specified and as recognized in the construction industry for application indicated. Timely remove and replace other work damaged or deteriorated by faulty workmanship or its replacement such that final project completion date is met.

1.06 INSPECTIONS, TESTS AND REPORTS A. General: Required inspection and testing services are intended to assist in

determination of compliances of work with requirements, but do not relieve CONTRACTOR of responsibility for those compliances, or for general fulfillment of requirements of Contract documents. Specified inspections and tests are not intended to limit CONTRACTOR’S Quality Control program. Afford reasonable access to agencies performing tests and inspections.

B. OWNER'S Tests: Where tests or inspections are indicated as OWNER'S

responsibility, OWNER will engage independent testing agency to perform required services. CONTRACTOR will be responsible for timely notification and coordination for such tests.

C. Qualification of Testing Agencies: Except as otherwise indicated and except

where manufacturer's testing facilities are indicated as acceptable, engage independent testing laboratories specializing in required services and complying with "Recommended Requirements" for Independent Laboratory Qualification" by ACIL.

D. Reports: Submit test/inspection reports, including agency's analysis of results

and recommendations where applicable, to ARCHITECTS, OWNER and Consultant except as otherwise indicated, and submit copies directly to governing authorities where required or requested.

Page 28: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-4 06/2008

1.07 THRESHOLD BUILDING INSPECTIONS A. Threshold inspection (is/is not) required for this project. B. A structural inspection plan providing specific inspection procedures and

schedules shall be submitted to the enforcing agency prior to the issuance of a building permit for construction. The structural inspection plan shall be prepared by the engineer or architect of record.

Part 2 - EXECUTION 2.01 GENERAL INSTALLATION PROVISIONS A. Pre-Installation Conferences: Well in advance of installation of every major unit of

work which requires coordination and interfacing with other work, meet at project site with installers and representatives of manufacturers and fabricator who are involved in or affected by units of work, and in its coordination or integration with other work which has preceded or will follow. Advise OWNER, ARCHITECT/ENGINEER of scheduled meeting dates. At each meeting review progress of other work and preparations for particular work under consideration, including requirements of Contract documents, options, related change order, purchases, deliveries, shop drawings, product data, quality control samples, possible conflicts, compatibility problems, time schedules, weather limitations, temporary facilities, space and access limitations, structural limitations, governing regulations, safety, inspection and testing requirements, required performance results, recording requirements, and protection. Record significant discussions of each conference, and record agreements and disagreement, along with final plan of action.

Distribute record of meeting promptly to everyone concerning, including

ARCHITECT, ENGINEER and OWNER.

Do not proceed with the work if associated pre-installation conference cannot be concluded successfully. Instigate actions to resolve impediments to performance of the work, and reconvene conference at earliest date feasible.

B. Installer's Inspection of Conditions: Require installer of each major unit of work to

inspect substrate to receive work, and conditions under which work will be performed, and to report (in writing to CONTRACTOR) unsatisfactory conditions. Do not proceed with the work until unsatisfactory conditions have been corrected in a manner acceptable to Installer.

C. Manufacturer's Instructions: Where installations include manufactured products,

comply with manufacturer's applicable instructions and recommendations for installation, to the extent these are more explicit or more stringent than

Page 29: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-5 06/2008

requirements indicated in Contract documents. D. Inspect each item of materials or equipment immediately prior to installation, and

reject damaged and defective items. E. Provide attachment and connection devices and methods for securing work

properly as it is installed; true to line and level, and within required tolerances if not otherwise indicated. Allow for expansions and building movements. Provide uniform joint widths in exposed work, organized for best possible visual effect. Refer questionable visual-effect choices to ARCHITECT for final decision.

F. Recheck measurements and dimensions of the work, as an integral step of

starting each installation. G. Install work during conditions of temperature, humidity, exposure, forecasted

weather, and status of project completion which will ensure best possible results for each unit of work, in coordination with entire work. Isolate each unit of work from non-compatible work, as necessary to prevent deterioration.

H. Coordinate enclosure (closing-in) of work with required inspections and tests, so

as to minimize necessity of uncovering work for that purpose. I. Mounting Heights: Where mounting heights are not indicated, mount individual

units of work at industry-recognized standard mounting heights for application indicated. Refer questionable mounting height choices to ARCHITECT/ENGINEER for final decision.

2.02 CUTTING AND PATCHING A. General: Do not cut-and-patch structural work in a manner resulting in reduction

of load-carrying capacity or load-deflection ratio; submit proposed cutting and patching to ARCHITECT/ENGINEER for structural approval before proceeding. Do not cut-and-patch operational elements and safety-related components in a manner resulting in reduction of capacities to perform in a manner intended or resulting in decreased operational life, increased maintenance, or decreased safety. Do not cut-and-patch work which is exposed on exterior or exposed in occupied spaces of building, in a manner resulting in reduction of visual qualities or resulting in substantial evidence of cut-and-patch work, both as judged solely by ARCHITECT. Remove and replace work judged by ARCHITECT to be cut-and-patched in a visually unsatisfactory or otherwise objectionable manner.

B. Materials: Except as otherwise indicated or approved by ARCHITECT/

ENGINEER, provide materials for cutting-and-patching which will result in equal-or-better work than work being cut-and-patched; in terms of performance characteristics and including visual effect where applicable. Use materials

Page 30: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-6 06/2008

identical with original materials where feasible and where recognized that satisfactory results can be produced thereby.

C. All penetrations through fire-rated construction shall be fire stopped per NEC

300-21 using a through penetration fire stop system (XHEZ) listed in the UL fire resistance directory.

D. Temporary Support and Protection: Provide adequate temporary support for work

to be cut, to prevent failure. Do not endanger other work or persons. Provide adequate protection of other work during cut-and-patching, to prevent damage; and provide protection of the work from adverse weather exposure.

E. Cut work by methods least likely to damage work to be retained and work

adjoining. 1. Where physical cutting action is required, work with sawing and grinding

tools, not with hammering and chopping tools. Core drill openings through concrete work.

2. Comply with the requirements of applicable sections of Division 2 where cutting-and-patching requires excavating and backfilling.

F. Patch with seams which are durable and as invisible as possible. Comply with

specified tolerances for the work. 1. Where feasible, inspect and test patched areas to demonstrate integrity of

work. G. Restore exposed finishes of patched areas:

1. Extend finish restoration onto adjacent existing areas as required, in a

manner which will eliminate evidence of patching. 2. Where patch occurs in a smooth painted surface, extend final paint coat

over entire unbroken surface containing patch, after patched areas have received prime and base coats.

H. Excavation on existing school campus: All site excavation or trenching shall be

by hand to avoid damage to existing buried utilities. All damage to existing utilities shall be repaired at no cost to the OWNER.

2.03 CLEANING AND PROTECTION A. General: During handling and installation of work at project site clean and

protect in progress and adjoining work on a basis of perpetual maintenance. Apply suitable protective covering on newly installed work where reasonably required to ensure freedom from damage or deterioration at time of completion;

Page 31: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01310-7 06/2008

otherwise, clean and perform maintenance on newly installed work as frequently as necessary through remainder of construction period. Adjust and lubricate operable components to ensure operability without damaging effects.

B. In addition to removal of rubbish and leaving the building broom clean, the

Contractor shall clean and wash all glass; replace any broken glass; remove stains, spots, marks and dirt from finished work; clean hardware, remove paint spots and smears from all surfaces; and clean fixtures and wash all concrete, tile and other floors.

C. The trades shall remove their rubbish and debris from the building site promptly

upon its accumulation and in no event later than the CONTRACTOR regular cleaning schedules, and all trash shall be deposited at one central point(s), as determined by the CONTRACTOR.

D. Burning of rubbish on site will not be permitted. Rubbish shall not be thrown

through window openings or from any great heights, but shall be conducted to ground by means of approved chutes, or other means of conveyance.

E. Cleaning: Before pre-final inspection, the project (individual areas) is to be

thoroughly cleaned. Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit of work to the condition expected from a normal, commercial building cleaning and maintenance program. Comply with the manufacturer's instructions for operations. Provide final cleaning prior to Final Inspection.

F. Limiting Exposures of Work: To extent possible through reasonable control and

protection methods, supervise performance of work in a manner and by means which will ensure that none of the work, whether completed or in progress, will be subjected to harmful, dangerous, damaging or otherwise deleterious exposure during construction period. Such exposures include (where applicable, but not by way of limitation) static loading, dynamic temperatures, thermal shock, high or low humidity, air contamination or pollution, water, ice solvents, chemicals, light, radiation, puncture, abrasion, heavy traffic, soiling, bacterial, insect infestation, combustion, electrical current, high speed operation, improper lubrication, unusual wear, misuse, incompatible interface, destructive testing, misalignment, excessive weathering, unprotected storage, improper shipping/handling, theft and vandalism.

END OF SECTION 01310

Page 32: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01770-1 06/2008

SECTION 01770 / CLOSEOUT PROCEDURES PART 1 – GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of Contract, including General and

Supplementary Conditions and other Division 1 Specification sections, apply to work of this section.

PART 2 – INSPECTIONS 2.01 MILL OR FACTORY INSPECTION A. If mill or factory inspection is required by the CONTRACT DOCUMENTS, the

CONTRACTOR shall notify the suppliers that the materials shall not be produced or fabricated without due notice to the ARCHITECT.

2.02 PUNCH LIST INSPECTION A. When the CONTRACTOR has pre-formed his own punch list inspection and

believes that the Work is substantially complete, the CONTRACTOR shall submit to the OWNER and the ARCHITECT, using the REQUEST FOR PUNCH LIST INSPECTION, a list of items to be completed or corrected. When the OWNER and the ARCHITECT on the basis of the punch list inspection determine that the Work is in fact substantially complete, the ARCHITECT will prepare a Certificate of Substantial Completion which shall establish the date of Substantial Completion and shall state the responsibilities of the OWNER and the CONTRACTOR for Project security, maintenance, heat, utilities, damage to the Work, and insurance, and the CONTRACTOR shall complete the items listed therein with a not to exceed time of 30 days for single source contract’s and 60 days for multiple contract’s, or as modified by the contract. Guarantees required by the Contract shall commence on the date of Substantial Completion of the Work. The Certificate of Substantial Completion shall be submitted to the OWNER and the CONTRACTOR for their written acceptance of the responsibilities assigned to them in such certificate. Upon Substantial Completion of the Work, and execution by both the OWNER and the CONTRACTOR of the Certificate of Substantial Completion, the OWNER shall pay the CONTRACTOR an amount sufficient to increase total payments to the CONTRACTOR to one hundred percent of the Contract Price less retainage.

2.03 FINAL INSPECTION: The Final Inspection will be made by the OWNER on the

first work day following the Completion Date or as soon thereafter as possible. A. It will be the responsibility of the CONTRACTOR to complete the work for Final

Inspection on the Completion Date, which work shall include, but not be limited to the following:

Page 33: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01770-2 06/2008

1. Proper completion of all items which may be listed on a pre-final inspection list which the CONTRACTOR may request from the ARCHITECT.

2. Complete operation of all mechanical systems, fire alarms, intercom systems, and sanitary facilities.

3. All site work. B. If the work is not ready for Final Inspection on the Completion Date, the Final

Inspection will be held on a subsequent date when the ARCHITECT, OWNER, and CONTRACTOR have determined that the work is ready for Final Inspection. Without written prior approval, liquidated damages shall be assessed beginning the first working day after the completion date.

C. If the work is ready for Final Inspection prior to the completion date the

CONTRACTOR may request an earlier Final Inspection. 2.04 WORK COVERED UP A. If the work should be covered up without approval or consent of the ARCHITECT

or OWNER, the ARCHITECT or the OWNER may require the work to be uncovered for examination at the CONTRACTOR'S expense.

2.05 DEFECTS OR OMISSIONS

A. Defects or omissions remaining at the time of the Final Inspection will be noted and three times the installed and operational value of these items may be withheld pending their completion and acceptance. If defects or omissions remain thirty days after the OWNER'S acceptance of the project the OWNER may, without further notice to the CONTRACTOR, correct the defects or omissions and withhold the cost from the CONTRACTOR'S retainage.

2.06 REVIEW AND ASSIGNMENT OF WARRANTIES A. CONTRACTOR shall obtain and shall transmit to OWNER'S Representative all

special product, system, equipment or material warranties required by the Contract Documents and the Subcontracts at time of substantial completion. CONTRACTOR shall review all such warranties to confirm that the warranties are in compliance with the requirements of the Contract Documents and Subcontracts. By execution of this Agreement, CONTRACTOR hereby assigns to OWNER all of CONTRACTOR rights, title and interest in and to any and all warranties, including Uniform Commercial Code warranties, that CONTRACTOR receives or is entitled to receive from any Subcontractor or supplier in connection with the Project.

B. All warranties shall be placed in a three (3) ring binder separated with tabs by

division.

Page 34: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 01770-3 06/2008

C. The contractor shall also furnish a JPG copy of each warranty on a compact disk. The format for the JPG picture file shall be the division followed by a short description of the item. (i.e. 15WH1.JPG or 15AHU1.JPG)

2.07 OPERATIONS AND MAINTENANCE DOCUMENTATION A. CONTRACTOR shall obtain and transmit to OWNER'S Representative all

documentation required by the Contract Documents regarding the operation and recommended maintenance programs relating to the various elements of the Project at time of substantial completion. Two Sets of documentation shall be furnished to OWNER'S Representative in uniform three-ring binders labeled with the Project name and number on the cover. These binders shall be tabbed and labeled by Division and include each subcontractors warranty and release of lien.

2.08 REVIEW AND APPROVAL OF AS-BUILT DRAWINGS A. As-built drawings shall be provided as part of the closeout documents.

CONTRACTOR’S final retainage shall be held until the requirements of this section are met.

B. CONTRACTOR shall provide to the OWNER an as-built survey showing building

location, finished floor elevation(s), walks, site grade elevations, storm drainage systems, inverts, utilities, etc. shall be signed and sealed by a surveyor registered in the State of Florida. Provide six (6) signed and sealed copies and one (1) electronic copy in AutoCAD format, latest edition adopted by Polk County School Board.

C. CONTRACTOR shall provide as-built drawings and shall confirm to OWNER that

such drawings are adequate and complete and in compliance with the requirements of the Contract Documents.

2.09 AVAILABILITY OF PROJECT-RELATED RECORDS TO OWNER A. All records relating directly or indirectly to the Project which are in the possession

or control of CONTRACTOR shall be made available to OWNER, its designee, and any governmental authority for audit, inspection, and copying upon request of OWNER'S Representative. Such records include, without limitation: all drawings, specifications, Submittals, subcontractor bids, the Daily Log, correspondence, the Request Log, the Submittal Log, minutes, memoranda, tape or videotape recordings, or other writings or things which document the Project, its design, and its construction.

END OF SECTION 01770

Page 35: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05000-1

06/2008

SECTION 05000 / METALS, GENERAL PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, General Requirements, which applies to all sections of this

Division 5. Provisions of this Section 05000 also apply to all sections of this Division 5. The articles contained in this section may modify, delete or add to the provisions of the conditions of the Contract.

1.02 FIELD MEASUREMENTS AND COORDINATION A. Verify all field dimensions to insure close fit with work of other trades. B. Coordinate and install this division's work in proper sequence and cooperation with all

other trades, to insure that total work is completed within contract time schedule. C. Verify extent of all items to be furnished including incidental items related to or

necessary for a complete installation, their required shapes and sizes, and sequence with which these items are to be furnished and installed. Furnish to jobsite sorted, tagged, and grouped according to use.

1.03 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Division 2: Site Work Division 3: Concrete Division 4: Masonry Division 6: Wood and Plastic Laminates Division 7: Thermal and Moisture Protection Division 8: Doors and Windows Division 9: Finishes Division 10: Specialties Division 11: Equipment Division 13: Special Construction Division 15: Mechanical Division 16: Electrical

1.04 APPLICABLE TECHNICAL CODES AND STANDARDS A. Conform to applicable provisions of latest editions of following reference codes, except

as specifically modified hereinafter. 1. American Institute of Steel Construction "Specification for the Design,

Fabrication, and Erection of Structural Steel for Buildings". 2. American Institute of Steel Construction "Specification For The Design of Cold

Formed Steel Structural Members". 3. American Welding Society - D1.1 "Structural Welding Code".

Page 36: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05000-2

06/2008

4. American Welding Society - D1.3 "Structural Welding Code - Sheet Steel". 5. Steel Structures Painting Council.

6. Metal Roof Deck Technical Institute Specification and Load Tables for Three-Span Ribbed Deck, latest edition.

7. Steel Deck Institute, "Design Manual For Floor Decks and Roof Decks".

8. Furnish affidavit to ARCHITECT certifying materials delivered to jobsite

meet requirements specified. Certification does not relieve CONTRACTOR

of responsibility of complying with all requirements herein. 1.05 SPECIAL MATERIAL DELIVERY AND HANDLING INSTRUCTIONS A. Protect all materials from weather, prior to and during fabrication, and before erection.

Do not store materials directly on ground at any time. Insure that all abrasions in shop painted work are immediately painted with identical prime paint to insure no rusting of steel work.

1.06 Submit shop drawings in accordance with Section 01330/Shop Drawings

Requirements of this specification. PART 2 - PRODUCTS 2.01 STEEL ITEMS

A. Structural Steel Beams, Plates, Channels, Angles and Bars: conform to ASTM A992,

Structural Steel", latest edition.

B. Steel for Galvanized Corrugated Metal Deck Units - ASTM A653, Grade A.

C. Galvanizing - ASTM A525, G60.

D. Round, Square and Rectangular Steel Tubing: conform to ASTM A-500, "Hot-Formed

Welded and Seamless Carbon Steel Structural Tubing", latest edition. E. Sheet Steel: prime grade cold-rolled steel, properly annealed, process leveled, with

smooth clean surfaces.

F. Bolts, Nuts and Washers: conform to ASTM A-307, "Low-Carbon Steel Externally and

Internally Threaded Standard Fasteners", latest edition. ASTM A-325, "High Strength Bolts for Structural Steel Joints", including suitable nuts and plain hardened washers.

G. Anchors, Expansion Bolts and Shields and Strap: furnish and install all necessary

items required for this contract which in judgement of ARCHITECT are required, whether or not each item is specifically described in contract documents. Expansion bolts and shields must be galvanized or of non-ferrous metals, sized suitable for work

to be anchored, and used where built-in place anchors are not practicable. All bolts furnished with nuts and washers. Materials normally to be identical to material being

Page 37: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05000-3

06/2008

fastened. H. Welding Electrodes: conform to ASTM A-233, Type E 70XX electrodes, or otherwise

required for joint condition.

I. Other Steel Items: conform to ASTM A-36, "Steel for Bridges and Buildings", latest

edition. 2.02 PRIMER PAINT A. Zinc chromate, iron oxide, rust inhibitive metal primer, meeting SSPC P-15-68T, Type I

and TT-P-63C. B. Electrolysis Prevention Between Dissimilar Metals: aluminum-pigmented asphalt paint

produced by regionally recognized producer. C. Primer at spray-applied fire protection locations shall have been tested and reported by

Underwriters Laboratories to be in compatible compliance. PART 3 - EXECUTION 3.01 Make and erect all work square, plumb, straight and true. Fit tightly, firm, and secure

against designed stresses and weights of supported materials and building occupants. 3.02 Furnish all supplementary parts necessary to complete each item, even though such

parts are not definitely shown or specified. Include all anchors, sockets, pipe sleeves, tabs, etc., for securing work.

3.03 FABRICATION A. Insure all material has all surfaces cleaned per the AISC Code requirements. Remove

all dirt, rust, grease, mill scale, etc. Prior to layout or being worked in any way, carefully inspect all pieces for straightness and level; and straighten and level without impairment of strength, all pieces requiring same. Neatly and accurately shear, clip, cut, drill, punch and/or weld all portions of work, whether or not normally exposed to view.

B. Accurately fabricate all members to insure that all parts fit together on jobsite without

jobsite cutting. C. Accurately punch and space all bolt holes. Size and align for firm connection and

bearing. D. Conform all steel welding to applicable provisions of referenced code by certified

welders.

Page 38: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05000-4

06/2008

E. After fabrication is complete, clean all surfaces of rust, scale, dirt and grease. 1. Shop fabrication errors shall not be corrected in the field without prior written

approval of the ARCHITECT and OWNER. 2. The ARCHITECT and OWNER reserves the right to have his representative

inspect the fabrication or erection at any stage of completion. 3. The ARCHITECT'S and OWNER'S inspectors in no way will relieve the

CONTRACTOR of his responsibility in meeting the codes and specifications. 3.04 ERECTION A. Provide all temporary bracing required for proper alignment and stability of all steel

members during erection. B. Temporary bracing and/or shoring shall remain as long as necessary for the safety

and stability of the structure. 3.05 SHOP PAINTING A. Prior to painting, all steel is to be cleaned to a SSPC-SP3 surface. Deliver all structural

steel to project fully coated with specified primer paint, minimum of 1 mil. thickness per, A.I.S.C. latest edition adopted by D.O.E., unless noted below.

1. Areas Not to Receive Paint: a. Areas within 2 inches of joints which are to be welded. b. All non-ferrous surfaces not subject to electrolytic action. c. All items to be embedded in concrete. C. Electrolysis Prevention - Dissimilar Metals and Metals In Contact With Masonry: apply

one (1) coat of aluminum pigmented asphalt paint on contact surfaces of metal in contact with dissimilar metals.

3.06 JOB SITE TOUCH-UP PAINTING A. Clean and properly prepare all exposed surfaces after welding and paint with approved

primer all welded and burned surfaces. B. Clean and repaint all shop painted areas after work is erected which are still accessible

and which have been abraded sufficient to expose metal. C. All cut, drilled, burned or welded galvanized and/or painted surfaces shall be primed

with approved primer.

Page 39: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05000-5

06/2008

3.07 HANDLING AND MARKING A. Clearly and neatly mark all members for identification and erection sequence. Bundle

members as CONTRACTOR requires for erection. Deliver to jobsite without damage to members. Repair or refabricate all damaged members.

3.08 WELDING A. Only certified welders are to be employed on project. Submit current certificates, not

over 2 years old. Welders to be qualified in accordance with Section 5 of the AWS D1.1 code, latest edition.

1. It should be noted that thin gauge metals (roof trusses, decks and structural

studs) are included in project. Special care is to be taken to insure proper welding techniques are exercised with these materials.

END OF SECTION 05000

Page 40: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA

05130-1 06/2008

SECTION 05130 / MISCELLANEOUS METAL ITEMS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 05000 and other sections of this division. PART 2 - PRODUCTS, GENERAL 2.01 STEEL AND SUNDRY ITEMS A. Conform to Section 05000. 2.02 CASTINGS A. Conform to ASTM A-48 for grey iron and A-47 for malleable iron castings. 2.03 PRIMER PAINT A. Conform to Section 05000. 2.04 FABRICATION A. Conform to Section 05000. 2.05 SHOP PAINTING A. Conform to Section 05000. Shop prime all items specified herein unless indicated to

be galvanized. 2.06 HANDLING AND MARKING A. Conform to Section 05000. PART 3 - EXECUTION 3.01 GENERAL A. Conform to Section 05000. 3.02 LOOSE LINTEL AND SHELF ANGLES A. Provide as indicated on the drawings, and in the judgement of the ARCHITECT, as

required for openings which do not receive precast concrete or masonry lintels. Where loose lintels are indicated to bear onto masonry, size lintels to provide 1 inch of bearing

on each jamb per foot of clear opening, but not less than 6 nor more than 12 inches

Page 41: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA

05130-2 06/2008

bearing. Set to course with masonry coursing. Provide bolts and nuts as required. Hot dip galvanize.

3.03 STEEL LADDER A. Refer to details on drawings. Hot dip galvanize after assembly. Coordinate actual

placement of ladder with equipment, panels and piping in rooms, and mezzanine hatch above.

1. Construction consists of 2" x 3/8" continuous side bars set 18" apart, 2 1/2" x 2

1/2" x 1/4" floor clip angle 2" long, rungs of 3/4" diameter bars set 12" o.c. and wall stand-off brackets of 2" x 3/8" bar spaced + 4'-0” o.c. and sized to stand ladder centerline 7" from wall.

3.04 ROOF OPENING AND EQUIPMENT SUPPORT FRAMING A. Steel angles as detailed. Minimum angle size 3" x 3" x 1/4" with angle provided on all

four sides of openings over 6" x 6" size. Weld framing to roof structural members. 3.05 BOLLARD POST A. 6" dia. standard steel pipe welded assembly, galvanized, set in concrete footings as

indicated. Fill with concrete, leaving top rounded and smooth. Painting by Division 9. 3.06 HANDRAILS/GUARDRAILS (STEEL PIPE) A. 1 1/2" O.D. welded, multistrand, pipe vertical and/or horizontal as detailed, spaced to

prevent passage of a 4" sphere. Vertical pickets can be 3/4" O.D. Set bottom horizontal rail at a height that will prevent passage of a 2" sphere. Set vertical supports at 6'-0" o.c. maximum and as indicated on drawings. Set posts in matching sized sleeves in concrete slabs, walks and steps, or field core drill if authorized, then grout with epoxy cement. Coordinate with placement of rebar so that sleeves and/or core drilling will not destroy integrity of rebar. Long railing sections are to have inside sleeve type expansion joints at 15'-0" o.c. maximum. Shop prime paint all items, painting of railings by Div. 9. Single strand wall rails are to be supported by brackets at 5'-0" o.c. maximum. Set tops of rails at stairs and ramps at 34" above nosings or ramp level.

1. Certify handrail/guardrail assembly to withstand 250 lb. force at any point and

50 lb. per linear foot. 2. This section includes all railings required inside and outside the building at

stairs, ramps and tops of walls. 3.07 CURTAIN TRACK BRACKETS A. Minimum 3" x 3" x 1/4" angles.

Page 42: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA

05130-3 06/2008

3.08 OVERHEAD DOOR SILL A. 1" x 1" x 3/16" galvanized angle including return to wall each end. Provide at exterior

overhead doors. Include #3 rebar x 6" long hook anchor at 2'-0” o.c. Cast in edge of slab.

3.09 SUNDRY ITEMS A. Set in place, secure to this division’s work, true level and out of wind; leave ready for

surrounding work of other divisions. END OF SECTION 05130

Page 43: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05310-1

06/2008

SECTION 05310 / STEEL DECK PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 05000 and other sections of this division. PART 2 - PRODUCTS 2.01 DECK MATERIAL A. Shall be of the size and thickness as indicated on the drawings. All deck shall be

galvanized (G60). Attachment of deck to supporting members shall develop capacities as indicated herein and on the drawings. Unless otherwise indicated all deck is to be perforated type.

2.02 WELDING WASHERS A. Standard anchor type of 14 ga. steel formed to fit valley of the deck. Use at all deck-

to-support welds. 2.03 MISCELLANEOUS A. Furnish all other necessary cleats, closures, clip anchors and other items as indicated

or required, to structurally secure deck against all design load conditions. PART 3 - EXECUTION 3.01 METAL DECK SPANS A. Span all metal deck over three (3) supports minimum. Metal deck lengths are to be

sufficient to allow minimum 2" overlap of joints at joists so that welding can occur through both sheets to joists.

3.02 WELDING A. Use fusion type welded connections to steel supports with welding washers, performed

by competent welders who have qualified by tests as prescribed by American Welding Society.

1. All metal deck is providing diaphragm action. The use standard welding

washers is required regardless of gauge of metal deck. 2. Design of fastener type and spacing shall be as required by the latest editions

adopted by D.O.E. of Florida Building Code and ASCE-7. See structural and

Page 44: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05310-2

06/2008

architectural drawings for wind speed design and exposure criteria. 3.03 Side laps of the metal deck are to be fastened with a minimum of two #12 TEK screws. 3.04 Secure ARCHITECT'S approval of welding prior to proceeding with roof/floor fill or

roofing work/installation. 3.05 OPENINGS THROUGH DECKING A. Neatly cut, drill, and/or punch required openings in deck for passage of and attachment

of pipes, conduits or other items. Allow a general tolerance of 1/2" clearance all around.

3.06 TOUCH UP PAINTING A. Refer to Section 05000 / Metals, General. END OF SECTION 05310

Page 45: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05410-1

06/2008

SECTION 05410 / LIGHT GAUGE METAL PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 05000 and other sections of this division. 1.02 SCOPE A. The CONTRACTOR shall furnish all materials, structural design, labor, equipment and

incidentals necessary for the installation of all light gage structural or trussed metal framing as shown on drawings and/or specified herein. Work includes roof trusses, roof framing, spandrel walls and related framing, exterior wall and gable framing, interior load bearing stud walls as detailed on the structural drawings, and other light gage structural framing.

B. Touch-up all shop and field welded connections and other abrasions of exterior

framing with zinc-rich galvanizing paint. After field fabrication and erection is complete.

1.03 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Section 05120: Structural Steel Section 07210: Thermal and Sound Insulation Section 09250: Interior Wall Framing/Ceiling Framing/Plenum Dividers Section 09253: Gypsum Drywall

1.04 GENERAL A. The above outline of work included shall not in any way limit responsibility of

CONTRACTOR to perform all work and furnish all materials required by specifications and drawings.

1.05 SHOP DRAWINGS A. Submit complete shop drawings in accordance with Shop Drawings, Product Data and

samples, Section 01330/Shop Drawings Requirements. Shop drawings shall show all framing members, size, gauge, configuration, connections, reinforcing, location, spacing, and all necessary bracing, bridging and blocking. Rough framing and structural supports shall also be shown. Methods of painting and instructions regarding concealed joints shall be indicated.

B. The shop drawings, loads, calculations, connection details, and any other design

criteria, shall bear the seal and signature of a professional structural ENGINEER who holds a current registration in the State of Florida.

Page 46: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05410-2

06/2008

C. Metal stud and truss shop drawings showing layout, spacings, sizes, thicknesses and types of cold-formed metal framing, fabrication, fastening and anchorage details, including mechanical fasteners. Show reinforcing channels, opening framing, supplemental framing, strapping, bracing, bridging, splices, accessories, connection details and attachments to other units of work.

1. Include structural analysis data sealed and signed by the qualified professional

ENGINEER who was responsible for its preparation. 1.06 STANDARDS A. American Iron and Steel Institute (AISI) "Specification for the Design of Cold-Formed

Steel Structural Members". B. American Welding Society (AWS) "Specification for Welding Sheet Steel in

Structures". C. American Society for Testing and Materials (ASTM). D. American Institute of Steel Construction (AISC), "Manual of Steel Construction", 8th

Edition. E. All pertinent Federal, State and Local Codes. F. Wind Load Design Data: See Drawings. 1.07 PERFORMANCE REQUIREMENTS A. Design framing systems to withstand design loads without deflections greater than

1/240 for the roof trusses. B. Engineering Responsibility: engage a fabricator who assumes undivided responsibility

for engineering cold-formed metal trusses by employing a qualified professional ENGINEER to prepare design calculations, shop drawings and other structural data.

PART 2 - PRODUCTS 2.01 MATERIALS A. All stud and/or joist framing members shall be of the type, size and gauge as shown on

the plans and/or approved shop drawings. Studs, runners (tracks), bracing and bridging shall be manufactured per ASTM Specification C-955.

B. All galvanized studs, track, rafters, or joists, 16 gauge, or heavier, shall be formed from

steel that corresponds to the requirements of ASTM A653, Grade C, with a minimum yield of 50,000 PSI.

Page 47: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05410-3

06/2008

C. All galvanized 18 gauge, or lighter, studs, track, bridging and accessories shall be formed from steel that corresponds to the requirements of ASTM A653, Grade A, with a minimum yield of 33,000 PSI.

D. All studs, joists and accessories shall be formed from steel having a G-60 ASTM A525

galvanized coating. E. Bottom Chord Bracing: galvanized hat channels minimum 1 1/2", 20 gauge. F. Top Chord: use minimum 16 gauge material for cold-formed steel truss top chords. PART 3 - EXECUTION 3.01 FABRICATION, GENERAL A. Prior to prefabrication of framing, the CONTRACTOR shall have approved fabrication

and erection drawings bearing the initials of the general CONTRACTOR, the project ARCHITECT and project structural ENGINEER.

B. Framing components may be preassembled into panels prior to erecting.

Prefabricated panels shall be square with components attached in a manner as to prevent racking.

C. All framing components shall be cut squarely for attachment to perpendicular

members, or as required for an angular fit against abutting members. Members shall be held positively in place until properly fastened.

D. Axially loaded studs shall be installed in a manner which will assure that ends of the

studs have full bearing against the inside track web, prior to stud and track attachment. Splices in axially loaded stud shall not be permitted.

E. Provide insulation equal to that specified elsewhere in all double jamb studs and

double header members which will not be accessible to the insulation CONTRACTOR.

3.02 FABRICATION (METAL STUD STEEL TRUSSES) A. Fabricate cold-formed metal framing and accessories plumb, square, true to line, and

with connections securely fastened, according to manufacturer’s recommendations and the requirements of this Section.

1. Fabricate framing assemblies in jig templates. 2. Cut framing members by sawing or shearing; do not torch cut.

3. Fasten cold-formed metal framing members by welding or screw fastening, as standard with fabricator. Wire tying of framing members is not permitted.

Page 48: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05410-4

06/2008

a. Comply with AWS requirements and procedures for welding, appearance and quality of welds and methods used in correcting welding work.

b. Locate mechanical fasteners and install according to cold-formed metal framing manufacturer’s instructions with screw penetrating joined members by not less than 3 exposed screw threads.

4. Fasten other materials to cold-formed metal framing by welding, bolting, or

screw fastening, according to manufacturer’s recommendations. B. Reinforce, stiffen, and brace framing assemblies to withstand handling, delivery, and

erection stresses. Lift fabricated assemblies to prevent damage or distortion. C. Fabrication Tolerances: Fabricate assemblies to a maximum allowable tolerance

variation from plumb, level, and true to line of 1/8 inch in 10 feet (1:960) and as follows: 1. Spacing: Space individual framing members no more than plus or minus 1/8

inch (3 mm) from plan location. Cumulative error shall not exceed minimum fastening requirements of sheathing or other finishing materials.

2. Squareness: Fabricate each cold-formed metal framing assembly to a maximum out-of-square tolerance of 1/8 inch (3 mm).

D. Trusses shall be shop fabricated. 3.03 ERECTION (WIND LOAD AND/OR AXIAL LOAD BEARING) A. Handling and lifting of prefabricated panels shall be done in a manner as to not cause

distortion in any member. B. Tracks shall be securely anchored to the supporting structure as shown on the

approved shop drawings to resist specified loads. C. At track butt joints, abutting pieces of track shall be securely anchored to a common

structural element. D. Studs shall be plumbed, aligned and securely attached to the flanges or webs of both

upper and lower tracks. Splices in axially loaded studs shall not be permitted. E. Jack studs or cripples shall be installed below window sills, above window and door

head, and elsewhere to furnish support, and shall be securely attached to supporting members. Framed wall openings shall include headers and supporting members as shown on the drawings.

F. Wall stud bridging shall be attached in a manner to prevent stud rotation. Bridging

rows shall be spaced according to the following schedule. Walls up to 10'-0" height: two (2) rows equally spaced. Walls exceeding 10'-0" height: bridging rows spaced not

Page 49: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 05410-5

06/2008

to exceed 3'-4" on center, unless otherwise noted on the drawings. Unsheathed or partially-sheathed load-bearing studs shall be laterally braced at 2'-0" on center with 3"

wide by 16 ga. flat straps continuous across unsheathed flange or flanges. Where stud system abuts structural column, weld ends of stiffeners and blocking to column.

G. Temporary bracing shall be provided until erection is completed. Such bracing shall be

left in place until support framing has been permanently connected and/or as long as may be required for safety.

H. Bridging for trussed rafters shall be installed at locations shown on the approved

erection drawings before temporary bracing is removed. 3.04 ERECTION (COLD-FORMED METAL STUD STEEL TRUSSES) A. Install, bridge, and brace trusses according to manufacturer’s recommendations and

requirements of this Section. 1. Space trusses at centers indicated. 2. Trusses shall be located directly over bearing studs or girder panel point or a

load distribution member shall be provided at the bearing point. B. Provide web stiffeners at reaction points where indicated on the approved shop

drawings. C. Do not alter, cut or remove framing members or connections of trusses. D. Erect trusses with plane of truss webs plumb and parallel to each other, align and

accurately position at spacings indicated. 1. Trusses shall be plumbed, aligned and securely attached, via a welded

connection to the load distribution member at the bearing condition. E. Erect trusses without damaging framing members or connections. F. Align webs of bottom chords and load-bearing studs or continuously reinforce track to

transfer loads to structure. Anchor trusses securely at all bearing points. G. Install continuous bridging and permanently brace trusses. 1. Bottom chord bracing shall be in the form of hat channels run continuously at

maximum 2 feet o.c. and screw fastened to bottom of bottom chord. END OF SECTION 05410

Page 50: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

SECTION 06000 / WOOD AND PLASTIC LAMINATES, GENERAL PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1 and other sections of this division. 1.02 FIELD MEASUREMENTS AND COORDINATION A. Verify all field dimensions to insure close fit with work of other trades. B. Coordinate and install this division's work in proper sequence and cooperation with all

other trades, to insure that total work is completed within contract time schedule. 1.03 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Division 3: Concrete Division 4: Masonry Division 5: Metals Division 7: Thermal and Moisture Protection Division 9: Finishes Division 10: Specialties

1.04 MATERIAL DELIVERY AND HANDLING INSTRUCTIONS A. Lumber

1. Stack all lumber delivered to the jobsite, off ground or on slab in a manner to

assure proper drainage, ventilation and protection from weather and damage. Store all interior wood items indoors, and protect as hereinbefore stated.

B. Millwork and Other Plastic Laminate Items

1. Deliver no material to project until building is dried in and millwork installation is

ready to proceed, as verified by ARCHITECT and OWNER. Store all items inside building, completely covered by heavy gauge polyethylene sheets. Store out of way of construction operations and traffic. After installation, protect countertops with corrugated box board.

END OF SECTION 06000

Page 51: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06100-1

06/2008

SECTION 06100 / ROUGH CARPENTRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1 and other sections of this division. PART 2 - PRODUCTS 2.01 FRAMING AND FURRING LUMBER A. Number 2 dimension, conforming to "Grading Rules for Southern Pine Lumber", latest

edition, or equivalent grade West Coast Fir or Cedar. Show grade stamps on all lumber. Sizes are shown on drawings.

B. Pressure treat all wood members which are installed in contact with masonry, concrete

or steel with waterborne 0.40 lbs of CCA preservative per cu. ft., as manufactured by Hoover Treated Wood Products, Inc., Chemical Specialties, Inc., or approved equal in accordance with American Wood Preservers Bureau (A.W.P.B.) Standard LP-2.

2.02 PLYWOOD A. DFPA exterior type AC Fir. Use utility grades for all work not exposed to view. B. Birch veneer, 2 sides, with matching solid edge trim. 2.03 ROOF SHEATHING A. 5/8" Thick APA Rated 32/16, Exposure I. 2.04 NAILS AND OTHER FASTENERS A. Nails, bolts, lag screws and other fasteners to be standard products of types and sizes

suitable for intended use. Use galvanized fasteners on all exterior work and for framing in toilet and bath areas. Use finishing nails where face nailing is required for all finish work.

1. Use expansion lead shields and screws or "Tapcon" concrete fasteners for

wood-to-concrete and wood-to-masonry connections. 2. Use cast-in bolts for wood-to-concrete connections, wherever shown on

drawings. 3. Use black iron bolts, nuts, and washers; or lag bolts; for all wood-to-steel

connections.

Page 52: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06100-2

06/2008

4. Use power driven fasteners sized appropriate to material thickness for certain wood-to-concrete or masonry and wood-to-steel installations where approved by the ARCHITECT and OWNER.

PART 3 - EXECUTION 3.01 GENERAL A. Erect all work plumb and true to line. Securely fasten in place by means of nails, bolts,

screws, straps, or other appropriate fasteners. Provide washers under heads of lag screws and under both heads and nuts of bolts where both are in contact with wood. Attach wood to steel by means of bolts with heads and/or nuts countersunk where required. Neatly make joints. Carefully perform workmanship as judged by ARCHITECT. Refer to drawings for location and configuration of work.

3.02 BLOCKING, FRAMING AND FURRING A. Install miscellaneous framing lumber, furring, blocking, and grounds for other trades as

indicated on drawings, and elsewhere as judged by ARCHITECT. This includes but is not limited to:

1. Blocking for fascia system and roof edge blocking, if required. 2. Continuous framing for roof penetrations, where required. 3. Solid wood support framing minimum 2x8 in all framed wall systems for wall-

hung millwork, chalkboards/tackboards, wall hung lavatories, water coolers, toilet room accessories, hardware items or other equipment.

4. Plywood backboard for telephone/data equipment. 5. P.T. 1x4 furring under roof sheathing. 6. Solid wood blocking behind door stops in stud walls. 3.03 ROOF CURB CONSTRUCTION A. Self-Curbed Roof-Penetrating Items: install pressure treated wood blocking for proper

fastening and support of equipment; bolt wood blocking to metal roof frame. See drawings for details and sizes.

B. Set all roof curb sides plumb and tops level, unless indicated otherwise on the

drawings. 3.04 ROOF SHEATHING ON SLOPED ROOFS A. Install pressure treated 1x4 furring at 24" o.c. running up the roof slope. Secure to roof

deck with two galvanized #10 flat head, self tapping screws at 24" o.c. staggered. Note that space between nailers and deck is to remain open and unobstructed from eave vent to ridge vent. Hold nails 2" from valleys; install no cross blocking that would block air flow.

Page 53: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06100-3

06/2008

1. Minimum penetration of screws through metal deck is three pitches of threads, through lowest flute.

B. Over nailers install roof sheathing using galvanized #10 flat head, self tapping screws

extended through furring and secured to metal deck. Space screws at 6" o.c. at panel edges and 12" o.c. at intermediate supports.

1. Minimum penetration of screws through metal deck is three pitches of threads,

through lowest flute. 2. Gauge all plywood joists 1/8" to allow for expansion. END OF SECTION 06100

Page 54: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06200-1

06/2008

SECTION 06200 / FINISH CARPENTRY PART 1 - GENERAL 1.01 RELATED DOCUMENTS

A. Conform to Division 1 and other sections of this division. PART 2 - PRODUCTS 2.01 FINISH LUMBER A. Oak Trim: Clear red oak, sizes as indicated. 2.02 NAILS AND OTHER FASTENERS A. Nails, bolts, lag screws and other fasteners to be standard products of types and sizes

suitable for intended use. Use galvanized fasteners on all exterior work and for framing in toilet and bath areas. Use finishing nails where face nailing is required for all finish work.

PART 3 - EXECUTION 3.01 GENERAL A. Erect all work plumb and true to line. Securely fasten in place by means of nails, bolts,

screws, straps, or other appropriate fasteners. Provide washers under heads of lag screws and under both heads and nuts of bolts where both are in contact with wood. Attach wood to steel by means of bolts with heads and/or nuts countersunk where required. Neatly make joints. Carefully perform workmanship as judged by ARCHITECT. Refer to drawings for location and configuration of work.

3.02 MISCELLANEOUS FINISH CARPENTRY A. Install shapes and profiles as detailed using galvanized finishing nails or other suitable

fastener. Set nail heads, or countersink screws with wood plugs for finish by Division 9.

END OF SECTION 06200

Page 55: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07000-1

06/2008

SECTION 07000 / THERMAL AND MOISTURE PROTECTION, GENERAL

PART 1 - GENERAL 1.01 CONTRACT PROVISIONS A. Conform to Division 1, General Requirements, which applies to all sections of this

Division 7. Provisions of this Section 07000 also apply to all sections of this Division 7. The articles contained in this section may modify, delete or add to the provisions of the conditions of the Contract.

1.02 FIELD MEASUREMENTS AND COORDINATION A. Verify all field dimensions to insure close fit with work of other trades. B. Coordinate and install this division's work in proper sequence, and in cooperation with

all other trades. Insure that total work is completed within contract time schedule. 1.03 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Division 3: Concrete Division 4: Masonry Division 5: Metals Division 6: Wood and Plastic Laminates Division 7: Thermal and Moisture Protection Division 8: Doors and Windows Division 15: Mechanical Division 16: Electrical

1.04 ACCEPTANCE OF SURFACES A. Prior to commencement of work, inspect all surfaces to receive work. Verify that work

of other trades which penetrates roof deck or requires men and equipment to traverse roof deck has been completed. Examine surfaces for inadequate anchorage, foreign material, moisture, and unevenness which would prevent the execution and quality of application of roofing system as specified. Do not proceed with application of roofing system until defects are corrected.

B. Notify ARCHITECT in writing of any conditions which in CONTRACTOR'S judgment

prevent installation meeting all requirements of this specification. Beginning of work constitutes CONTRACTOR'S acceptance of surfaces.

1.05 STRUCTURAL DESIGN REQUIREMENTS A. Structural design of systems will be the responsibility of the manufacturer and is to be

designed to comply with the Florida Building Code along with additional wind loading as follows:

Page 56: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07000-2

06/2008

1. Code Conformance: Design of system shall comply with the requirements of

the Florida Building Code, SREF and ASCE-7, latest edition adopted by D.O.E. except as modified by 1.05, B of this section.

B. EHPA Wind Speed design shall comply with ASCE-7, latest edition adopted by D.O.E.

See architectural drawings for the building(s) required to comply with the EHPA requirement.

1. EHPA Building Envelope shall comply with SBCCI/SSTD-12 for large missile

impact criteria. Refer to architectural drawings for building envelope path and location.

1.06 PREFABRICATION A. Shop fabricate and assemble items to maximum extent possible and practicable; to

permit installation with minimum amount of field assembly. 1.07 ELECTROLYSIS PREVENTION A. Give all portions of metals which come in contact with masonry or concrete two (2)

coats of bituminous paint. When two dissimilar light metals come in contact, paint each contact surface with one (1) coat of bituminous paint.

1.08 QUALIFICATIONS A. Perform all work specified herein only by recognized firm regularly engaged in

performing this type of work. 1.09 SPECIAL MATERIAL DELIVERY AND HANDLING INSTRUCTIONS

A. Deliver materials in manufacturer's original, unopened containers and rolls with labels

intact and legible. Deliver materials requiring fire resistance classification to the job with labels attached and packaged as required by labeling service.

B. Deliver materials in sufficient quantity to allow continuity of work. C. Handle rolled goods so as to prevent damage to edge or ends. Select and operate

material handling equipment so as not to damage existing construction or applied roofing.

D. Store all roofing materials on clean raised platforms with weather protective covering

when stored outdoors. Store rolled goods on end. Provide continuous protection of materials against wetting and moisture absorption. Protect materials against damage by construction traffic.

E. Remove wet materials from project site.

Page 57: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07000-3

06/2008

F. Store emulsions in temperature above 40 deg. F. 1.10 AFFIDAVIT AND GUARANTEE-WARRANTY A. Roofing and roof flashing subcontractor(s) jointly furnish OWNER affidavit signed by all

parties, then notarized, stating that all products and execution meet standards specified in this division.

B. Both CONTRACTOR and roofing subcontractor(s) responsible for this division's work;

deliver separately and jointly three (3) copies of notarized letters to OWNER guaranteeing maintenance of complete: (1) roof and roof flashing; (2) membrane, and; (3) caulking systems against leakage for two (2) years dating from OWNER'S official acceptance of building.

END OF SECTION 07000

Page 58: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-1 06/2008

SECTION 07513 / MODIFIED ASPHALT ROOFING (RE-ROOFING)

PART 1 – GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 07000 and other sections of this division. 1.02 SCOPE OF WORK A. Testing and inspecting service shall be provided by the OWNER. B. All temporary fence shall be a minimum of 6’ high and be chain link fence. C. Furnish and install modified SBS/Polyester built-up bitumen roofing system

where shown on the drawings, as specified herein, and as needed for a complete and proper installation.

D. All exposed felts shall have the finish roof applied within seven (7) days of

installation. E. Any CONTRACTOR awarded more than two projects, will provide the OWNER a

proposed construction schedule. This schedule must be provided to the OWNER before any pay request will be processed.

F. The CONTRACTOR shall notify the OWNER a minimum of 48 hours prior to the

pre-rock inspection. This inspection shall require the presence of the OWNERS representative and the roof manufacturer.

Inspection Criteria and Corrections:

1. Drylaps: If a dry lap is greater than 1/2” occurs from the edge of the felt,

cut the dry portion and mop over with one ply. This shall also apply with the modified bitumen membrane.

2. Where a drylap occurs at or near a gravel stop, the roof shall be properly spudded back and reflooded with hot asphalt. Ensure that the newly flood coated area is the same elevation as the surrounding roof area.

3. Fishmouths: Slit the fish mouth open if higher than 1/8”, work flat with a gloved hand and mop, one ply over the area.

4. Wrinkles: Any wrinkle higher than 1/8” shall be cut, pressed flat and mop one ply over it.

G. Protection of existing: All existing conduit, cable, support wires, supports, etc.,

are functioning and reasonable working condition when the roof is turned over to the CONTRACTOR for this work. They must remain in good working condition at all times. Any item temporarily relocated must be properly placed back in the original position by the roofing CONTRACTOR. Any special disconnection of

Page 59: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-2 06/2008

existing electrical or other services shall be coordinated with the OWNERS representative and be carried out by the roofing CONTRACTOR.

H. All projects unless specified project specific shall receive 1.0” perlite or wood

fiberboard insulation. I. Follow NRCA standards and details, pertinent codes and manufacturer’s data:

where conflict(s) exists, more stringent requirements prevail. J. Design is based on the use of materials manufactured and/or approved by the

selected roofing manufacturer and the terminology used may include reference to proprietary products of that company. Construe such reference as establishing only the quality of workmanship and materials to be provided under this Section and not as limiting competition.

K. Products of other manufacturers may be proposed in accordance with the

provisions of the Contract. L. No Asbestos Containing Materials (ACM) shall be used on this project. 1.03 QUALITY ASSURANCE A. Use adequate numbers of skilled workmen who are thoroughly trained and

experienced in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section.

B. Manufacturer Qualifications: Shall have manufactured and warranted SBS

Modified Bitumen Systems for at least 10 years in the United States. 1. The manufacturer of the SBS/SIS roofing system which is specified shall

have at least 5 hot asphalt applied modified SBS/SIS or SBS applications within a 50 mile radius which have been installed for at least 5 years. These applications shall be documented and available for site visitation if deemed necessary.

2. The manufacturer of the Primary Waterproofing Membrane shall be currently certified by the International Organization for Standardization as meeting the minimum quality assurance standards outlined in the I.S.O. 9002 program, and shall be registered in the current listing of I.S.O. Certified Manufacturers. The Manufacturers I.S.O. certification number must be included in the bid documents along with the name of the licenses quality assessment auditing firm issuing the certification.

C. Applicator Qualifications: Minimum 5 years experience in applying B.U.R.

Systems; currently a licensed applicator by the roofing system manufacturer, and certified by the manufacturer as having the necessary expertise to properly install

Page 60: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-3 06/2008

the specified system. Applicator must also have installed an average of at least 50,000 sq. ft. in hot asphalt applied B.U.R. projects over the past 5 years.

NOTE: Documentation and references will be required if there is any dispute. D. The CONTRACTOR shall notify ARCHITECT and Testing Service whenever

roofing work is to be done, in sufficient time to arrange inspections. E. The CONTRACTOR shall provide safe access to roof for inspection. F. The Roofing CONTRACTOR shall furnish ARCHITECT and Testing Service all

pertinent job information prior to beginning work in accordance with the ARCHITECT and Testing Service’s directions.

G. The CONTRACTOR shall be required to submit CONTRACTORS Qualification

Statement A305. This shall be an original form and completed in full if required by the OWNER.

H. CONTRACTORS shall be responsible for all measurements. I. Material Manufacturer’s Representative: 1. The materials manufacturer issuing the final guarantee on this roofing

project must have a full time employee with at least 5 years of field experience in all phases of built up roofing that lives within a one hundred (100) mile radius of the proposed project. This employee will serve as a Manufacturers Representative during the project.

2. The Manufacturers Representative cannot be associated with or work for any distributor or CONTRACTOR, or have any financial association with either. Agents/inspectors who represent more than on manufacturer are excluded.

3. Further, the Manufacturers Representative will provide in writing (upon request of the OWNER) and signed by an officer of the corporation complete acceptance of the terms listed not less than seven (7) days prior to the date of the bid. He must also supply the name and phone number of the officer of the corporation who will be signing the document.

a. The materials manufacturer’s representative will be required to

examine the work in progress at least three (3) times per week up to the completion of the specified work, in order to assist in ascertaining the extent to which the materials and procedures conform to the requirements of these specification and to the published instructions of the material manufacturer.

b. The authorized material manufacturer’s field representative shall be

responsible for:

Page 61: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-4 06/2008

(1) Rendering any inspection services the OWNER’S Representative may request.

(2) Keeping the OWNER’S Representative informed after these inspections as to the progress and quality of the work as observed.

(3) Calling to the attention of the CONTRACTOR those matters observed which he considers to be in violation of the contract requirements.

(4) Reporting to the OWNER’S Representative in writing any failure or refusal of the CONTRACTOR to correct unacceptable practices called to his attention.

(5) Supervise the taking of test cuts and the restoration of such areas.

(6) Confirming after completion of the work and based on his observations and tests that he has observed no application procedures in conflict with the specifications, other than those that may have been previously reported. Final payment will not be released until this confirmation has been received by the OWNER.

c. The presence and activities of the material manufacturer’s

representative shall in no way relieve the CONTRACTOR of his contractual responsibilities. In the event of a dispute, the OWNER’S Representative shall have final authority.

d. Non-Compliance with the terms of this specification and ensuing contract can result in either the cancellation of the contract, or complete replacement of the defective areas at the CONTRACTOR’S expense. In the event of cancellation, the OWNER will not be obligated to compensate the CONTRACTOR for any work undertaken. Furthermore, damages caused by water infiltration resulting from the failure of the CONTRACTOR to secure each days work in a weather tight manner, will be corrected at the CONTRACTOR’S expense. Included as damages will be all labor costs incurred by the OWNER as a result of such water infiltration.

J. Requirements of Regulatory Agencies: 1. Underwriter’s Laboratories, Inc.; Built-Up Roof Covering-Class A fire

hazard classification. 1.04 SUBMITTALS A. Submit in accordance with General, Supplementary and Special Conditions. B. Product Data:

Page 62: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-5 06/2008

1. Materials list of items proposed to be provided under this section. Seven (7) sets required.

2. Manufacturer’s specifications and other data needed to prove compliance with the specified requirements.

3. Shop Drawings which have been prepared and checked by the manufacturer, the Roofing CONTRACTOR, and the CONTRACTOR shall be in sufficient detail to show fabrication, installation, anchorage and interface of the work of this section with the work of adjacent trades and including: a. Outline of the roof size. b. Location and type of all penetrations. c. Details of sheet metal work, flashings, treated blocking and like

items. C. Manufacturer’s recommended installation procedures which, when approved by

the ARCHITECT, will become the basis for accepting or rejecting actual installation procedures used on the work.

D. Material Safety Data Sheets for applicable roof system materials. E. Approvals: Factory Mutual (FMRC 1-90) certification for standard wind uplift

approval requirements for Class 1 Fire and Windstorm Classification, include data indicating compliance of materials with specified requirements.

1.05 PRODUCT DELIVERY, STORAGE, HANDLING, CONDITIONS AND SAMPLING A. Delivery of Materials: 1. Deliver materials to the job site in new dry, unopened and well marked

containers showing the product and manufacturers name. 2. Deliver materials in sufficient quantity for continuity of work. B. Storage of Materials: 1. Provide dry area protected from precipitation and humidity. 2. Store ply sheets on ends only, selvage end up; discard rolls that are

flattened, or otherwise damaged; place materials on pallets. Do not stack pallets. 3. Cover tops and sides of stored materials with canvas tarpaulins and

secure weather tight. Manufacturers packaging is not acceptable weatherproof cover.

4. Roof top storage shall be permitted only if approved by the ARCHITECT/OWNER; place material on plywood sheets; disperse material to avoid concentrated loaded.

Page 63: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-6 06/2008

C. Material Handling 1. Handle materials so as to avoid bending or damage.

2. Material handling equipment shall be selected and operated so as not to damage existing construction or applied roofing. Do not operate or situate material handling equipment in locations which hinder smooth flow of vehicular or pedestrian traffic.

D. Project Conditions 1. Weather Condition Limitations: Proceed with roofing work only when

current and forecast weather conditions will permit work to be performed according to manufacturer’s recommendations and warranty requirements. Apply roofing only when surfaces are firm, clean, smooth and dry, and when moisture content of the substrate is below levels specified by the manufacturer.

2. Temporary Roofing: When adverse job conditions or weather conditions prevent permanent roofing and associated work from being installed in accordance with requirements, and the CONTRACTOR determines that roofing cannot be delayed because of need for job progress or protection of other work, proceed with installation of temporary roofing. Roofing installer to provide temporary roofing and to remove it prior to proceeding with permanent roofing work at the CONTRACTORS expense.

3. The CONTRACTOR shall plan work so that he opens up no more roof area than one can re-close in one days operation. The CONTRACTOR shall have on hand adequate covering and protection to cover this area should an unexpected rapid weather change occur. A glaze coat will be permitted to protect the partial assembly (as defined as two (2) plies of fiberglass felts) only is a storm is approaching until the next working day.

NOTE: Anything less than two (2) plies of felts or rainwater on an uncoated

two (2) ply construction shall be automatically rejected. It is specifically pointed out that PHASE ROOFING THE APPLICATION IS NOT PERMITTED. Failure to comply after two working days will result in replacement of the substrate layers. If there is an area exposed or if the partial assembly becomes wet, this workmanship will not be acceptable. The manufacturer may request the CONTRACTOR to make random core cuts in the assembly to determine moisture content. Non-compliance may result in cancellation of the contract. In event of cancellation, the OWNER shall not be obligated to compensate the CONTRACTOR for any work completed in a defective manner.

E. Random Sampling:

1. During the project the OWNERS Representative or ARCHITECT may

secure samples of materials being used on site and/or finished roof

Page 64: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-7 06/2008

assembly and submit samples to an independent testing laboratory for analysis.

2. If tests prove that material is not as specified: a. CONTRACTOR shall pay for testing.

b. CONTRACTOR shall remove unspecified material and replace with specified products at the CONTRACTORS expense.

1.06 SUBSTITUTION OF MATERIALS A. Standard of Quality: The various materials and products specified in the

specifications by name or description are given to establish a standard of quality and of cost for bid purposes. It is not the intent to limit the acceptance to any one material or product specified, but rather to name or describe it as the absolute minimum standard that is desired and acceptable. A material or product of lesser quality would not be acceptable. A bidder intending to furnish an alternate in place of the item specified will be required to submit to the OWNER’S Representative the following information at least ten (10) days prior to the scheduled bid opening date. 1. A sample of the material which he intends to furnish under the bid.

Adhesives, coatings, mastics or sealants samples shall be a 5 gallon sample. A full roll of proposed membranes with a current, dated label with identification.

2. A certificate from an accredited testing laboratory comparing the physical and performance attributes of the proposed material with those of the specified material. An independent laboratory shall perform all tests and qualitative analysis, at the bidder’s expense. Such data shall prove the equality or superiority of the alternate material, and this information must also accompany the bid when it is submitted. The test comparison shall bear a date not exceeding fifty (50) days prior to the date of the bid request.

3. In order to substantiate the equality of performance of the alternate material under actual field use, a bidder offering “or equal” materials shall also submit a list of at least three (3) jobs with his bid, where the proposed alternate materials have been used under similar conditions as specified within a radius of fifty (50) miles from this location. These jobs must each be at least three (3) years old and must be available for inspection by all persons designated as “OWNER Representatives.”

4. Consideration will be given only to those materials that have approval prior to the scheduled bid opening date. Approved alternates shall be accepted by addenda only.

5. The OWNER reserves the right to be the final authority on the acceptance or rejection of any proposed alternate materials.

6. During the course of work, the OWNER will be permitted to secure samples of the substitute materials being used from the containers on the job site and submit them to an independent testing laboratory selected by

Page 65: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-8 06/2008

the representative for comparison, at the bidder’s expense. If the results of the independent testing laboratory prove that the substitute materials are not comparable and equal to the specified materials, the OWNER reserves the right to reduce the total awarded bid amount by twenty percent (20%) assuming full completion and satisfaction of all other specifications, or refuse to make any payment if the project is not completed in accordance with all other specified conditions.

*Failure to comply with all particulars as outlined herein, shall be considered as reason for rejection of bid.

1.07 ADDITIONAL QUALITY ASSURANCE FOR ALL SBS/SIS MODIFIED ASPHALT

MEMBRANES A. In order to achieve the optimum performance characteristics essential to the

long-term performance of a low sloped roof system, the waterproofing membranes should be manufactured in a way that will assure that the desired performance criteria is achieved. Of particular importance in this regard is the method by which rubber compounds are disbursed throughout the membrane and the method by which the reinforcing scrim is introduced into the membrane.

B. Rubberized-Bituminous membranes have superior properties when compared to

non-rubberized-standard bituminous membranes. The rubberized bituminous membranes have superior flexibility and elongation ability. However, as the process of aging occurs, all bituminous membranes harden, including rubberized membranes, and their ability to flex and elongate is reduced. This aging process can quickly reduce the performance properties of membranes with low percentages of rubber content to below optimum performance requirements. This process occurs rapidly with SBS or SEBS levels of 12%-18%. A fail safe level of rubber at 22% minimum will provide the performance required for a full service of the membrane in excess of 30+ years. The 22% rubber content must be fully disbursed uniformly in the rubber-bitumen compound for the optimum performance to be achieved. Simply adding 22% rubber throughout the compound will not achieve the desired performance results over a 30 year life expectancy. The manufacturer of the membrane must have equipment capable of disbursing this high level of rubber into the compound. The SBS/SIS combination is the result of a technique which extends the life span of SBS base roofing membranes. Because of this a fail safe level of 16% minimum will provide the performance required for a full service life of the SBS/SIS membrane in excess of 30 years.

NOTE: The modified asphalt membrane specified for this roofing project is a combination SBS/SIS/ES blended membrane.

C. In order to achieve the optimum dispersion of rubber in the compound high

speed, high sheer disc mixers are required. These mixers generate sufficient frictional heat within the compound to thoroughly and uniformly disburse the rubber modifier throughout the compound. Conventional paddle mixers in typical

Page 66: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-9 06/2008

modified bitumen manufacturing processes are not capable of disbursing more than 12%-15% SBS, SEBS or SIS rubber on a uniform basis. Higher quantities or rubber become too viscous to be properly disbursed into the compound where paddle mixers are utilized.

D. Sample and Test Procedure: Proper rubber dispersion into the compound

should be verified by testing. Samples should be taken at the proposed completion time for blending on the batch sheet. An analysis of the material should be run for the blending criteria. Samples should be collected in small aluminum containers adequately sized for use under an ultra-violet microscope. Samples that contain high quantities of solvent should be dried in an air-circulated oven prior to analysis. If the product is already coated onto a scrim, the modified bitumen should be removed by scraping a cold sample. The sample should be cooled to at least negative 40 degrees Fahrenheit before removal is attempted. An initial analysis of the sample should be done before the coating is removed, but the examined removed coating should be the criteria for the actual analysis of the coating. The product should be analyzed under 20% filtered ultra-violet light and 10 power lens. If the sample is felt to be inadequately mixed, the batch is held for continued mixing. Only after proper dispersion, in correlation to the criteria set out below, will the batch be considered properly mixed and acceptable for shipping or dropping on membranes. For a material to be considered a proper blend, it must show certain distinguishable qualities under ultra-violet microscopy analysis. The polymer, the fluorescing region, must be a continuous phase and take up the majority of the analyzed area. The asphalt, the non-fluorescing region, must be completely disbursed throughout the continuous polymer region, and be of a small and uniform dispersion. The blend will not be considered adequately mixed if the phase shows large aggregations of either polymer or bitumen suspended throughout the main continuance phase, or if the continuance phase does not show fluorescence and in fact is comprised of non-polymeric material. Filled or further modified blends may show some aggregation of material due to the specific reflective qualities of the additives. These results should be recorded and be used for complete and accurate analysis of the blends. Any non-compliant and compliant qualities of the blend should be noted and recorded for analysis. Non-compliant blends should be rejected. NOTE: Photocopies of photographs of acceptable and non-acceptable compound blends are included in these specifications in the detail drawings section.

E. Results and Reports: The blend should be examined for all the above criteria in the prescribed manner, any non-compliant and compliant qualities of the blend should be noted and recorded for analysis both verbally and by photograph.

F. Job Site Verification: The OWNER’S representative reserves the right to spot

check material on the job site and test the material as stated above. Any material found not in compliance will be cause to stop the project and remove all

Page 67: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-10

06/2008

of the manufacturer’s material from the job site at the expense of the manufacturer and/or CONTRACTOR. The OWNER’S representative will have the right to require material be used from a manufacturer that can meet the testing requirement.

NOTE: To avoid any controversy, any SBS/SIS manufacturer wishing to meet the previously listed substitution criteria will also be required to submit a Ultra-violet microscopy analysis photograph showing a sample of the minimum 16% SBS/SIS modified asphalt sample used in the membrane for this particular roofing project. This submitted compound must currently be used in the manufacturing of a modified membrane by this manufacturer and it must look similar to the blend of the specified manufacturer. If this manufacturer is accepted as an alternate to the specified SBS/SIS manufacturer, then the photograph submitted by the manufacturer wishing to be approved as an alternate will be assumed to be a comparable quality standard for the SBS/SIS membrane they will supply for use on this particular roofing project. Any major variance from this standard discovered during the course of this roofing project is grounds for the previous action to be initiated. All testing submitted by independent laboratories.

G. The manufacturer of the Primary Waterproofing Membrane shall be currently

certified by the International Organization for Standardization as meeting the minimum quality assurance standards outlined in the I.S.O. 9001 program and shall be registered in the current listing of I.S.O. Certified Manufacturers. The Manufacturers I.S.O. certification number must be included in the bid documents along with the name of the licensed quality assessment-auditing firm issuing the certification.

1.08 GUARANTEE A. Upon completion of all work and as a condition of its acceptance, the

manufacturer shall deliver to the ARCHITECT two copies of the membrane manufacturer’s roof guarantee covering all work in this section.

B. Manufacturer shall warrant that the work of this section will be water-tight a free

from defects in materials and workmanship for a period of thirty (30) years from the date of acceptance of the work. This guarantee shall be a thirty (30) year PARTNERSHIP PLEDGE “NDL” – NO DOLLAR LIMIT GUARANTEE. The warranty is a 20 year NDL with two 5 tear renewable terms to equal 30 years. There shall be no charge for the guarantee and it shall not be pro-rated. The warranty must be signed by a corporate officer of the manufacturer. The manufacturer shall pay for repairs to the built-up roof system necessary to stop leaks which occur during a twenty (20) year period from date of completion. A roof inspection shall be made annually by the manufacturer for duration of the guarantee. Findings shall be submitted in writing to the OWNER.

Page 68: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-11

06/2008

Annual inspections shall be provided at no additional cost to the OWNER or charged OWNER. As a result of annual inspection any roof repairs or maintenance required to keep the roof in good condition shall be carried out by the OWNER with an approved applicator of the roofing manufacturer. The manufacturer will not be responsible for any damages to the building or its contents or any other consequential damages, and its responsibility is limited to repairing leaks.

C. The CONTRACTOR shall include with submittals a letter from the Roofing System Manufacturer’s guarantee department certifying the manufacture has reviewed the construction documents and will approve specifications and details complying with requirements for specified guarantee. At the completion of the project, the manufacturer and roofing CONTRACTOR in the close out documents/warranty material, shall provide the OWNER a “Final Statement of Compliance.”

D. The roofing CONTRACTOR shall submit a two (2) year workmanship guarantee.

The CONTRACTOR will inspect the roof with the manufacturer’s representative 18 months after completion, and, at the CONTRACTORS expense, correct any workmanship defects before the 24th month following the completion of the project.

1.09 INSPECTIONS A. The roofing manufacturer shall be responsible for providing three (3) inspections

per week by a qualified a full time employee to verify specifications compliance during and until roof construction is completed and accepted by OWNER. An inspection report shall be submitted to the project ARCHITECT on a regular basis. These inspections shall be provided to the OWNER at no additional cost or charge.

B. The roof membrane shall be inspected by the manufacturer’s representative

within one year of certificate of occupancy. 1.10 ASBESTOS A. Detection and disposal of any types of asbestos containing roofing materials that

have been detected shall be the responsibility of the building OWNER. Neither the approved roofing manufacturer nor the roofing CONTRACTOR shall have responsibility for the detection or disposal of any asbestos. The roofing manufacturer not its representatives are certified to identify, handle or monitor asbestos in roofing decking or insulation. Therefore we make no judgments on and hereby disclaim any responsibility for identifying handling or monitoring asbestos.

1.11 ASBESTOS LIMITATIONS

Page 69: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-12

06/2008

A. The building OWNER has been informed, acknowledges and agrees that the roofing manufacturer is not engaged in the business of identifying abating and encapsulating or removing asbestos or asbestos containing materials from the work site and has not agreed to do so herein. In consideration of the provision hereof, the OWNER hereby agrees to indemnify, defend and hold harmless the roofing manufacturer, its OWNERS, officers and employees including the ENGINEER from against any and all liabilities, damages, losses and expenses including but not limited to any claims, demands, or causes of action of any kind, attributable to, arising out of, or replacing to the presence of asbestos or asbestos containing materials related to this project.

PART 2 - PRODUCTS 2.01 NEW PERIMETER GUTTER SYSTEM A. Refer to Section 07714, Gutters and Downspouts. 2.02 TOP SHEET (Field ply with gravel surface)

STRESSPLY “EUV”: (SBS/SIS/ES MULTI-PLY, RUBBER SYSTEM) A. Description: Stressply Elite UV is a polyester and fiberglass reinforced

SBS/SIS/ES (Styrene Butadiene Styrene/Styrene Isoprene Styrene/ Ethylene Styrene) modified roofing membrane designed for use as the waterproofing and reinforcement layer of a built up roofing system. The 80 mil sheet consists of a dual polyester/fiberglass reinforcement sandwiched by a unique SBS/SIS/ES combination modified asphalt mixture. Stressply Elite UV is applied with steep asphalt in conjunction with two or more plies of conventional glass felt underlayment. The unique SBS/SIS/ES combination is the result of a revolutionary technique which extends the life span of SBS based roofing membranes.

B. Composition: The modified rubber component of Stressply Elite UV shall contain

a minimum of 16% Styrene-Butadiene Styrene / Styrene Isoprene Styrene/ Ethylene Styrene) rubber modified polymer. The modified rubber component of a SBS modified membrane shall contain a minimum of 22% Styrene Butadiene Styrene modified polymer.

C. Physical Properties

Modified Rubber Components Softening Point (ASTM D-36) 237°F min. Penetration (ASTMD-5) 17/10 mm Flash Point (Open Cup) >440°F min

Finished Membrane Tensile Strength (ASTM D-2523, D-5147) 73.4° F; 2 in/min Machine Direction 834.0 lbf/in.

Page 70: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-13

06/2008

Cross Machine Direction 851.0 lbf/in. Elongation at maximum tensile (ASTM D-2523, D-5147) 77° F; 2 in/min Machine Direction 6.5% Cross Machine Direction 7.0% Tear Strength @ 73.4°F (ASTM D 4073) Machine Direction 1510.0 lbf/in. Cross Machine Direction 1553.0 lbf/in. Low Temperature Flexibility (ASTM D-5147, ARMA MB-09) passes –4°F Loss of Strength on Heating @ 175°F negligible D. Flexibility at –40°F. When a piece of modified membrane, 1” x8” is bent over a

1/2” mandrel at 30°F, there will be no cracking. E. Thickness. The roof system must be a multi-ply system having a minimum

thickness of 360 mils. F. Manufacturer.

Basis of design: The Garland Company, Inc., Cleveland, Ohio Others: Tremco, Inc., Cleveland, OH, Ecology, Inc., Irvine, CA

2.03 FLASHING MEMBRANE: Stressply “EUV” Mineral: (SBS/SIS/ES Multi-Ply,

Rubber System) A. Description: Stressply Elite UV Mineral is a polyester and fiberglass reinforced

SBS/SIS/ES (Styrene Butadiene Styrene/ Styrene Isoprene Styrene/ Ethylene Styrene)) modified roofing membrane designed for use as the waterproofing and reinforcement layer of a built-up roofing system. The 135 mil sheet consists of a dual polyester/fiberglass reinforcement sandwiched by a unique SBS/SIS combination modified asphalt mixture. Stressply Elite UV is applied with steep asphalt in conjunction with two or more plies of conventional glass felt the underlayment. The unique SBS/SIS/ES combination is the result of a revolutionary technique which extends the life span of SBS based roofing membranes. Mineral surfacing is applied by the manufacturer.

B. Composition: The modified rubber component of Stressply Elite EUV shall

contain a minimum of 16% Styrene Butadiene Styrene/Styrene Isoprene Styrene rubber modified polymer. The modified rubber component of a SBS modified membrane shall contain a minimum of 22% Styrene Butadiene Styrene modified polymer.

C. Physical Properties

Modified Rubber Components Softening Point (ASTM D-36) 237°F min. Penetration (ASTM D-5) 17/10 mm Flash Point (Open Cup) >440°F min

Page 71: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-14

06/2008

Finished Membrane Tensile Strength (ASTM D-2523, D-5147) 77°F; 2 in/min Machine Direction 796.0 lbf/in. Cross Machine Direction 874.0 lbf/in. Elongation at maximum tensile (ASTM D-2523, D-5147) 77° F; 2 in/min Machine Direction 8.6% Cross Machine Direction 9.6% Tear Strength @ 77°F (ASTM D 4073) Machine Direction 1396.0 lbf/in. Cross Machine Direction 1405.0 lbf/in. Low Temperature Flexibility (ASTM D-5147, ARMA MB-09) passes –40°F Loss of Strength on Heating @ 175°F negligible D. Flexibility at –40°F. When a piece of modified membrane, 1” x 8” is bent over a

1/2” mandrel at –40°F, there will be no cracking. E. Manufacturer.

Basis of design: The Garland Company, Inc., Cleveland, Ohio Others: Tremco, Inc., Cleveland, OH Ecology, Inc., Irvine, CA

2.04 PLYSHEETS A. Fiberglass felts 1. Product Description: Asphalt impregnated fiberglass felt, weighing not

less than 11 lbs. per 100 square feet, ASTMD2178, Type IV. 2. Tensile Strength: not less than 50 lbs. per inch. 3. Tear Resistance: not less than 25 lbs. per inch in both directions. 4. Manufacturer: Celotex, Shuller, GAF, Tamko or approved substitution. 5. Tie-Off Ply Sheet: ASTM D-226, Number 15, organic roofing felt. B. Base Sheets 1. Product Description: Asphalt impregnated fiberglass base sheet felt,

ASTM D4601, Type II. 2.05 ROOFING ASPHALT’S – ADHESIVES, MASTICS AND RELATED PRODUCTS A. Asphalt: ASTM D-312-78, Type III. B. Roof Cement: ASTM D-312, Type I, Federal Specification SS-C-153, Type I

(ASBESTOS FREE)

Page 72: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-15

06/2008

C. Primer: ASTM D 41-78 (All cements and primers to be provided by the same manufacturer.)

D. Stainless and heat resisting chromium steel: ASTMA 167. E. Lead: ASTM B 29-79 F. Aluminum alloy: ASTM B209 G. Glass fiber fabric: ASTM D 1668 H. Mineral aggregate: ASTM D 1863 I. Asphalt impregnated glass mat: ASTM D 2178 J. Aluminum coating: ASTM D 2824 2.06 ROOFING SURFACINGS A. Aggregate Surfacing: Gravel, ASTM D 1863, #6, 7, river rock, hard, durable,

opaque, washed free of dirt, loam, fines, sand or other foreign substances. B. Pyramic coating: Energy Star Approved, non-toxic, fire retardant, Acrylic, self-

curing latex polymer coating, brush grade, white color. Reflectivity 81%, Elongation 250%, Dry film thickness 10.5 mils per gallon per 100 sq.ft. ASTM D 4798 by The Garland Company.

2.07 PAINTS, PRIMERS AND SEALANTS A. Primer: Quick drying asphalt primer ASTM D 41-78. Garla-Prime, The Garland

Company, Inc. or approved substitution. B. Sealant: Tuff Stuff, The Garland Company, Inc. or approved substitution. C. Pyramic lap Coating: The Garland Company, Inc. or approved substitution. 2.08 MECHANICAL FASTENERS A. Metal and Wood Decks: Coated screw type fasteners as manufactured by

Buildex (Climaseal with plastic Gearlok, positive lock, plates. Olympic Fasteners or approved substitution.)

B. Tectum Decks: Insuldeck Loc-Nail fasteners by ES Products for base sheets.

Toggle less tectum fasteners with metal pressure plates as manufactured by N.T.B., for insulation boards. Olympic Oly-Lok or approved substitution.

C. Lightweight Concrete: CR Base sheet fasteners by Olympic or approved

substitution.

Page 73: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-16

06/2008

D. Roofing Nails: Non-ferrous, galvanized flat head barbed roofing nails of sufficient

length to obtain maximum penetration of nailers. Annular ring through 1” square discs.

E. Pressure Bar: Product #AL 200 as manufactured by JBD Supply or approved

substitution. 2.09 INSULATION, INSULATING FILLS A. Fiberboard or Perlite roof insulation composed of inorganic fibers.

1. Approved for U.L. fire rated assembly.

2. Meet physical property requirements as specified in Fiberboard ASTM C-208 Perlite ASTM C 728.

3. Thickness: as specified. 4. Fiberboard: Asphalt coated both sides. B. Polyisocyanurate, felt faced: ASTM C 1289. C. Fiberglass: Cellular Glass – ASTM C 522 D. Extruded Polystyrene – ASTM C 578 E. Light weight Concrete – ASTM C 495 2.10 WOOD BLOCKING A. Lumber, Southern Pine or Douglas Fir, No. 2 grade, pressure treated with

chromated copper arsenate (CCA) to meet AWPB, Lp-22, 0.40 retention, marked.

B. Use only wood pressure treated with Pentacholorophenol (Penta WR). C. Plywood sheathing, APA CDX. D. All wood nailers, boxes, etc. Must be completed on the section being worked on

prior to beginning work on a new roof or section. 2.11 DRAINS A. Josam, or Zurn, 4.0” roof drains with clamping ring & strainer or approved

substitution. (Replace five feet (5'-0") of existing drain pipe at connection to drain.)

B. Roof drain flashing, 4 pound sheet lead.

Page 74: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-17

06/2008

2.12 OTHER MATERIALS A. All other materials, not specifically described but required for a complete and

proper installation of the work of this section shall be as selected by the CONTRACTOR subject to the approval of the ARCHITECT.

2.13 FUME RECOVERY SYSTEM A. Description

1. Provide and utilize a Fumeguard System as specified herein, as required to reduce bitumen fuming and odor to the limits stated herein including but not limited to:

a. Roofing b. Heating of Bituminous Materials B. Standards 1. Comply with standards specified in this section and as listed in the general

requirements. C. Qualifications 1. Qualifications of Manufacturer: Products used in the performance of this

work shall be produced by manufacturers regularly engaged in the manufacture or supply of functionally similar items and with a history of successful used acceptable to the OWNER.

2. Qualification of CONTRACTOR: CONTRACTOR to be currently approved by the manufacturer or supplier of the approved roofing system.

3. Qualifications of Operator: The CONTRACTOR and his personnel shall be thoroughly familiar and experienced with the operation of the Fumguard System as specified in this section.

D. REFERENCES 1. Products used in this section shall conform to specification as listed in the

latest edition of the following: a. ASHRAE – Testing Methods (American Society of heating,

Refrigeration, Air Conditioning Engineers). b. OSHA – CTPV’s Concentration in Air OSHA (Occupational Safety

& Health Administration). CTPV’s (Coal Tar Pitch Volatiles) As the Benzene Soluble Fraction of total Particulate.

E. SUBMITTALS

Page 75: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-18

06/2008

1. General: Comply with provisions of the Section which applies to pre-project approval.

2. Product Data: Prior to award of contract with bid submit: a. Complete list of all items proposed to be furnished and utilized

under this section. b. Approved manufacturers or suppliers specifications. c. CTPV’s concentration in Air Test results as per OSHA/NIOSH

methods. d. NIOSH – (National Institute for Occupational Safety & Health). e. Independent testing results relevant to the test standards as

depicted above. F. SCHEDULING 1. Fumeguard System is to be used on a daily basis whenever roofing

bitumen in the kettle or tanker is being heated. The system shall be operated at anytime heating of bitumen creates visible fumes or detectable odors and shall be made fully operational before any odors or fumes are created. If fumes are present while systems are not in use, then bitumen source shall be removed off site.

2. Actual utilization time of the Fumguard System to be coordinated with OWNER.

G. EQUIPMENT 1. Minimum equipment requirements have been listed. All of these products

to be used and bid. 2. Provide a separate line item in unit cost section. 3. Approved equipment is a complete Fumeguard System by Garlock

Equipment Co. Minneapolis, MN or approved substitution. a. Fumeguard System consists of: portable thermal converter

cabinet, 6” in. diameter x 10’-0” foot flexhose, loading door and split hood assembly, 15’-0” LP vapor hose with regulator gauge.

H. FUME RECOVERY UNIT 1. Unit to be equipped to remove fumes and objectionable odors such as:

petroleum oils, VOC’s, sulfur residue, particulates, etc. 2. Combustion device for fume reduction shall be external to and

independent of the primary bitumen heating device (kettle/ tanker) and shall be ducted away from the primary heating device by means of a 6’-0” flexhose no less than 10’ feet in length. Fume reduction device shall be furled by vapor LP only.

Page 76: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-19

06/2008

3. Fume reduction system shall be capable of reductions of emissions of hydrocarbons and particulates at an efficiency level of 99% or greater.

I. EXECUTION 1. Operation of the Fumeguard system shall in every way conform to the

written instruction and/or operator instructions. 2. Operator shall be thoroughly trained and familiar with the function,

design, performance operation and maintenance of the Fumeguard System equipment.

3. Fumeguard System shall be operating at all times while heating bitumen. 4. Fumeguard shall be maintained at all times in accordance with

manufacturer’s instructions. 5. Intakes shall be positioned so that no fume loss occurs at source. 6. Fumeguard System shall be positioned so that no obstruction or air flow

restriction exists either at the intake or exhaust port. 7. Temperature of Fumeguard System shall be maintained in accordance

with manufacturer’s instructions. J. ASPHALT FRAGRANCE ADDITIVE

1. The contractor shall use “Long Lasting Fragrance Mask” – Product code # 34900 By Stanley S. Shoenmann, Inc P.O. Box 977 Clarke, NJ 07066 Phone: 732-382-4222, Fax: 732-381-0330. 2.14 MISCELLANEOUS ROOF ACCESSORIES/FLASHING A. All gravel stops and fascia over 7” will be assembled with a “V” stiffener. B. Cants, asphalt impregnated wood, pressure treated wood, or perlite performed

for a 45 degree angle and 4” rise, or approved substitution with submittal. C. Vent Pipe Flashing shall be a minimum of 1 1/2 lb. lead. D. Pitch Pans: Stainless ASTMA176, Type 304 with ANSI2D finish dead soft, fully annealed, 26 gauge.

Solder: ASTMB32, alloy Grade 60A (60% block tin, 40% pig lead). Flux: Phosphoric acid

E. Vent Pipe Screen: Aluminum mesh and aluminum steel clamps. Treat for

galvanic action between metals. F. Roof Vents: Extruded aluminum, by Jimco or Thaler or approved substitution. G. Expansion Joints: See specified detail drawing provided per project.

Page 77: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-20

06/2008

H. Flashings and Counter Flashings: Mil finish aluminum, thickness 0.040”. Provide a 4” horizontal leg, 1” rise, and 5” drop with a kick out and turn back to attach to a continuous cleat. If insulation thickness requires additional flashing depth from a second piece to cover the distance. Lengths are butted with a cover plate. Counter flashings are used at parapets, A/C curbs and adjoining walls. Use a standard profile no less than 5” wide.

NOTE: exterior cover plates shall be used at all gravel stop/fascia joint systems. I. Gravel Stop: Mil finish aluminum, thickness, .040” Cleat: .050 aluminum. All

cover plates shall be sealed on both sides of the joint for all fascia and gravel stop.

J. All plumbing vent stacks shall be a minimum of 8” from the finished roof surface. K. All existing and new curbs shall be a minimum of 8” from the finished roof

surface. L. The CONTRACTOR shall be responsible for providing and installing saddles and

crickets to remove standing water at all drains and wall connection areas. Any standing water shall dissipate within a 24 hour period.

M. The CONTRACTOR will be responsible for core cutting all roofs per the

OWNERS direction. Notify The OWNER’S Architectural Services Specialist prior to taking cuts. Repair so no leaks occur in the building.

PART 3 - EXECUTION 3.01 GENERAL A. This is an existing functioning building with expensive equipment and skilled

personnel working inside. It is imperative that the CONTRACTOR not allow water intrusion into the building during construction through this operation.

B. Coordinate the work so that no more existing roof is torn off than can be replaced

in that workday. Construct a water cut-off at the intersection of the old and new roof areas.

C. Keep the OWNER advised of any unusual existing conditions. Examples of

unusual conditions would be exceptionally wet area and deteriorated insulating concrete, rotted nailers, damaged roof drains or other accessories. The objective is to do through and complete reproofing.

3.02 EXISTING ROOF STRUCTURE A. Components shall be investigated for compatibility with the proposed reproofing

system. This should include:

Page 78: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-21

06/2008

1. Parapets and curbs 2. Roof mounted equipment and roof accessories 3. Steel decking 4. Structural framing 5. Air space 6. Ceiling 7. Interior conditions and use 8. Core cuts will be taken by OWNER. Information will be provided at the

pre-bid conference upon request. If any of these elements present a problem, contact the OWNERS representative at once prior to the bid opening.

3.03 DECKING A. Decks shall be clean, dry, rigid and free of debris and dirt. Correct any deck

defect before the application of the roofing system. B. It is required that the manufacturer approve the deck as satisfactory to receive

their guaranteed product, but is understood timing is difficult and this is not always possible. If the applicator sees anything unusual, call in the manufacturer’s representative or Polk School inspector who will provide the OWNER with written documentation of the problem and possible solution. By no means is the manufacturer considered to be an expert as a structural ENGINEER and liable for structural engineering recommendations. If needed, the OWNER shall provide a structural ENGINEER for the situation.

C. Precautions shall be taken to prevent bitumen drippage into spaces below the

deck. D. Testing adhesion of the deck by pouring one pint of bitumen, heated to

application temperature over a portion of the deck that could be considered the worst conditions. Bitumen should not foam, or bubble. Upon cooling, one should not be able to strip it clean of the deck.

E. Damaged Deck: Replace damaged decking with like material or OWNER

approved substitute. Existing decks may be gypsum, lightweight concrete, compressed fiber (Tectum), wood or concrete. A unit price shall be provided by the CONTRACTOR for deck repair and/or replacement.

F. Provide decking for the closing of miscellaneous roof openings and repair of

damaged existing roof deck to successfully install the roofs as per Contract Drawings.

G. Steel Decks: 1. Design the units in accordance with AISC “Specifications for Design of

Light Gauge Cold-Formed Structural Members.”

Page 79: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-22

06/2008

2. Provide for a maximum steel fiber stress of 20,000 psi. 3. Provide that live load deflection does not exceed L/240 of the span. 4. Properties: a. Form from galvanized steel sheets complying with ASTM A446,

with a minimum yield strength of 33,000 psi, and coat in accordance with ASTM A525, designation G60.

b. Provide depth and pattern to match existing. H. Tectum Decks: 1. The roof deck material shall be Tectum 1 as manufactured by Tectum,

Inc., Newark, OH, in thickness as required to match existing condition. Provide the product upon which the design is based, or provide equal

products of other manufacturer’s approved in advance by the ARCHITECT.

2. The roof deck material shall have tongue and grooved and beveled edges on the longitudinal sides and square ends. All planks shall be long enough to span multiple purlin spacing except at the ends of runs.

3. Clips used to fasten decking shall be 18 gauge-galvanized steel of type recommended by the manufacturer for type of deck and support steel encountered.

4. Provide that live load deflection does not exceed L/240 of the span. 3.04 ATTACHMENT OF INSULATION A. Uplift resistance must meet a minimum of FM 1-90 wind uplift requirements as

specified by Factory Mutual Research Corporation or ANSI A 58.1 1982. Additional fasteners or adhesives may be required. Use the fastening pattern to meet the latest, to date requirements by Factory Mutual for the building type. See the Technical Project Specifications for each project. Follow guidelines as established by ASCE-7-98 wind load zones and the Florida Building Code, Section 1606.1.4 and Section 423.9.1. See the Technical Project Specifications for each project.

3.05 EXPANSION JOINTS A. All existing roof expansion joints and covers shall be replaced with new

expansion joints and covers as per detailed drawings per project. B. Locate expansion joints so as to not trap water on the roof. 3.06 TEMPORARY WATER STOPS A. Use 2 plies of felt and moppings of asphalt extending at least 10” onto the old

membrane at the end of each days work. This is critical item, and if not attended

Page 80: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-23

06/2008

to, the OWNER will employ his own forces on an emergency basis to do this task and subtract the cost from the CONTRACTORS draw.

B. Water stops must be completely removed from the membranes before resuming

work. Improperly removed water stops can cause roof splits and bitumen drippage.

3.07 INSULATION A. The CONTRACTOR shall use the products specified with the manufacturer’s roof

system and keep in mind the following: 1. CONTRACTOR is responsible to provide insulations as called for in

specifications and as shown in the documents provided. 2. Insulation or composite must be available tapered. No ponding water is

allowed in the finished roof system. 3. CONTRACTOR is responsible for depth of all edge nailers, fascia and

flashing/gravel stop areas. B. Lay insulation boards with edges firmly butted, but not forced together. Cut

boards to neatly fit at perimeters and roof penetrations. Stagger insulation board joints.

C. No tapered insulation shall be applied to covered walk ways unless otherwise

specified. 3.08 GENERAL APPLICATION PROCEDURES A. It is generally agreed that maximum strength between layers of felt is achieved

by the thinnest continuous practice glue line bitumen. Too thin a layer starves the lap, whereas an excessive layer can permit interply movement on sloped roofs. In no place shall felt touch felt.

B. Bitumen Temperature Limitations: Type III & Type IV, Maximum Kettle temperature-500 degrees Type III & Type IV, Point of Application-350 to 400 degrees C. Use manufacturer’s recommended “EVT” temperature when listed. D. Bitumen temperatures below those recommended at the point of application can

result in heavy interply quantities which in turn can potentially contribute to the cause of membrane slippage.

E. When roofing bitumen is excessively overheated and/or held at elevated

temperature for long periods of time, waterproofing qualities are greatly reduced. Close supervision of heating bitumen is good roofing practice. The CONTRACTOR shall provide a means of measuring bitumen temperature in the kettle and lugger as may be requested by the OWNERS representative. Kettles shall have working thermometers.

Page 81: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-24

06/2008

F. If heat is desired during a holding period at the job site while material is not being

drawn off and replenished as under normal usage, kettle temperature should be reduced and not permitted to exceed 325 degrees F. The kettle should be full and lid closed. Temperatures are applicable to job conditions and do not apply to holding or storage kettles in excess of 4 hours. The kettle should be shut off.

G. Asphalt bitumen may be contained in 1000 gallon or greater capacity heated and

automatically controlled closed vessel tankers at 300 degree F for periods not exceeding 96 hours.

3.09 PRE-ROCK INSPECTION A. The manufacturer and OWNER inspection is required prior to the applications of

the flood coat and aggregate surfacing application. The CONTRACTOR shall coordinate this inspection with the roofing manufacturer and the OWNER.

B. Flashing systems with exposed flashing membrane material shall be a

component of, or attached to the roof deck, or roof decks structural system, and should not be applied until the roofing system has been laid out.

3.10 COPING CAP AND COUNTER FLASHING A. Metal wall cap and counter flashing are required. Provisions for nailing the base

ply where required shall be shown in the job details. Counter flashing should not be less than 8” inches nor more than 12” inches above the roof line with a nailer strip 7” inches above the roof line. Case hardened concrete nails driven through flat tin caps may be used where nailers strips have not been provided. Masonry walls shall be asphalt primed and permitted to dry prior to membrane application. Application rate shall be provided by the membrane manufacturer.

3.11 PROJECTIONS AND EXTENSIONS THROUGH THE ROOF A. No penetrations shall be allowed through the perimeter flashing. If this exists

discuss with the OWNERS representative for recommend flashing instructions. 3.12 METAL TREATMENTS A. Any metal flanges that must be incorporated into the roof assembly must be set

on top of the completed membrane, primed mechanically fastened, and the flange stripped in with two additional pieces of membrane. Asphalt flashing cement may be used for stripping in.

3.13 Ponding water is defined as water that does not drain or evaporate within 24

hours after rainfall.

Page 82: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-25

06/2008

3.14 Roof drains shall be thoroughly inspected for serviceability. Check the drain-to-drain pipe connection for water tightness. Check bowl for cracks. Wire brush clean. Taper the insulation down into the opening. Mop membrane down to opening. Set sheet lead in asphalt cement. Set clamping ring. Strip in two plies of felt. Provide cast iron strainers. Plastic not acceptable.

3.15 ROOF MOUNTED EQUIPMENT A. Lift up exhaust fans, check curbs, and replace with pressure treated wood

(plywood not acceptable) if rotted. The CONTRACTOR shall be responsible for all electrical connections and duct work required. Raise all curbs to be a minimum of 8” inches. It may be necessary to fabricate and install equipment stands as specified. Stands shall be painted once installed with rust inhibitive Rustolem paint.

3.16 SKYLIGHT A. In most cases skylights shall be removed. Remove and repair the deck as

specified. Finish the light well below to interior ceiling level to match existing ceiling or as requested by the OWNER.

3.17 CONDUIT AND WIRE A. Raise the conduit, A/C condensation lines, loose low voltage data and

communication wire above the finished roof and support on 4 x 4 pressure treated wood blocks. Secure the blocks the roof surface membrane using approved asphalt mastic. Secure the lines to the blocking with galvanized straps and corrosion resistant screws. Place blocking so there is no visible sag in the lines. Spacing of blocking will differ dependent upon material of the lines or as needed to anchor wires.

3.18 ROOF MOUNTED A/C UNITS A. Cut off existing metal counter flashing. Check curbs for damage and replace with

pressure treated wood as necessary. Install a new cant. Roof up over the cant and side of the curb. If enough room exists, caulk the top of the metal counter flashing with approved urethane sealant.

3.19 PIPE STANDS, CONDUITS A. Use stainless steel pitch pans strip in with two plies of felt and one ply of modified

membrane. The pitch pan shall be filled with approved grout approximately 3/4” from the top of the pan. Top off the pan with an approved sealant. (GARLA-FLEX) Pitch pans must be sized so as to have the wall a minimum of 2” inches away from the surface of the penetration. Fabricate and install matching metal chins hats as possible.

Page 83: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07513-26

06/2008

3.20 LIGHTNING PROTECTION A. Protect and reuse all existing lightning protection. Under each rod, install an

additional piece of surface modified cap sheet membrane (approx. 6” x 6”) set in hot asphalt or cold asphalt mastic. Secure the rod with approved sealant. Have the lightning protection CONTRACTOR take necessary steps so that a Reconditioned Master Label can be issued on the system or a “letter of findings” if no label exists. This is the responsibility of the roofing CONTRACTOR.

3.21 CLEANING AND DISPOSAL A. Remove bituminous materials from all finished surfaces. B. Repair or replace defaced or disfigured finishes caused by work of this section. C. It is the roofing CONTRACTOR’S responsibility to remove from the job site, and

as necessary, safely dispose of all excess materials and debris as a result of the work completed on a daily basis.

3.22 PROTECTION OF EXISTING A. All existing conduit, cable support wires, supports, etc., are functioning and in

reasonable working condition when the building roof is turned over to the CONTRACTOR for his work. They must remain in good working order at all times. Any item temporarily relocated must be properly placed back in the original position by the roofing CONTRACTOR. Disconnection of existing electrical or other services shall be coordinated with the OWNERS Representatives and carried out by the roofing CONTRACTOR.

3.23 INSPECTION CRITERIA AND CORRECTIONS A. Drylaps: If a dry lap greater than a 1/2” occurs from the edge of the felt, cut out

the dry portion, mop over with one ply of felt. B. Fishmouths: Slit the fishmouth if higher than 1/8”, lay it down and mop one ply

over it. C. Wrinkles: Any wrinkle higher than 1/8” shall be cut, laid down and mop one ply

over it. END OF SECTION 07513

Page 84: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07620-1

06/2008

SECTION 07620 / METAL FLASHINGS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 07000 and other sections of this division. B. Where "SMACNA Manual" is referred to in this specification, it shall mean the

"Architectural Sheet Metal Manual”, Latest Edition, as published by the Sheet Metal and Air Conditioning Contractors, National Associations, Inc. Conform also to the National Roofing Contractors Associations (NRCA) Roofing & Waterproofing Manual, latest edition.

1.02 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Division 3: Concrete Division 4: Masonry Division 6: Wood and Plastic Laminates

1.03 COORDINATION A. Fabricate and install this section's work as a coordinated part of other Division 7

moisture protection work, to insure leak-free installation of this section's work and its joints and connections to adjoining surfaces.

1.04 SUBMITTALS A. Submit in accordance with General, Supplementary and Special Conditions. B. Submit producers' data sheets and material samples (minimum 3 x 5 inch size) for

each type of sheet metal CONTRACTOR proposes for this work, together with schedule of materials, thicknesses and application locations for each metal type.

1.05 GUARANTEE A. Guarantee metal flashing work watertight, to OWNER, for two years. PART 2 - PRODUCTS 2.01 Sheet Metal Flashings: Stainless steel, Type 304-2B, (17% chrome, 7% nickel). Use

24 gauge unless indicated otherwise on drawings or herein.

Page 85: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07620-2

06/2008

A. Eave Flashing 1. Drip Edge and Rake Edges: specified in Section 07715/Metal Fascia and Soffit

System or Section 13125/Metal Building Systems. B. Off-Ridge Vent: specified in Section 07720/Roof Accessories. C. Expansion Joints and Counterflashing: 22 gauge, configurations as detailed. D. Sheet Lead: 4 lb. roofer's type. E. Gutters and Downspouts: Refer to Section 07714/Gutters and Downspouts. F. Flashing at Louvers 1. Wall Louvers: sill flashing by Section 10200/Louvers.

2. Gable End Louvers: flashings and trim by Section 07715/Metal Fascia and Soffit Systems.

G. Wall Flashing at Window Sills: comply with Section 04000/Masonry, General. H. Fasteners: nails, rivet's and sheet metal screws, sized appropriately for application, all

stainless steel. PART 3 - EXECUTION 3.01 GENERAL A. Insure that surfaces over which sheet metal is applied are smooth and free from

defects. Make any roughness in joints and surfaces smooth, leaving no sharp edges. Field lap all exposed counterflashing joints which are a part of continuous waterproof or tight sheet metal work, a minimum of six (6) inches. Install only after caulking work on flashings, specified in Section 07920/Sealants, Caulking and Seals is completed. Insure all completed exterior installations are watertight.

3.02 SHEET METAL FABRICATION A. Execute work by skilled mechanics, in accord with best methods accepted within craft.

Form all lines, molding and edges sharp and true, reinforce all points to obtain required stiffness. Seam all edges which will be exposed after installation, except lapped end-to-end flashing joints. Allow for expansion and contraction of underlying construction and continuous runs of sheet metal work. Form and finish all joints and seams neatly, all surfaces free from waves and buckles, and all exterior work watertight.

Page 86: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07620-3

06/2008

3.03 FLASHINGS A. Provide where shown on drawings, and elsewhere as required, for water-tight job. Use

concealed fastenings wherever practicable. Expose fasteners only when approved to do so. Run metal flashings in 8 feet minimum lengths unless construction conditions necessitates shorter pieces. Carefully install Division 15's roof flashings for plumbing vents and drains penetrating roof. Install counter-flashings to 4" minimum cover over

all upturned edges of roofing. Coordinate at wall conditions where counterflashings are to be installed under fascia system or gable ends.

3.04 ROOF MOUNTED EQUIPMENT AND RELATED CURBS A. Refer to details on drawings and as otherwise required to insure a watertight

installation. Fabricate flashing to profiles indicated of 22 gauge sheet. 3.05 COUNTERFLASHING A. Shall be sized for a 4" minimum vertical leg overlapping base flashing such that a

bottom hemmed edge extends to within 1" of top of cant. The top edges shall be securely fastened and sealed against moisture penetrations. Corners are to be mitered and soldered.

3.06 WALL FLASHING A. Refer to details on drawings. Build into wall as work progresses with all joints sealed to

divert moisture to exterior. Wall flashing shall be installed with strict adherence to approved sample wall panel. Refer to Section 04000/Masonry, General, Paragraph 3.01, B.

END OF SECTION 07620

Page 87: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

SECTION 07714 / GUTTERS AND DOWNSPOUTS

PART 1 – GENERAL 1.01 NEW PERIMETER GUTTER SYSTEM A. Prefinished Steel Gutters 1. Gutter shall be formed from 24 gauge aluminum-zinc alloy-coated steel

sheet complete with end pieces, outlet tubes as detailed and other special pieces as required. Fabricate in forty foot sections, sized according to SMACNA’s “Architectural Sheet Metal Manual.” Space expansion joints at forty feet O. C. Furnish 3/16” x 1” (wide) gutter supports spaced 30” o.c. Finish of all pieces shall be Kynar 500.

B. Aluminum Gutters 1. Fabricate and install new 0.040 mill finish aluminum box gutter with

hangers. All joints including miter joints shall be welded the entire length of the joint. Pop rivets, caulking, sealant will not be permitted in joints. Locate outer edge 1" minimum lower than back edge. Siffen outer edge with hemmed return. Loose-lock back edge under edge drip. Install per the latest requirements SMACNA architectural Sheet Metal Manual, Fifth Edition, 1993.

1. Up to 480 square feet of contributing roof area between downspouts; use

6”w x 5”d No 90 degree ‘L’ at bottom is required. 2. Up to 800 square feet of contributing roof area between downspouts; use

8”w x 6”d No 90 degree ‘L’ at bottom is required. 3. Up to 1200 square feet of contributing roof area between downspouts; use

10”w x 8”d No 90 degree ‘L’ at bottom is required. C. Support all gutters at 30” O.C. with one (1”) wide x 1/8” thick stainless steel

hangers and aluminum fasteners. Provide expansion joints maximum 40’-0” O.C. All joints welded.

1. For 6” x 5” box gutter, a minimum of two fasteners per hanger. 2. For 8” x 6” box gutter, a minimum of three fasteners per hanger. 3. For 10” x 8” box gutter, a minimum of three fasteners per hanger. D. Set gutters with slight slope adequate to prevent standing water between

downspouts. Locate and shape outlet thimble to fit downspouts. Size thimble 1/8" less than downspout and extend 4" below butter bottom. Install matching thickness shims between hangers, behind edge drip to allow for continuous cleat.

E. STRAPS: Aluminum double break placed at 48” O.C. Pop rivet each end and

one fastener every 40’-0” (max) to nailer.

Page 88: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

2.02 DOWNSPOUTS A. Fabricate and install 0.0938 or .125 mill finish square tubing. If downspouts

exceed 12’-0” vertical height, use .125 thickness. Weld all connections and seams. Provide vertical opening and welded deflector plate. Turnout shall be at 45 degrees and spill onto precast concrete splash pan. Secure downspouts with "U" brackets fastened to fascia with stainless steel screws set in sealant and to downspouts with rivets.

1. Sizes are specified: 6” x 5” gutter; use 3” x 4” 8” x 6” gutter; use 4” x 5” 10” x 8” gutter; use 6” x 6” 2. Provide aluminum 1/8” x 1” straps at 6'-0" O.C. maximum or as needed.

Downspouts shall not be placed in front of door, window or louver openings.

B. Downspouts shall be placed as shown on drawings or every 40’-0” O.C.

maximum. C. All downspouts shall tie into storm drains. D. Finish: shop finish all assemblies with Kynar 500 paint to match fascia or as

instructed. E. Install only full length panels, no lap joints will be allowed. 2.03 SPLASHBLOCKS A. At locations where downspouts do not tie into storm drains, form and pour new

concrete pads of 2’-0” x 2’-0” in size at the base of each downspout. Downspouts shall be placed to drain water away from the building structure. Precast concrete splashblocks may be acceptable, submit for approval.

END OF SECTION 07714

Page 89: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07715-1

06/2008

SECTION 07715 / METAL FASCIA and SOFFIT SYSTEM PART 1 - GENERAL 1.01 RELATED DOCUMENTS

A. Conform to Division 1, Section 07000 and other sections of this division. B. Where "SMACNA Manual" is referred to in this specification, it shall mean the

"Architectural Sheet Metal Manual”, Latest Edition, as published by the Sheet Metal and Air Conditioning Contractors, National Associations, Inc. Conform also to the National Roofing Contractors Associations (NRCA) Roofing & Waterproofing Manual, latest edition.

1.02 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Section 05400: Cold-Formed Metal Stud Framing Section 07620: Metal Flashings Section 07720: Roof Accessories

1.03 COORDINATION A. Fabricate and install this section's work as a coordinated part of other Division 7

moisture protection work, to insure leak-free installation of this section's work and its joints and connections to adjoining surfaces.

1.04 STRUCTURAL DESIGN REQUIREMENTS A. For all metal roofing, fascia and soffit systems, and associated trim/flashings,

CONTRACTOR/manufacturer/supplier shall supply an engineered layout of all required fasteners and connection details. Shop drawings shall be signed and impression sealed by a Florida Registered Professional ENGINEER to certify that fastenings will safely resist design wind loads in compliance with the Florida Building Code, latest edition adopted by D.O.E. and ASCE-7, latest edition adopted by D.O.E.. Certification to apply to all panels, flashings and accessories.

B. EHPA areas shall be designed for wind loads in accordance with ASCE-7, latest

edition adopted by D.O.E., Category 111 (Essential Buildings). See architectural drawings for the building(s) required to comply with the EHPA requirement.

1. EHPA Building Envelope shall comply with SBCCI SSTD 12-99 for large missile

impact criteria. Refer to architectural drawings for building envelope path and location.

1.05 SUBMITTALS A. Submit in accordance with General, Supplementary and Special Conditions.

Page 90: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07715-2

06/2008

B. Shop drawings shall state that the above criteria is met, include all fastening/installation details, and include a certified statement signed, dated and sealed by a Florida registered structural ENGINEER.

C. Submit producers' data sheets and material samples minimum 12 inch size long piece

of product for each type of sheet metal CONTRACTOR proposes for this work, together with schedule of materials, thicknesses and application locations for each metal type.

1.06 GUARANTEE A. Provide manufacturer's standard 20 year finish performance warranty on all prefinished

fascia and soffit panels, flashings, and accessories. PART 2 - PRODUCTS 2.01 Referenced standard is MBCI, Galvalume Sheet Steel, Kynar 500 finish. Color as

selected from manufacturer standard selection (minimum 20 standard colors.) 2.02 WALL/FASCIA PANELS A. Seam Panel General

Provide vertical seam wall panels at fascia and gable areas as indicated on drawings. Wall panels shall be equal to MBCI 16” Lokseam, 24 gauge with concealed fasteners. Standing seams shall align with roof panel standing seam.

1. Refer to section 1.04 of this section.

B. Seam Panel Finish

Galvalume substrate with Kynar 500 finish. Color to be chosen from Manufacturer’s standard colors (minimum 20 standard colors.)

2.03 SOFFIT PANELS A. General

Provide horizontal soffit panels at location as shown on drawings. Soffit panels shall be equal to Petersen Aluminum Corporation, 0.040 flush aluminum 11” wide x 1” with concealed fasteners.

1. Refer to section 1.04 of this section. 2. Panel (non-perforated unless otherwise noted) is to be used for wall and ceiling

finish in covered walk areas between Buildings. B. Ventilation

25% of soffit area shall be vented (every fourth panel shall be fully perforated). Provide full perforated panels for “attic” ventilation as required to meet vented area percentage.

Page 91: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07715-3

06/2008

1. All panels shall be fully perforated panels (all panels) for walls and ceilings in Covered P.E. areas.

2.04 FLASHINGS Flashings shall be formed from 2.1 material and profiles indicated or otherwise

required which is to include as a minimum: fascia/eave drip, cap, base flashings, bottom drip and closure, top closure, trim around openings, rake trim, outside corner, inside corner, soffit receiver and closure, sealing tape and miscellaneous pieces as required to provide a neat and watertight assembly. All exposed surfaces shall be of same finish.

A. Roof Edge Drip and Rake Trim: Fabricate from 22 gauge sheet with 4" vertical and 4"

horizontal faces, with top face projecting 3/4" beyond vertical face and formed with bottom hem for continuous cleat. Form for 4:12 roof pitch at low roof edge and 90 degrees at rake locations. Provide matching cleat at all. Provide for installation by Section 07310. Finish of roof edge drip and rake trim to match fascia.

1. Space end-to-end joints 1/4". Provide 6" long matching and overlapping covers

for each joint, embedded in mastic. 2. At rake conditions overlap flashing minimum 8" with up slope members on top

of lower member, with laps set in mastic. 2.05 GUTTER AND DOWNSPOUTS A. Refer to Section 07714/Gutters and Downspouts. 2.06 SEALING TAPE AND CAULKING: manufacturer’s standard. 2.07 FASTENERS

Minimum size #8 galvanized screw fasteners of suitable length to secure sheets to plywood sheathing, wood blocking or metal framing channels provided.

2.08 MATERIAL REQUIREMENTS AND FINISH

Sheet to conform to ASTM 792-86 Grade A carbon steel, protected from rust and corrosion by the continuous hot-dip commercial galvanizing process designation G90.

A. Color coat to be manufacturer's standard Kynar 500 finish, 1.0 mils minimum, color as

selected from manufacturer's standard line (minimum 20 standard colors) upon approval of shop drawings. Finish for exterior exposure. Back coating to be polyester .25 mils minimum. Provide manufacturer's standard 20 year finish performance warranty for all fascia and soffit panels, flashing and accessories. 1. All exposed to view surfaces are to receive color coat.

Page 92: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07715-4

06/2008

2.09 Splash Pan A. Construct of .0625 aluminum to conform to SMACNA Manual Plate 36 Configuration,

mill finish. PART 3 - EXECUTION 3.01 Furnish fascia and soffit panels to jobsite in full lengths for each location. All panels to

be prepared at shop to maximum extent. Carefully follow details on drawings and/or approved shop drawings.

A. Fabricate flashing and accessories in maximum lengths, 10 feet minimum. 3.02 FASCIA PANELS A. Install fascia panels with ribs aligned vertically with roof panel seams. Standing seam

ribs shall align from roof ridge to drip edge to bottom of fascia. Secure with concealed screw fasteners to structural back-up material at maximum 24" o.c. Provide all necessary drip edges, cleats, wall flashing and counterflashing as indicated on drawings and as required for watertight installation. Spacing of backup framing may be increased, subject to acceptable certified structural date from panel manufacturer.

3.03 DRIP AT FASCIA, MISCELLANEOUS TRIM A. Form to profiles shown. End-to-end joints are to conform to parts 2.03, A1 and 2.03,

A2. Mitre and bend around corners 12 inches minimum. Install no piece shorter than 5'-0” in length.

3.04 SOFFIT PANELS A. Insert soffit panels into continuous receiver j-channel at wall and screw fasten

concealed edges to framing at each bearing point. Paint exposed fasteners to match soffit panels.

3.05 FASCIA TRIM A. Form to profiles shown. Friction fit under edge drip, firmly snug up to bottom of wood

blocking and screw or nail securely, maximum 24" o.c. Nest bottom edge with minimum 1 1/2" lap at joints. Paint exposed fasteners to match fascia panels.

END OF SECTION 07715

Page 93: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07720-1

06/2008

SECTION 07720 / ROOF ACCESSORIES PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 07000 and other sections of this division. 1.02 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Division 5: Metals Division 6 : Wood and Plastic Laminates Section 07620: Metal Flashings Section 08620: Skylights Division 9: Finishes Division 15: Mechanical

1.03 COORDINATION A. Fabricate and install this section's work as a coordinated part of Division 7 trades, to

insure leak-free installation of this section's work and its joints and connections to adjoining surfaces.

1.04 SUBMITTALS A. Submit in accordance with General, Supplementary and Special Conditions. B. Shop drawings shall state that the above criteria is met, include all fastening/installation

details, and include a certified statement signed, dated and sealed by a Florida registered structural ENGINEER.

C. Submit producers' data sheets, including dimensional characteristics and weights. 1.05 STRUCTURAL DESIGN REQUIREMENTS A. Structural design of systems will be the responsibility of the manufacturer and is to be

designed to comply with the Florida Building Code along with additional wind loading as follows:

1. Code Conformance: Design of system shall comply with the requirements of

ASCE-7, latest edition adopted by D.O.E., except as modified by 1.05, B of this section.

B. EHPA areas shall be designed for wind loads in accordance with ASCE-7, latest

edition adopted by D.O.E., Category 111 (Essential Buildings). See architectural drawings for the building(s) required to comply with the EHPA requirement.

Page 94: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07720-2

06/2008

1. EHPA Building Envelope shall comply with SBCCI/SSTD-12 for large missile impact criteria. Refer to architectural drawings for building envelope path and location.

1.06 GUARANTEES A. Guarantee metal flashing work watertight, to OWNER, for two years. PART 2 - PRODUCTS 2.01 Roof Mounted, Labeled Fire Vent Products are based on Bilco Specifications. Products

of Brostolite, Milcor, Wasco or other manufacturers with products deemed equivalent will be considered for approval.

2.02 SMOKE VENTS A. Model ACD-SH (double vent) 5'-0” x 8'-0” size Acoustical Fire Vent (STC-45). Upper

covers shall be 14 gauge paint bond galvanized steel, prime painted, with 4" beaded flange neatly welded. Insulate covers with 2" thick glass fiber fully covered and protected by a 22 gauge galvanized steel paint bond liner prime painted. Lower covers shall be continuously hinged, 14 gauge paint bond galvanized steel, prime painted. Insulation covers with 2" thick glass fiber, fully covered and protected by a 22 gauge paint bond galvanized steel liner, prime painted.

B. Curb: shall be 14 gauge paint bond galvanized steel, prime painted, formed 16" high at

hinge sides and pitched up five degrees to a fixed insulated center channel. Form curb with a 3 1/2" flange with holes for securing to roof framing. Provide curb with 1" thick rigid fiberboard external insulation. Provide continuous perimeter integral 14 gauge galvanized steel cap flashing, prime painted.

C. Provide vents completely assembled with positive hold/release mechanisms,

compression spring operators, continuous thermoplastic rubber gasket, heavy-duty shock absorbers and pull handles for manual release. Each pair of upper and lower covers to be controlled by a single 165 degree fusible link located on the underside of the lower covers.

D. Vent shall be tested for STC-45 and labeled as being FM approved. 2.03 ROOF CURBS A. Greenheck Corp., or equal, Model GPF and GPFP, 12" minimum high with 5" flashing

flange, .064" aluminum. Size GPFP curbs to equipment requirements at 4:12 roof slope. Provide GPF curbs sized to accommodate Section 08620/Skylights.

2.04 OFF-RIDGE VENT A. Nominal 48 inch long with 12" open throat, 5" flashing flange, pre-finished aluminum.

Color to be selected from manufacturer’s standard.

Page 95: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07720-3

06/2008

2.05 ROOF HATCH A. Manufactured by Bilco Company, New Haven, Connecticut, or as approved: 2'-6" x 3'-0",

Type S-50. Exposed metal surfaces of aluminum, 11 gauge for curb and cover, 18 gauge for cover liner. Furnish complete with curb counterflashing, cover, compensating spring hinges, lifting handles, automatic lock bar, spring latch and padlock lug, minimum 1 inch insulation on cover and curb, and other parts as required to furnish a secure and weathertight installation.

B. Each roof hatch is to include a "LadderUP" Model 1 safety post, extending to 42" above

hatch curb.

PART 3 - EXECUTION 3.01 Secure roof mounted items with mechanical fasteners positively to blocking/framing

sufficient to resist specified code wind forces, fully and securely sealed against moisture penetration/migration.

3.02 ROOF CURBS A. Fabricate to sizes to suit ventilators specified herein, to Division 15 equipment and

Section 08620/Skylights. Top of curb to be set level for all roof mounted equipment. Skylight curbs to be straight 12" height with top parallel to roof slope when installed. 1. Secure flange to roof deck/framing with heavy-duty stainless steel screws. 2. Paint curbs, color as selected.

3.03 OFF-RIDGE VENT A. Refer to Section 07310/Asphalt Shingles for installation. 3.04 SMOKE VENTS A. Smoke vents are required (40 SF total open area each, minimum) and are to be

installed, centered approximately over center of stage as located on the drawings. 1. Metal stud and gypsum board lined vent way down to ceiling, if indicated, is to be

in accordance with Sections 09250/Interior Wall Framing/Ceiling Framing/Plenum Dividers and 09253/Gypsum Drywall.

2. Inside manual pull cable release on smoke vents are to be modified and extended such that the cables are directed from vents above ceiling to the designated wall, then down wall as instructed with handle positioned 48" above stage floor. Provide necessary pulleys and off-set devices and adequate cable to achieve this requirement.

Page 96: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 07720-4

06/2008

3. Secure roof mounted items with mechanical fasteners positively to blocking/framing sufficient to resist specified code wind forces.

4. Secure safety post to ladder below roof hatch.

END OF SECTION 07720

Page 97: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

SECTION 07920 / SEALANTS, CAULKING AND SEALS PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 07000 or other sections of this division. PART 2 - PRODUCTS 2.01 EXTERIOR PACKING A. Closed cell continuous strip sponge neoprene rubber, "Williams EVERPLASTIC

Panel Seals" produced by Williams Products, Inc., 1750 Maplelawn Road, Troy, Michigan 48084; or approved equal. Use #5 profile for concrete joint widths 5/8" and larger and #13 profile for joint widths less than 5/8".

2.02 INTERIOR PACKING A. Braided soft white cotton rope cording. 2.03 PRIMER A. Product made by manufacturer of Thiokol-Based Caulking Compound. 2.04 EXTERIOR CAULKING A. “Tremco Dymeric” multi-part urethane sealant or approved equal by Pecora or Sika

Chemical. 1. Color(s) will be selected for location to match adjoining materials. 2.05 INTERIOR CAULKING (GENERAL USE) A. Synthetic acrylic base, "Tremco Mono 555", or as approved. 1. Use 2.4 material at all thru-wall masonry control joints. 2.06 INTERIOR FLOOR JOINTS A. Two part epoxy joint compound, “Master Builders” Brutem 93, or as approved, for

exposed joints in concrete slabs. B. “Tremco THC-901" for control joints in ceramic/quarry tile floors.

Page 98: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

2.07 MASONRY WALL CONTROL/EXPANSION JOINTS A. Double Wythe Masonry Cavity Wall 1. Install sealant with backer on interior and exterior face of inner wythe and

exterior face of exterior wythe veneer. B. Single Wythe Masonry Wall 1. Install sealant with backer on interior and exterior face of wythe. C. Joint Sealant

1. Unless otherwise required for specialized conditions, joint sealant shall be a moisture-cured, single- or multi-component (depending on the application and required expansion/contraction capabilities), polyurethane-base, non-sag, elastomeric sealant.

2. Sealant depth-to-width ratio at the center of the joint shall be 1:2. 3. Allowable expansion/contraction of the joint shall be ± 25 - 50% of joint width,

depending on the product capabilities. 4. Where applicable, provide a compatible sealant primer.

D. Backer 1. Joint sealant backer is required for all applications.

2. Unless otherwise required for specialized conditions, joint sealant backer shall be a closed-cell, polyethylene rod.

3. Where limitations prevent the use of a backer rod, specify a polyethylene,

selfadhesive, bond-breaker tape shall be used. E. Filler

1. Joint filler shall be specified to provide filling of the gap and to prevent displacement and improper location of the backer.

2. Joint filler shall be a continuous, non-bleeding material compatible with the

joint conditions.

Page 99: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

PART 3 - EXECUTION 3.01 AREAS RECEIVING WORK A. Exterior and interior joints surrounding all louver, door, and window frames; and all

other exterior wall penetrations. Leave weep holes in caulking at 2'-0" centers under all sills.

B. All interior joints where masonry abuts structural steel columns. C. Vertical joints each side of interior intersections of framed interior drywall with

masonry walls. D. Millwork and casework joints against walls. E. Embed all exterior door thresholds in caulking. F. All laps of sheet metal work. G. Penetrations through attic air barriers occurring between suspended ceiling system

and overhead structure. H. Sill flashings at windows. I. Exterior and interior thru-wall control joints. Refer to Section 04000/Masonry,

General. J. Intersections of interior masonry partitions with exterior walls. K. Perimeter ceiling joints where plaster casing bead abutts wall surface. L. Glazing set in hollow steel, wood and metal glazing stops. M. Control joints in hard tile floors. N. Saw cut control joints in all interior floor slabs which are designated to receive a

sealed or painted finish or which are to remain exposed concrete. O. All other areas indicated on drawings; or as necessary, determined by ARCHITECT,

required to seal interior and exterior joints. All exterior and interior joints between dissimilar materials are to be caulked.

3.02 PASSIVE RADON MITIGATION A. Refer to Section 02111/Passive Radon Mitigation

Page 100: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 06/2008

3.03 PREPARATION A. Insure that all surfaces to be worked are completely dry. Thoroughly clean and

scrape all joints. Rake mortar and other foreign materials smoothly from joints. Tape, and otherwise protect from damage, all exposed surfaces adjacent to caulking.

3.04 APPLICATION A. Prime joints with approved primer following manufacturer's printed directions, and

using a brush that will reach all recesses to be caulked. Where joints are excessive, wedge packing into joint and pack tightly to a point approximately 1/2" back of the finish face. Drive caulking compound into joint with proper caulking gun, or knife, which has sufficient pressure to fill all recesses. Caulking gun heads must be of proper size to fit all openings. Butter inside of masonry openings, or surface of frames to be set, with thin neat line of caulking compound. No manufactured caulking beads are permitted. Tool all caulking joints slightly concave and uniformly smooth.

3.05 POINTING A. At completion, neatly point all joints, and remove all excess materials. Neatly cove

internal angles of all caulked joints. Clean all surfaces of adjacent construction, of all excess materials and/or soiled areas resulting from work.

END OF SECTION 07920

Page 101: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09000-1

06/2008

SECTION 09000 / FINISHES, GENERAL

PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, General Requirements, which applies to all sections of this

Division 9. Provisions of this Section 09000 also apply to all sections of this Division 9. The articles contained in this section may modify, delete or add to the provisions of the conditions of the Contract.

1.02 FIELD COORDINATION A. Verify all field dimensions to insure close fit with work of adjoining trades. B. Coordinate and install this section's work in proper sequence and cooperation with all

other trades, to insure that total work is completed within contract time schedule. 1.03 RELATED WORK IN OTHER DIVISIONS/SECTIONS

Division 3: Concrete Division 4: Masonry Division 5: Metals Division 6: Wood and Plastic Laminates Division 7: Thermal and Moisture Protection Division 8: Doors and Windows Division 10: Specialties Division 11: Equipment Division 12: Furnishings Division 15: Mechanical Division 16: Electrical

1.04 SINGLE SOURCE OF FINISH MATERIALS A. Furnish for each trade, all materials visible after completion of work, from single

producing source. 1.05 OTHER APPROVED PRODUCERS A. Products referred to and materials and performance characteristics specified herein,

establish the required quality of performance for this work. Other products which in CONTRACTORS experienced judgment offer equivalent quality, may be submitted for approval as per Division 1.

Page 102: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09000-2

06/2008

1.06 SPECIAL MATERIAL DELIVERY AND HANDLING INSTRUCTIONS A. Deliver all materials to jobsite in undamaged original containers with manufacturer's

labels thereon. Keep dry and soil free. Store above grade in clean dry place. Take care to prevent damage during storage and handling. Insure temperature of storage areas stays within 45 deg. F. to 85 deg. F. temperature range at all times.

B. Protect all ferrous materials from rusting. C. Carefully stack all sheet goods to insure they do not deform during storage. 1.07 INFLAMMABLE MATERIAL A. Take extra ordinary care to prevent fire. Open inflammable material only as needed.

Keep rubbing cloths and oily rags in tightly closed metal containers, or remove from building at close of each day's work. Where inflammable materials are used and building's ventilation is inadequate, provide safety spark-proof fans, and prohibit smoking.

1.08 CLIMATE PRIOR TO INSTALLATION A. Exterior "Wet-Trades" Work: all work shall cease when weather drops below 45 deg.

F. or during periods of rainfall. B. Exterior "Dry-Trades" Work: all work shall cease during damp weather or below 50

deg. F. or until surfaces have thoroughly dried from effect of such weather. Do not commence work when excessive dust or insects are present.

C. Interior "Wet-Trades" Work: all work shall cease when interior building temperature

drops below 45 deg. F. D. Interior "Dry-Trades" Work: do not begin installation work until all "wet-trades" work is

completed, and building is dried out and completely enclosed. Insure that minimum room temperature is 60 deg. F. Provide sufficient ventilation to remove excess moisture.

E. Atmospheric and moisture conditions shall also be in conformance with guidelines

established by manufacturer of each finish product. 1.09 ACCEPTANCE OF SURFACES A. Prior to commencement of work, inspect all surfaces to receive work. Notify

ARCHITECT in writing of any conditions, which in CONTRACTOR'S judgment prevent installations meeting all conditions of this specification. Beginning of work constitutes CONTRACTOR'S acceptance of sub-surfaces. This includes assurance that exterior and interior walls are complete, roofs are properly dried in and otherwise building components are thoroughly dry prior to exterior and/or interior finish wall work.

Page 103: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09000-3

06/2008

1.10 CLEANING OF INSTALLED AND SURROUNDING WORK A. Each Trade's Own Work: following erection, clean all work and leave free of defects.

Refinish all surfaces judged damaged or defective by ARCHITECT, to match adjacent approved finishes. Remove units which are damaged or improperly applied, and replace as directed by ARCHITECT. Remove all debris and surplus materials promptly from site as work progresses.

B. Other Trade's Work: at completion of work, remove all materials spilled, splashed,

splattered, sprayed, smeared or spotted on all surfaces, including glass, light fixtures, other finished and unfinished surfaces, furniture, equipment, fittings, hardware, etc. Promptly and completely repair all damage done. Remove all scaffolding, rags, debris and containers from site. Satisfactorily repair and/or replace damage done to other trade's work through lack of adequate protection, accident or carelessness incidental to painting work, as directed by ARCHITECT.

1.11 PROTECTION A. Each trade is to protect existing and newly finished surfaces from damage during its

work. Cover with a non-staining Kraft paper or polyethylene sheet, etc. Maintain protection in place during work. Remove when work is completed. Correct any damage to existing and/or newly finished surfaces of other trades, caused as result of each working trades' work.

B. Protect all floors from traffic until floor finish has set up. C. Then protect all finish work from soil and damage until OWNER accepts building for

beneficial occupancy. 1.12 EXTRA MATERIALS A. Upon completion of work, deliver any useable broken cartons of finish materials to

OWNER. Refer to specific sections for required excess material to be furnished. PART 2 - FINISH SCHEDULE LEGEND 2.01 GENERAL NOTES A. "Exposed Concrete" listed in Finish Schedule means integrally hardened concrete,

cured and sealed in accord with specifications Section 03000. Excluded from this note are all exterior concrete walks listed in Schedule as numbered spaces. Refer to Division 2 for requirements.

B. "Exposed Concrete With Sealer" shall mean the application of a pigmented sealer in

accordance with Specification Section 09910.

Page 104: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09000-4

06/2008

PART 3 - EXTERIOR FINISH NOTES 3.01 Brick: clear waterproof sealer. 3.02 Exposed Concrete or Block Masonry: painted, color as selected.

3.03 Exposed Flashing, Gutters, Downspouts: no field applied finish required, unless noted

otherwise

3.04 Site Area Light Poles & Bases: painted color as selected, if not factory finished.

3.05 Cement Stucco: painted, color as selected unless integrally colored. 3.06 Roof Mounted Equipment: mfg. prefinished items, no field finishing required, touch-up

damaged surfaces to match existing. Manufactured items not finish painted in shop will require field finish painting. Roof curbs to be painted.

3.07 Exposed Ferrous Metal Items: painted, color as selected. 3.08 Aluminum Walkway System: no field applied finish required, unless noted otherwise. 3.09 Wall/Ceiling Louvers/Access Panels: paint to blend with adjacent surface or color as

selected, if not suitably factory finished. 3.10 Metal Protection Posts: painted, color as selected. 3.11 Metal Fencing: no field applied finish required, unless noted otherwise. 3.12 Overhead Doors: painted, color as selected. 3.13 Hollow Steel Doors, Frames: painted, color as selected. 3.14 Steel Railings (if included): no field applied finish required, unless noted otherwise. 3.15 Metal Fascia and Soffit Panels: factory finished. 3.16 Aluminum Windows: no field applied finish required, unless noted otherwise. END OF SECTION 09000

Page 105: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-1

06/2008

SECTION 09910 / PAINTING PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Conform to Division 1, Section 09000 and other sections of this division. B. Refer to Section 01230/Alternate(s), which affects the scope of this section’s work. C. This section includes surface preparation, painting and finishing of exposed interior

and exterior items and surfaces. 1. Surface preparation, priming, and finish coats specified in this section are in

addition to shop priming and surface treatment specified under other sections. 1.02 Paint all exposed surfaces, except where a surface or material is specifically indicated

not to be painted or is to remain natural. Where an item or surface is not specifically mentioned, paint the same as similar adjacent materials or surfaces. *If color or finish is not designated, the ARCHITECT will select from standard colors or finishes available for approval by OWNER.

A. Painting includes but is not limited to field painting of exposed bare and covered pipes

and ducts (including color coding), and of hangers, exposed steel and iron work and primed metal surfaces of mechanical and electrical equipment, exposed conduit, exposed flashing and sheet metal. The following are representative items to be field painted:

Door grilles. All roof-top equipment, not factory finished. Electric panel covers not located in equipment rooms or janitors closets. Wall louvers, interior and exterior. Sidewall HVAC registers and grilles. Vents at exterior. Exposed metal decking and structure. Outdoor equipment. Safety striping/markings on floor in Industrial Arts, around equipment. Interior wall areas behind fixed wall mounted items such as millwork, chalk and tackboards, mirrors, etc.

B. Painting is not required on pre-finished items, finished metal surfaces, concealed

surfaces, operating parts, and labels. 1. Pre-finished Items not to be painted include the following factory-finished

components: Toilet and shower enclosures Acoustic materials Light fixtures

Page 106: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-2

06/2008

Switchgear Distribution cabinets Metal Roof, Fascia & Soffit Aluminum Walkway Covers Exterior Synthetic Stucco (Integral Color) Over AAC Interior Acrylic Coating (Integral Color) Over AAC

C. Finished Metal Surfaces not to be painted are:

Anodized aluminum Stainless steel Chromium plate Copper Bronze Brass

D. Operating Parts not to be painted include moving parts of operating equipment such

as: Valve and damper operators Linkages Sensing devices Motor and fan shafts

E. Labels: Do not paint over Underwriter's Laboratories, Factory Mutual or other code-

required labels or equipment name, identification, performance rating, or nomenclature plates.

1.03 MATERIAL, EQUIPMENT AND LABOR A. The Painting CONTRACTOR shall furnish all labor, materials, tools, equipment,

scaffolding and/or other structure, and supervision, required for the cartage, unloading, storage, surface preparation, application, and cleanup of the paint and allied products covered by the Specification.

B. All work shall be done in strict accordance with these Specifications and the Design

Drawings. Any deviations from this Specification shall be written into the Scope of Work or issued as an addendum to this Specification.

1.04 MINIMUM SPECIFICATIONS A. If instructions contained in this Specification, bid documents or the Painting Schedule

are at variance with the paint manufacturer's instructions or the applicable standards and codes listed herein, surfaces shall be prepared and paint applied to suit the higher standard as determined by the ARCHITECT.

1.05 RESOLUTION OF CONFLICTS A. The ARCHITECT/OWNER shall be responsible for requesting prompt clarification

Page 107: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-3

06/2008

when instructions are lacking, conflicts occur in the specification and/or paint manufacturer's literature, or the procedure specified is not clearly understood.

1.06 MATERIAL SELECTION A. The paint materials and systems approved for work detailed in the paint schedule shall

be as specified herein. 1.07 SAFETY A. CONTRACTORS performing work specified herein shall abide by all safety and

environmental rules and laws as prescribed by governing agencies. Full compliance shall be the sole responsibility of the CONTRACTOR.

1.08 APPLICABLE STANDARDS AND CODES

SSPC - Steel Structures Painting Council 4400 Fifth Avenue Pittsburgh, PA 15213

OSHA - Occupational Safety and Health Administration

Department of Labor Washington, D.C.

ANSI - American National Standards Institute

1430 Broadway New York, NY 10018

NACE - National Association of Corrosion Engineers P. O. Box 1499 Houston, TX 77001

1.09 COORDINATION OF WORK A. The CONTRACTOR shall be responsible for coordination of his work with other crafts

and CONTRACTORS working on the same job and with the ARCHITECT and OWNER.

1.10 FIELD SAMPLES A. On wall surfaces and other exterior and interior components, duplicate finishes of

prepared samples. Provide full-coat finish samples on at least 4'-0” x 4'-0” of surface until required sheen, color and texture are obtained; simulate finished lighting conditions for review of in-place work.

1. Final acceptance of colors will be from job-applied samples. 2. The ARCHITECT will select one room or surface to represent surfaces and

conditions for each type of coating and substrate to be painted. Apply coatings in this room or surface in accordance with the schedule or as specified. After

Page 108: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-4

06/2008

finishes are accepted, this room or surface will be used for evaluation of coating systems of a similar nature.

3. Material Quality: Provide the manufacturer's best quality paint material for the various coating types specified. Paint material containers not displaying manufacturer's product identification will not be acceptable.

1.11 SUBMITTALS AND SUBSTITUTIONS A. Submit in accordance with General, Supplementary and Special Conditions. B. All bid submittals must be based upon a brand of paint listed herein or accepted by

addendum. No substitution will be allowed after bid opening. 1.12 SUBSTITUTIONS A. A substitute paint system other than as specified may be used if:

1. CONTRACTOR satisfactorily proves and documents that they are equivalent to

the specified (Porter Paint Co.) items in (1) quality, (2) durability, (3) suitability for the intended surfaces, (4) resistance to abrasion and physical damage, (5) efficient in protecting the substrate from corrosion for extended periods, (6) life expectancy, (7) recoating cycles, (8) solids content per volume, (9) dry film thickness per coat, (10) mil square feet per gallon, (11) compatibility with other coating, (12) resistance to chemical attack, (13) submersion limitation, (14) temperature limitations in service and during application, (15) recommended surface preparation for maximum coating life, (16) type and quality of recommended undercoats and topcoats, (17) generic type, and (18) other pertinent criteria.

2. The CONTRACTOR shall submit to the ARCHITECT and OWNER 10 days prior to bid date notarized certificates on the letterhead of the firm manufacturing the proposed substitution certifying (1) that the proposed substitution is the equivalent of the specified material in the qualities specified above, (2) that the list of compared equivalency qualities is accurate, and (3) that the proposed substitution is for the intended use. The CONTRACTOR shall also submit to the ARCHITECT and OWNER on the letter-head of the firm manufacturing the proposed substitution a list of at least five installations similar to the installation for which the products are being proposed, at which installations the proposed products have performed reliably in similar service for at least five years. This list shall include the name, address, and telephone number of the OWNER of each installation, and the name of that OWNER'S employee who is responsible for the maintenance and construction.

3. If the proposed coatings have not been used at the number of installations and for the number of years specified above, the CONTRACTOR shall submit to the ARCHITECT and OWNER on the letterhead of the firm manufacturing the proposed substitution, a statement that the manufacturer will guarantee to furnish a bond from an acceptable surety guaranteeing that the manufacturer of the proposed substitution shall, in case of failure by the proposed substitution

Page 109: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-5

06/2008

within a five year period, promptly pay all costs for material and labor for (1) removal of unsuitable coats, (2) re-preparation of the substrate, (3) recoating with all the cost of the originally specified products.

4. If the proposed substitution requires alteration to the contract work, the CONTRACTOR shall bear all such costs involved and the costs of allied trades affected by the substitution.

5. The CONTRACTOR shall submit to the ARCHITECT and OWNER, the paint manufacturer's current printed information and recommendations and product data sheets both for the proposed substitutions and specified products, and shall submit a list comparing the difference between the proposed substitution and the specified hereinbefore and between the two paint manufacturer's printed information, recommendations, and data sheets.

6. No proposed substitution shall be incorporated in the work until all above submission requirements have been reviewed and accepted by the ARCHITECT and OWNER. No substitutions will be accepted following the submission deadline stated above. All submittal information must be complete to be considered.

7. Accepted alternate producers will be included in an addendum. Failure to be listed shall be interpreted as not being found acceptable.

PART 2 - PRODUCTS 2.01 APPROVED MANUFACTURERS LISTING PAINT SYSTEM 1- PREVIOUSLY PAINTED SURFACES- EXTERIOR

MANUFACTURER MASONRY PRIMER FINISH FINISH

WOOD PRIMER FINISH FINISH

METAL PRIMER FINISH FINISH

PORTER 6015 619 619

515 619 619

296 2710 2710

ICI 3010-1200 2406-XXX 2406-XXX

2406-XXX 2409-XXX

4160-XXX 4308 SERIES 4308 SERIES

SHERWIN- WILLIAMS

A24-100 84A SERIES 84A SERIES

B-42W41 A84 SERIES A84 SERIES

B50 SERIES B54 SERIES B54 SERIES

PPG Pittsburgh Pains

6-808 52-110 52-110

6-609 52-110 52-110

6-204 7-282 7-282

Page 110: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-6

06/2008

System 2 (PREVIOUSLY PAINTED SURFACES-INTERIOR)

MANUFACTURER WALLS PRIMER FINISH FINISH

WOOD PRIMER FINISH FINISH

METAL PRIMER FINISH FINISH

PORTER 9545 9545

832 858 858

296 2710 2710

ICI 1030-1200 1030-1200

1030-1200 1030-1200

4160-XXX 4308 SERIES 4308 SERIES

SHERWIN- WILLIAMS

B-70W B-70W

A-48 A-67 A-67

B-50 B-54 B-54

PPG Pittsburgh Pains

16-551/16-599 16-551/16-599

77-560 77-5 77-5

6-204 7-282 7-282

SYSTEM 3 (NEW PAINTED SURFACES-EXTERIOR)

MANUFACTURER STUCCO/CONC PRIMER FINISH FINISH

BLOCK PRIMER FINISH FINISH

WOOD PRIMER FINISH FINISH

METAL PRIMER FINISH FINISH

GALV MET PRIMER FINISH FINISH

PORTER 6015 619 619

896 619 619

515 619 619

296 2710 2710

215 DTM DTM

ICI 41983 2440-100 2407-0100

3010-1200 2440-100 2407-0100

19529 2407-0100 2407-0100

4160-XXX 4308 SERIES 4308 SERIES

SHERWIN- WILLIAMS

A24-100 A84 SERIES A84 SERIES

B-42W41 A84 SERIES A84 SERIES

B42W41 A84 SERIES A84 SERIES

B-50 SERIES B-54 SERIES B-54 SERIES

B66W1 B66 B66

PPG Pittsburgh Paints

6-808 52-110 52-110

16-90 52-110 52-110

6-609 52-110 52-110

6-204 7-282 7-282

90-712 90-374 90-374

Page 111: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-7

06/2008

A. For exterior structural steel columns provide Rust-OLeum C9578 coal tar epoxy where

steel is encased in concrete, one coat 8-10 mil DFT. B. For exterior structural steel columns provide Rust-OLeum #9800 urethane mastic on

exposed steel columns and extend 4” minimum behind concrete encasement, 8 mil DFT.

SYSTEM 4-(NEW PAINTED SURFACES-INTERIOR)

MANUFACTURER STUCCO/CONC PRIMER FINISH FINISH

BLOCK PRIMER FINISH FINISH

DRYWALL PRIMER FINISH FINISH

WOOD PRIMER FINISH FINISH

METAL PRIMER FINISH FINISH

PORTER 1129 9545 9545

896 9545 9545

1129 9545 9545

832 858 858

296 2710 2710

ICI 3010-1200 4418-0100 4418-0100

3010-1200 4418-0100 4418-0100

1030-0100 4418-0100 4418-0100

1916 1902 1902

4160-XXX 4308 SERIES 4308 SERIES

SHERWIN/ WILLIAMS

B28W200 B-70W B-70W

B42W46 B-70W B-70W

B28W200 B-70W B-70W

A-88 A-67 A-67

B-50 B-54 B-54

PPG Pittsburgh Paints

6-2 16-551/16-599 16-551/16-599

16-90 16-551/16-599 16-551/16-599

6-2 16-551/16-599 16-551/16-599

77-560 77-5 77-5

6-204 7-282 7-282

2.02 PREVIOUSLY PAINTED SURFACES (EXTERIOR) A. Exterior Masonry and Stucco: 1. Pretreatment-pressure clean and Fungicide. 2. Pretreatment-treat all cracks, voids and cavities as specified. 3. First coat-Acrylic sealer 4. Finish coats-Gloss Acrylic House paint B. Exterior wood 1. Pretreatment-pressure clean and Fungicide. 2. Scrape and sand all loose and scaling paint to smooth, sound substrate 3. First coat-Acrylic Bonding primer. 4. Finish Coats- Gloss acrylic House paint.

Page 112: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-8

06/2008

C. Exterior Metals 1. Pretreatment-pressure clean and Fungicide. 2. Pretreatment-Remove loose paint, mil scale, rust, etc. by hand tool cleaning (SSPC-SP2) or power tool cleaning (SSPC-SP3). 3. First coat-Rust Inhibitive primer 4. Finish coats-Gloss Alkyd Industrial Enamel. 2.03 PREVIOUSLY PAINTED SURFACES (INTERIOR) A. Drywall, Plaster, Concrete, & Block 1. Pretreatment: Remove loose and failing paint by hand scraping or power

tool cleaning and sand edges smooth. Fill holes and gouges with filler appropriate for the substrate (such as joint compound, spackling paste, concrete patch, mortar, etc. Sand or tool patched areas smooth as necessary before priming areas and patches.

2. First coat-Acrylic Primer 3. Finish coats-Acrylic Water based Epoxy Finish Semi-Gloss. B. Wood (Doors, shelves & misc. wood with stained or natural finish.)

1. Pretreatment- Remove loose and failing coating by hand or power tool cleaning and lightly sand sound varnish to degloss and profile the surface. Fill holes and gouges with wood patch. Sand or tool patched areas smooth as necessary before staining or varnishing.

2. Pretreatment-Repair scratches or damaged areas with wiping stain or colored putty and touch up with varnish.

3. Finish coats- Apply Polyurethane Gloss Varnish or other matching finish. C. Interior Ferrous Metals

1. Pretreatment- Treat all bare metal with #79 Metalprep. 2. Rust inhibitive Metal Primer 3. Finish coats-Gloss Alkyd Industrial Enamel.

2.04 NEW PAINTED SURFACES (EXTERIOR) A. Exterior concrete and stucco

1. First coat-Acrylic Sealer 2. Second coat-Elastomeric coating 3. Finish coat-Gloss Acrylic House Paint

B. Exterior Concrete block

Page 113: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-9

06/2008

1. First coat- Acrylic block filler 2. Finish coats-Gloss Acrylic House paint.

C. Exterior Wood

1. Alkyd primer 2. Finish coats-Gloss Acrylic House Paint.

D. Exterior Ferrous Metals (Prep metal frames and doors as per Hollow Steel door and

frame specification.)

1. Pretreatment- Treat all bare metal with #79 Metalprep. 2. Rust inhibitive Metal Primer 3. Finish coats-Gloss Alkyd Industrial Enamel.

E. Exterior Galvanized Metals (Prep metal frames and doors as per Hollow Steel door

and frame specification.)

1. Pretreatment- Treat all bare metal with #79 Metalprep. 2. Rust inhibitive Metal Primer 3. Finish coats-DTM Acrylic Gloss Enamel.

2.05 NEW PAINTED SURFACES (INTERIOR) A. Drywall and Plaster/Stucco

1. First coat- Acrylic primer 2. Finish coats- Acrylic Water Based Epoxy semi Gloss.

B. Concrete and Concrete block

1. Heavy duty Acrylic Block filler. 2. Finish coats- Acrylic Water Based Epoxy semi Gloss.

C. Wood (Doors, shelves & Misc. wood with stained or natural finish.)

1. Repair construction defects as necessary. Fill openings and nail holes with wood Putty or filler. Lightly sand all surfaces prior to first coat of stain or varnish.

2. Wood stain 3. Second coat- Gloss Urethane Varnish thinned 1-2 oz 5132 thinner per

gallon. 4. Third coat- Gloss Urethane Varnish.

D. Interior Metal (Doors, frames, and miscellaneous metals) (Prep metal frames and

doors as per Hollow Steel door and frame specification.)

Page 114: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-10

06/2008

1. Pretreatment- Remove loose paint, mil scale, rust by hand tool cleaning (SSPC-SP2) or power tool cleaning (SSPC-SP3).

2. First Coat- Rust Inhibitive metal primer 3. Finish coats- Gloss Alkyd Industrial Enamel.

E. Chroma Key Studio wall paint shall be equal to Rosco Chroma Key Green (5711) or Blue (5710).

1. Surface Preparation: Surfaces should be clean, dry and free from dirt and

grease. Prime porous surfaces, except fabrics, using Rosco Tough Prime. If painting a new plaster surface, prime wall with a commercial primer/sealer designed for raw plaster. Then use Rosco Tough Prime as a final preparation.

2. Finish: Matte.

3. Solvent: Water. 4. Binder Type: Vinyl Acrylic. 5. Dilution: Use straight out of the can. If necessary, dilute with water. Diluting

Chroma Key paints may make coverage less even. 2.06 PAINT SYSTEM 5- EPOXY FLOOR SYSTEM A. Refer to Finish Schedule: floor category “concrete with sealer” to receive Epoxy

coating. Porter or other approved manufacturer’s equivalent. B. Materials

1. Selection: Primers, intermediate and finish coats shall be selected from the

schedule of coating systems listed above and which identifies the manufacturer and respective coating systems that are acceptable. Substitutions are prohibited unless specifically approved in writing by the ARCHITECT and OWNER.

2. Thinners: The use of paint thinners shall be avoided and used only when absolutely necessary. In the event a thinner is necessary, only the paint manufacturer's thinner may be used to thin his respective products and in the amount prescribed. Substitutions are prohibited unless approved in writing by the ARCHITECT and OWNER.

3. Paint Additives: Paint additives are prohibited and may only be used with the written approval of ARCHITECT/OWNER and are specifically approved by the manufacturer's printed literature, or letter of acceptance.

4. Colors: Colors for individual items shall be as specified in the Painting Schedule. Colors shall not be substituted without written approval of the ARCHITECT and OWNER.

C. Equipment

Page 115: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-11

06/2008

1. Oil and Water Separators: Effective oil and water separators shall be used in all compressed air lines serving spray painting and sandblasting operations to remove detrimental oil and moisture from the air. Separators shall be placed as far as practical from the compressor.

2. Condition: Equipment shall be in first class condition and where applicable, shall comply with the recommendations of the paint manufacturer.

3. Safety Equipment: All safety equipment shall comply with plant, state, local and federal regulations. The CONTRACTOR will be responsible for proper safety equipment and its use.

2.07 PAINT SYSTEM 6 - CONCRETE SEALER SYSTEM A. Refer to Finish Schedule: floor slabs scheduled as “concrete with sealer” to receive

pigmented sealer specified herein. B. Materials

1. Silicone acrylic concrete sealer as manufactured by H&C Concrete Coatings.

Color selected from full Standard Color Palette. 2. Cleaner: H&C De-Greaser or as approved by Manufacturer. 3. Etching Solution: H&C Concrete Etching Solution or as approved by

manufacturer. 4. Sealant: elastomeric type compatible with sealer material. C. Execution

1. Remove all loose dirt, grease or other deleterious materials and prepare all

joints and cracks in concrete slab to provide Radon-Resistant Construction as specified in Section 07920. Patch all pock marks.

2. Etch slab surface with Etching Solution per manufacturer’s recommendations. Rinse thoroughly and allow to dry completely, minimum 24 hours. If necessary, etch a second time to “open surface pores” to insure proper penetration and bond of the concrete sealer.

3. Seal all cracks and joints as specified in Section 07920 with compatible elastomeric sealant to provide Radon-Resistant Construction.

4. Apply two (2) coats concrete sealer with brush and roller, allowing minimum 12 hour dry time between coats. Apply second coat perpendicular to first coat.

PART 3 - EXECUTION 3.01 GENERAL SURFACE PREPARATION PROCEDURES A. Coordinate with CONTRACTOR timely removal of hardware and hardware

accessories, plates, machined surfaces, lighting fixtures, and similar items in place that are not to be painted, or provide surface-applied protection prior to surface preparation and painting. Following completion of painting operations in each space or area CONTRACTOR is to have items reinstalled by workers skilled in the trade involved.

Page 116: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-12

06/2008

B. Steel and Iron Surfaces 1. The surface of all steel and iron shall first be cleaned and inspected by the

CONTRACTOR to insure that all weld spatter, weld slag, grease and oil and other foreign materials have been removed. Final surface preparation shall be as outlined in Steel.

Prime all steel doors and frames immediately after they are installed into concrete masonry work, both interior and exterior.

2. Wet locations coat with a bituminous coating. 3. Steel Structures Painting Council Surface Preparation (SSPC-SP)

Specification SSPC Number Specifications SSPC-SP 1 Solvent Cleaning SSPC-SP 2 Hand Tool Cleaning SSPC-SP 3 Power Tool Cleaning SSPC-SP 4 Flame Cleaning of New Steel SSPC-SP 5 White Metal Blast Cleaning SSPC-SP 6 Commercial Blast Cleaning SSPC-SP 7 Brush-Off Blast Cleaning SSPC-SP 8 Pickling SSPC-SP 9 Weathering Followed by Blast Cleaning SSPC-SP 10 Near-White Blast Cleaning

4. The CONTRACTOR shall refrain from making final surface preparations to steel

and iron surfaces when the relative humidity is above 85% or when the relative humidity is expected to exceed 85% before the prime coat of paint is applied. The CONTRACTOR shall, at his own expense, rework the steel and iron surfaces in the event the 85% maximum relative humidity is exceeded.

C. Cementitious Materials

Coordinate with CONTRACTOR timely preparation of concrete, concrete masonry block and cement plaster surfaces to be painted, by removing efflorescence, chalk, dust, dirt, grease, oils, and release agents prior to start of painting operation. Roughen as required to remove glaze. If hardeners or sealers have been used to improve curing, use mechanical methods of surface preparation.

1. Use abrasive blast-cleaning methods if recommended by the paint

manufacturer. 2. Determine alkalinity and moisture content of surfaces by performing appropriate

tests. If surfaces are sufficiently alkaline to cause blistering and burning of finish paint, correct this condition before application. Do not paint surfaces where moisture content exceeds that permitted in manufacturer's printed directions.

3. For concrete floors receiving pigmented floor sealer, in addition to the above, verify that slab surface is uniformly smooth and straight. Fill/patch all defects and joints with appropriate material.

Page 117: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-13

06/2008

D. Wood

Clean surfaces of dirt, oil, or other foreign substances with scrapers, mineral spirits, and sandpaper as required. Sand surfaces exposed to view smooth and dust off.

1. Scrape and clean small, dry, seasoned knots and apply a thick coat of white

shellac or other recommended knot sealer before application of primer. After priming, fill holes and imperfections in finish surfaces with putty or plastic wood filler. Sand smooth when dry.

2. Prime, stain, or seal wood to be painted immediately upon delivery. Prime edges, ends, faces, undersides, and backsides of such wood including cabinets, counters, cases, and paneling.

3. When transparent finish is required, use urethane varnish. 4. Backprime paneling on interior partitions where masonry, plaster, or other wet

wall construction occurs on backside. 5. Seal tops, bottoms, and cut-outs of unprimed wood doors with a heavy coat of

polyurethane immediately upon delivery. E. Galvanized Surfaces

1. ALL galvanized products that are to have finish coats are to be field prepped and primed.

2. Clean galvanized surfaces with non-petroleum based solvents so that the surface is free of oil and surface contaminants. Remove pretreatment from galvanized sheet metal fabricated from coil stock by mechanical methods. Top coat with D.T.M. Acrylic Semi-Gloss- two coats, B-66 series.

3.02 PREPARATION OF MATERIALS A. Mixing and Blending: Mechanical mixers, capable of thoroughly mixing the pigment

and vehicle together, shall be used to mix the paint prior to use where required by manufacturer's instructions. Pressure pots shall be equipped with mechanical mixers to keep the pigment in suspension, when required, by manufacturer's instructions, and these pots shall be equipped with two pressure regulators; one for the fluid and one for the air. Otherwise, intermittent hand mixing shall be in accordance with SSPC Volume I, Chapter 4, "Practical Aspects, Use and Application of Paint", supplemented with the manufacturer's recommendations. Hand mixing is allowed for small amounts.

B. Catalysts and Thinners: Catalysts, thinners and other additives shall be used only as

recommended by the coating manufacturer. C. Minimum Temperature: Paint shall be prepared in strict accordance with

manufacturer's recommendations, and proper reacting time shall be observed for epoxies. Failure to comply with this requirement will be cause for rejection of work.

Page 118: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-14

06/2008

3.03 APPLICATION A. Personnel: All work shall be accomplished by skilled workmen, under competent

supervision, familiar with and trained to do this type of work. B. Condition of Application: All paint and protective coatings shall be applied in strict

accordance with the manufacturer's recommendations. Paint shall be applied only on thoroughly clean, dry surfaces and during periods of favorable weather unless otherwise allowed by ARCHITECT. Painting is prohibited when ambient temperatures are below 50 degrees F, or when freshly painted surfaces may be damaged by rain, fog, dust, snow or condensation, or when it can be anticipated that these conditions will prevail during the drying period.

C. Dew Points: No applications shall be made when the dew point and the ambient

temperature are within 5 degrees F of each other, or when the surface temperature of the surface to be painted is within 5 degrees F of having moisture condense on it. The CONTRACTOR shall have proper equipment for checking this condition on the job site at all times. A daily log of temperature, humidity and general weather conditions is required.

D. Workmanship: Materials shall be applied evenly and free of runs, sags and pin holes.

When sprayed, the paint shall be applied with a minimum 25% overlap criss-cross pattern, or as recommended by manufacturer, and then backrolled.

E. Intercoat Contamination: The CONTRACTOR shall take precautions to avoid surface

damage and intercoat contamination. In the event surfaces are damaged or contaminated, they shall be cleaned and recoated at the CONTRACTOR'S expense. Recoating time as specified by the manufacturer's printed instructions shall be adhered to. All coatings applied shall be tinted with contrasting color (half tints) between coats to facilitate inspection.

F. Damaged Prime Coat: Shop primed surfaces which have damaged areas shall be

repaired by the shop fabricator prior to the application of the intermediate or final coat. 3.04 PROTECTION A. General: Proper care and caution shall be followed during the field surface preparation

and painting operation to protect equipment and machinery adjacent to the areas being painted.

1. The CONTRACTOR shall exercise care in the painting of all operable

equipment so that the proper functioning of the equipment will not be affected. 2. The CONTRACTOR shall be responsible for adequately protecting all

Page 119: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-15

06/2008

machinery and plant property from damage due to paint overspray and sandblasting. Overspray damage is the responsibility of the CONTRACTOR.

3.05 CLEANUP A. Defaced Surfaces: At the completion of the work, the CONTRACTOR shall remove all

spilled or splashed paint from surfaces which have been defaced. This requirement shall include excessive overspray.

B. Trash and Debris: The CONTRACTOR shall be responsible for keeping trash and

debris from collecting or being spread across the job site during the course of the job. Oil and solvent soaked rags shall not be allowed to accumulate.

C. Material and Debris Removal: At completion of the work, the CONTRACTOR shall

remove from the job site all painting equipment, scaffolding, surplus materials and debris resulting from his work.

3.06 STORAGE A. Materials: Painting materials shall be fresh and delivered to the job site in the original

packages with seals unbroken and with legible unmutilated labels attached. Packages shall not be opened until they are required for use. Rusty or severely damaged containers are not permitted.

B. Storage Conditions: All painting materials shall be stored in a clean, dry, well-ventilated place, protected from sparks, flame, direct rays of the sun, and excessive heat or cold. The CONTRACTOR shall be solely responsible for the protection and safety of the materials stored by himself at the job site.

C. Inspection

1. Access: The CONTRACTOR shall provide access to the job site and areas of

work at all times during normal working hours for the ARCHITECT, OWNER or representatives thereof. This requirement includes both shop and field work.

2. Equipment: The coating thickness shall be determined by the use of a properly calibrated "Nordson-Mikrotest" or "Elcometer" Dry Mil thickness gauge. The CONTRACTOR shall keep one of these instruments on the job at all times, with calibration equipment, for the use by the OWNER or his representative as well as the CONTRACTOR'S foreman. This instrument shall be used frequently to maintain good control on film thickness. The School Board inspector and their appointed representative will utilize a tooke gauge to determine thickness per coat on all surfaces. The CONTRACTOR shall spot repair these defects at no additional cost. CONTRACTORS are encouraged to use wet film gauges to assure proper film application is achieved per coat.

3. The CONTRACTOR shall have a sling psychrometer or wet and dry bulb thermometers on the job for purposes of checking relative humidity.

4. The OWNER reserves the right to invoke the following test procedure at any

Page 120: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

P-01844 District Office Upgrade Roof Building 2 Storm Damaged

THE SCHOOL BOARD OF POLK COUNTY, FLORIDA 09910-16

06/2008

time and as often as the OWNER deems necessary during the period when paint is being applied. a. The OWNER will engage the services of an independent testing

laboratory to sample the paint material being used. Samples of material delivered to the project will be taken, identified, sealed, and certified in the presence of the CONTRACTOR.

b. The testing laboratory will perform appropriate tests for the following characteristics as required by the OWNER:

Quantitative materials analysis Abrasion resistance Apparent reflectivity Flexibility Washability Absorption Accelerated weathering Dry opacity Accelerated yellowness Recoating Skinning Color retention Alkali and mildew resistance

c. If test results show material being used does not comply with specified

requirements, the CONTRACTOR may be directed to stop painting, remove non-compliant paint, pay for testing, repaint surfaces coated with rejected paint, and remove rejected paint from previously painted surfaces if, upon repainting with specified paint, the two coatings are noncompatible.

5. Rejection: Failure to comply with these specifications in any manner shall be

sufficient cause for rejection of the work and final payment may be withheld until the cause for rejection is corrected.

END OF SECTION 09910

Page 121: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

BID DOCUMENTS

PROJECT MANUAL

District Office – Records Building

ROOF REPLACEMENT PROJECT

PREPARED FOR:

Polk County Public Schools

April 10, 2018

Page 122: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 22 00 – Roof Deck & Insulation Facility Name: District Office – Records Building

Polk County Public Schools

Roof Deck & Insulation

07 22 00 - 2

SECTION 07220 ROOF DECK AND INSULATION PART 1 - GENERAL 1.1 SCOPE OF WORK

A. Main Building: Install tapered roof insulation system over the properly prepared substrate to provide at minimum ¼”:12 slope towards the gutter system.

1.2 RELATED SECTIONS A. Section 06100 - Rough Carpentry

B. Section 07500 - Preparation for Roofing C. Section 07550 - Modified Bitumen Roof Membrane

D. Section 07600 - Flashing and Sheet Metal 1.4 ENVIRONMENTAL REQUIREMENTS

A. Apply insulation only when the weather conditions are in compliance with the roof system limitations.

B. Application of roof system shall immediately follow the installation of the roof insulation.

C. Protect the installed insulation from water penetrations at the end of each day’s work.

1.5 DELIVERY, STORAGE AND HANDLING

A. Deliver products to site with seals and labels intact, in manufacturer's original containers, dry and undamaged.

B. Store all insulation materials in a manner to protect them from the wind, sun and moisture damage prior to and during installation. Any insulation that has been exposed to any moisture shall be removed from the project site.

C. Keep materials enclosed in a watertight, ventilated enclosure (i.e. tarpaulins). D. Store materials off the ground. Any warped, broken or wet insulation boards shall be

removed from the site. PART 2 - PRODUCTS 2.1 INSULATION

Page 123: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 22 00 – Roof Deck & Insulation Facility Name: District Office – Records Building

Polk County Public Schools

Roof Deck & Insulation

07 22 00 - 3

A. GENERAL: Provide all labor, equipment, and materials to install flat and tapered roof insulation systems over the properly prepared deck substrate.

1. Provide preformed, flat and tapered insulation boards where indicated for sloping to internal drains and scuppers or roof edge as indicated.

2. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes at all roof mounted equipment, expansion joints and wherever they are required to prevent ponding rainwater.

3. Contractor is responsible for depth of all edge nailers, facia, and flashing to adjust for height of new insulation, if applicable.

4. Contractor is fully responsible for correct start height of tapered insulation at internal drains and roof edges so as to not have any ponding water at these locations.

5. No ponding water is allowed on the finished roof system.

B. MATERIALS 1. Insulation Boards

a. FLAT AND TAPERED LAYERS: Polyisocyanurate Board Insulation: flat and tapered, rigid, closed cell polyisocyanurate foam core bonded to heavy duty glass fiber mat facers on both major surfaces. Complying with ASTM C 1289. Select sloped insulation as required to achieve a positive slope to roof drains or roof edges. Minimum ¼”:12 slope to all drains, scuppers, or gutter system.

Source of Supply: E’NRG’Y-3; Johns Manville H-Shield; Hunter ACFoam II; Atlas

b. COVERBOARD: High Density Fiberboard - Structodek

1. Thickness: 1/2 inch. 2. Width: 4 feet. 3. Length: [4 feet] [8 feet]. 4. Weight: .700 lb/sq. ft. 5. Flute Span (ASTM E661): 1 5/8” (40mm) 6. Permeance (ASTM E96): greater than 23 perms.

7. R-Value (ASTM C518): 1.3

c. FILL BOARD: Polyisocyanurate Board Insulation: rigid, closed cell polyisocyanurate foam core bonded to heavy duty glass fiber mat facers

Page 124: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 22 00 – Roof Deck & Insulation Facility Name: District Office – Records Building

Polk County Public Schools

Roof Deck & Insulation

07 22 00 - 4

on both major surfaces. Complying with ASTM C 1289. PART 3 - EXECUTION 3.1 INSPECTION OF SURFACES

A. Roofing contractor shall be responsible for preparing an adequate substrate to receive insulation.

1. Verify that work which penetrates roof deck has been completed. 2. Verify that wood nailers are properly and securely installed. 3. Examine surfaces for defects, rough spots, ridges, depressions, foreign material,

moisture, and unevenness. 4. Do not proceed until defects are corrected. 5. Do not apply insulation until substrate is sufficiently dry. 6. Broom clean substrate immediately prior to application. 7. Use additional insulation to fill depressions and low spots that would otherwise

cause ponding water. 3.2 PROTECTION

A. During execution of work covered by this Section, the Contractor shall provide protections for the roof insulation from water and wind penetration at the end of each day’s work.

B. Protect the roof insulation in areas that will receive excessive traffic with a surface protection such as plywood.

C. All workmen shall wear clean, soft rubber-soled shoes for any application work where they may be walking insulation board in place.

3.3 INSULATION INSTALLATION

A. GENERAL

1. All insulation board shall be cut and fitted where the roof deck intersects a vertical surface. The insulation boards shall be cut to fit a maximum of 1/4" away from the vertical surface.

2. Each insulation board shall butt firmly against adjoining panels. All open joints shall be eliminated, and there shall be no uneven surface. Stagger end joints of boards so all open joints will be eliminated.

3. Install no more insulation at one time than can be roofed on the same day. 4. Install temporary water cut-offs at completion of each day’s work and

Page 125: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 22 00 – Roof Deck & Insulation Facility Name: District Office – Records Building

Polk County Public Schools

Roof Deck & Insulation

07 22 00 - 5

remove upon resumption of work.

B. INSULATION ATTACHMENT WITH HOT ASPHALT 1. Ensure all surfaces are clean, dry, free of dirt, debris, oils, loose

gravel/minerals, deteriorated membrane, old insulation and any other contaminants that may prevent adhesion.

2. Maximum insulation board size is 4’x4’ 3. Apply a full mopping of hot asphalt at a rate of 25 lbs. per 100 sq. ft. to the

deck surface. 4. Immediately place insulation boards into wet adhesive. Do not allow the hot

asphalt to skin over before installing insulation boards. 5. Briefly step each board into place to ensure contact with the asphalt.

Substrates with irregular surfaces may prevent the insulation board from making positive contact with the adhesive. Relief cuts or temporary weights me be required to ensure proper contact.

6. All insulation boards shall be cut and fitted where the roof deck intersects a vertical surface. The insulation boards shall be cut to fit a maximum of ¼” away from the vertical surface.

7. In all areas where there are voids or spaces greater than ¼” between the insulation or recovery boards, asphalt filler shall be used to fill the gaps. Insulation shall be compacted until even with surrounding surfaces.

8. Set all flame resistant cant strips in Flashing Bond. 9. Cant Strips/Tapered Edge Strips: Install preformed forty five (45) degree

cant strips at junctures of vertical surfaces. Provide preformed, tapered edge strips at perimeter of edges of roof that do not terminate at vertical surfaces. Tape joints of insulation as per manufacturer’s requirements.

3.5 CLEANING

A. Remove debris and cartons from roof deck. Leave insulation clean and dry, ready to receive roofing membrane.

END OF SECTION 07220

Page 126: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 6

SECTION 07520 MODIFIED BITUMEN ROOF MEMBRANE – HOT APPLIED

PART 1 GENERAL 1.01 SCOPE OF WORK

A. Provide all labor, equipment, and materials to install the specified mineral-surfaced torch-applied modified bitumen roof system over the properly prepared substrate.

B. Testing and inspecting service shall be provided by the OWNER

C. All temporary fence shall be a minimum of 6” high and be chain link fence.

D. Furnish and installed modified SBS built up bitumen roofing system where shown on the drains, as specified herein, and as needed for a complete and proper installation.

E. Any contractor awarded more than two projects, will provide the OWNER a proposed

construction schedule. This schedule must be provided to the OWNER before any pay request will be processed.

F. The CONTRACTOR shall notify the OWNER a minimum of 48 hours prior to the final

inspection. This inspection shall require the presence of the OWNERS REPRESENTATIVE and the roof manufacturer. Inspection Criteria and Corrections: 1. Drylaps: If a dry lap is greater than 1/2” occurs from the edge of the felt, cut the dry

portion and mop over with one ply. This shall also apply with the modified bitumen membrane.

2. Where a drylap occurs at or near a gravel stop, the roof shall be properly spudded back and reflooded with hot asphalt. Ensure that the newly flood coated area is the same elevation as the surrounding roof area.

3. Fishmouths: Slit the fish mouth open if higher than 1/8”, work flat with a gloved hand and mop, one ply over the area.

4. Wrinkles: Any wrinkle higher than 1/8” shall be cut, pressed flat and mop one ply over it.

G. Follow NRCA standards and details, pertinent codes and manufacturer’s data: where

conflict(s) exists, more stringent requirements prevail.

Page 127: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 7

H. Protection of existing: All existing conduit, cable, support wires, supports, etc., are functioning and reasonable working condition when the roof is turned over to the CONTRACTOR for this work. They must remain in good working condition at all times. Any item temporarily relocated must be properly placed back in the original position by the roofing CONTRACTOR. Any special disconnection of existing electrical or other services shall be coordinated with the OWNERS representative and be carried out by the roofing CONTRACTOR.

I. Design is based on the use of materials manufactured and/or approved by the selected

roofing manufacturer and the terminology used may include reference to proprietary products of that company. Construe such reference as establishing only the quality of workmanship and materials to be provided under this Section and not as limiting competition.

J. Products of other manufacturers may be proposed in accordance with the provisions of

the Contract.

K. No Asbestos Containing Materials (ACM) shall be used on this project.

1.02 RELATED SECTIONS

A. Documents affecting work of this Section include, but are not necessarily limited to, any General Conditions, Supplementary Conditions, and Sections in Division I of these Specifications.

1.03 REFERENCES

A. Industry Standards: The Industry Standards listed below refer to the latest date of issue or edition, unless otherwise indicated in this Section. 1. ASTM: American Society for Testing and Materials 2. NRCA: National Roofing Contractors Association 3. American Society of Civil Engineers (ASCE): ASCE 7-10, Minimum Design

Loads for Buildings and Other Structures. 4. IBC: International Building Code 5. SMACNA: Sheet Metal and Air Conditioning Contractors National Association 6. UL: Underwriters Laboratories 7. Factory Mutual Research (FM): Roof Assembly Classification 8. FL Product Approval

• Approval Number: FL12144-R6

• System: C-1 1.04 QUALITY ASSURANCE

Page 128: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 8

A. Use adequate numbers of skilled workmen who are thoroughly trained and experienced

in the necessary crafts and who are completely familiar with the specified requirements and the methods needed for proper performance of the work of this section

B. Manufacturer Qualifications: Shall have manufactured and warranted SBS Modified Bitumen Systems for at least 10 years in the United States.

1. The manufacturer of the SBS/SIS roofing system which is specified shall have at least 5 hot asphalt applied modified SBS/SIS or SBS applications within a 50 mile radius which have been installed for at least 5 years. These applications shall be documented and available for site visitation if deemed necessary.

2. The manufacturer of the Primary Waterproofing Membrane shall be currently certified by the International Organization for Standardization as meeting the minimum quality assurance standards outlined in the I.S.O. 9002 program, and shall be registered in the current listing of I.S.O. Certified Manufacturers. The Manufacturers I.S.O. certification number must be included in the bid documents along with the name of the licenses quality assessment-auditing firm issuing the certification.

C. Applicator Qualifications: Minimum 5 years experience in applying Built-Up Roofing Systems; currently a licensed applicator by the roofing system manufacture, and certified by the manufacturer as having the necessary expertise to properly install the specified system. Applicator must also have installed an average of at least 50,000 sq. ft. in hot asphalt applied BUR projects over the past 5 years. NOTE: Documentation and references will be required if there are any disputes.

D. The CONTRACTOR shall notify ARCHITECT and Testing Service whenever roofing work is to be done, in sufficient time to arrange inspections.

E. A

F. The CONTRACTOR shall provide safe access to roof for inspection. G. The Roofing CONTRACTOR shall furnish ARCHITECT and Testing Service all

pertinent job information prior to beginning work in accordance with the ARCHITECT and Testing Service’s directions.

H. The CONTRACTOR shall be required to submit CONTRACTORS Qualification Statement A305. This shall be an original form and completed in full if required by the OWNER.

I. CONTRACTORS shall be responsible for all measurements.

J. Material Manufacturer’s Representative: 1. The materials manufacturer issuing the final guarantee on this roofing project

must have a full time employee with at least 5 years of field experience in all phases of built up roofing that lives within a one hundred (100) mile radius of the

Page 129: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 9

proposed project. This employee will serve as a Manufacturers Representative during the project.

2. The Manufacturers Representative cannot be associated with or work for any distributor or CONTRACTOR, or have any financial association with either. Agents/inspectors who represent more than on manufacturer are excluded.

3. Further, the Manufacturers Representative will provide in writing (upon request of the OWNER) and signed by an officer of the corporation complete acceptance of the terms listed not less than seven (7) days prior to the date of the bid. He must also supply the name and phone number of the officer of the corporation who will be signing the document.

a. The materials manufacturer’s representative will be required to examine the work in progress at least three (3) times per week up to the completion of the specified work, in order to assist in ascertaining the extent to which the materials and procedures conform to the requirements of these specification and to the published instructions of the material manufacturer.

b. The presence and activities of the material manufacturer’s representative shall in no way relieve the CONTRACTOR of his contractual responsibilities. In the event of a dispute, the OWNER’S Representative shall have final authority.

c. Non-Compliance with the terms of this specification and ensuing contract can result in either the cancellation of the contract, or complete replacement of the defective areas at the CONTRACTOR’S expense. In the event of cancellation, the OWNER will not be obligated to compensate the CONTRACTOR for any work undertaken. Furthermore, damages caused by water infiltration resulting from the failure of the CONTRACTOR to secure each days work in a weather tight manner, will be corrected at the CONTRACTOR’S expense. Included as damages will be all labor costs incurred by the OWNER as a result of such water infiltration.

d. The authorized material manufacturer’s field representative shall be responsible for:

1. Rendering any inspections the OWNER’S Representative may request.

2. Keeping the OWNER’S Representative informed after these inspections as to the progress and quality of the work as observed.

3. Calling to the attention of the CONTRACTOR those matters observed which he considers to be in violation of the contract requirements.

Page 130: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 10

4. Reporting to the OWNER’S Representative in writing any failure or refusal of the CONTRACTOR to correct unacceptable practices called to his attention.

5. Supervise the taking of test cuts and the restoration of such areas.

6. Confirming after completion of the work and based on his observations and tests that he has observed no application procedures in conflict with the specifications, other than those that may have been previously reported. Final payment will not be released until this confirmation has been received by the OWNER.

1.05 SUBMITTALS

A. Submit under provisions of Contract Documents and this section.

B. Product Data: Provide manufacturer’s technical product data for each type of roofing product specified. Include data substantiating that materials comply with specified requirements.

1. Materials list of items proposed to be provided under this section. Seven (7) sets required

2. Manufacturer’s specifications and other data needed to prove compliance with specified requirements.

3. Shop Drawings which have been prepared and checked by the manufacturer, the Roofing CONTRACTOR, and the CONTRACTOR shall be in sufficient detail to show fabrication, installation, anchorage and interface of the work of this section with the work of adjacent trades and including:

a. Outline of the roof size. b. Location and type of all penetrations.

c. Details of sheet metal work, flashings, treated blocking and like items. C. Manufacturer’s Installation Instructions: Manufacturer’s recommended installation

procedures which, when approved by the ARCHITECT, will become the basis for accepting or rejecting actual installation procedures used on the work.

D. Material Safety Data Sheets for applicable roof system materials. E. Approved third party testing facility in accordance with ASTM E108, Class A for

external fire and meets local or nationally recognized building codes. F. Manufacturer’s Wind Uplift Certificate: The physical manufacturer of the modified

bitumen membrane must provide certification that the proposed roof system will be

Page 131: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 11

secured properly to the structure to meet or exceed the specific project wind uplift requirements per Section 1.16 Design and Performance Criteria.

1.06 SUBSTITUTION OF MATERIALS

A. Standard of Quality: The various materials and products specified in the specifications by name or description are given to establish a standard of quality and of cost for bid purposes. It is not the intent to limit the acceptance to any one material or product specified, but rather to name or describe it as the absolute minimum standard that is desired and acceptable. A material or product of lesser quality would not be acceptable. A bidder intending to furnish an alternate in place of the item specified will be required to submit to the OWNER’S Representative the following information at least ten (10) days prior to the scheduled bid opening date.

1. A sample of the material which he intends to furnish under the bid. Adhesives, coatings, mastics or sealants samples shall be a 5 gallon sample. A full roll of proposed membranes with a current, dated label with identification.

2. A certificate from an accredited testing laboratory comparing the physical and performance attributes of the proposed material with those of the specified material. An independent laboratory shall perform all tests and qualitative analysis, at the bidder’s expense. Such data shall prove the equality or superiority of the alternate material, and this information must also accompany the bid when it is submitted. The test comparison shall bear a date not exceeding fifty (50) days prior to the date of the bid request.

3. In order to substantiate the equality of performance of the alternate material under actual field use, a bidder offering “or equal” materials shall also submit a list of at least three (3) jobs with his bid, where the proposed alternate materials have been used under similar conditions as specified within a radius of fifty (50) miles from this location. These jobs must each be at least three (3) years old and must be available for inspection by all persons designated as “OWNER Representatives.”

4. Consideration will be given only to those materials that have approval prior to the scheduled bid opening date. Approved alternates shall be accepted by addenda only.

5. The OWNER reserves the right to be the final authority on the acceptance or rejection of any proposed alternate materials.

6. During the course of work, the OWNER will be permitted to secure samples of

the substitute materials being used from the containers on the job site and submit them to an independent testing laboratory selected by the representative for comparison, at the bidder’s expense. If the results of the independent testing laboratory prove that the substitute materials are not comparable and equal to the specified materials, the OWNER reserves the right to reduce the total awarded bid amount by twenty percent (20%) assuming full completion and satisfaction of

Page 132: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 12

all other specifications, or refuse to make any payment if the project is not completed in accordance with all other specified conditions.

*Failure to comply with all particulars as outlined herein, shall be considered as reason for rejection of bid.

1.07 ADDITIONAL QUALITY ASSURANCE FOR ALL SBS/SIS MODIFIED ASPHALT

MEMBRANES

A. In order to achieve the optimum performance characteristics essential to the long-term performance of a low-sloped roof system, the waterproofing membranes should be manufactured in a way that will assure that the desired performance criteria is achieved. Of particular importance in this regard are the methods by which rubber compounds are disbursed throughout the membrane and the method by which the reinforcing scrim is introduced into the membrane.

B. Rubberized-Bituminous membranes have superior properties when compared to non-rubberized-standard bituminous membranes. The rubberized bituminous membranes have superior flexibility and elongation ability. However, as the process of aging occurs, all bituminous membranes harden, including rubberized membranes, and their ability to flex and elongate is reduced. This aging process can quickly reduce the performance properties of membranes with low percentages of rubber content to below optimum performance requirements. This process occurs rapidly with SBS or SEBS levels of 12%-18%. A fail-safe level of rubber at 22% minimum will provide the performance required for a full service of the membrane in excess of 30+ years. The 22% rubber content must be fully disbursed uniformly in the rubber-bitumen compound for the optimum performance to be achieved. Simply adding 22% rubber throughout the compound will not achieve the desired performance results over a 30 year life expectancy. The manufacturer of the membrane must have equipment capable of disbursing this high level of rubber into the compound. The SBS/SIS combination is the result of a technique that extends the life span of SBS base roofing membranes. Because of this a fail-safe level of 16% minimum will provide the performance required for a full service life of the SBS/SIS membrane in excess of 30 years.

C. In order to achieve the optimum dispersion of rubber in the compound high speed, high sheer disc mixers are required. These mixers generate sufficient frictional heat within the compound to thoroughly and uniformly disburse the rubber modifier throughout the compound. Conventional paddle mixers in typical modified bitumen manufacturing processes are not capable of disbursing more than 12%-15% SBS, SEBS or SIS rubber on a uniform basis. Higher quantities or rubber become too viscous to be properly disbursed into the compound where paddle mixers are utilized.

D. Sample and Test Procedure: Proper rubber dispersion into the compound should be

Page 133: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 13

verified by testing. Samples should be taken at the proposed completion time for blending on the batch sheet. An analysis of the material should be run for the blending criteria. Samples should be collected in small aluminum containers adequately sized for use under an ultra-violet microscope. Samples that contain high quantities of solvent should be dried in an air-circulated oven prior to analysis. If the product is already coated onto a scrim, the modified bitumen should be removed by scraping a cold sample. The sample should be cooled to at least negative 40 degrees Fahrenheit before removal is attempted. An initial analysis of the sample should be done before the coating is removed, but the examined removed coating should be the criteria for the actual analysis of the coating. The product should be analyzed under 20% filtered ultra-violet light and 10 power lens. If the sample is felt to be inadequately mixed, the batch is held for continued mixing. Only after proper dispersion, in correlation to the criteria set out below, will the batch be considered properly mixed and acceptable for shipping or dropping on membranes. For a material to be considered a proper blend, it must show certain distinguishable qualities under ultra-violet microscopy analysis. The polymer, the fluorescing region, must be a continuous phase and take up the majority of the analyzed area. The asphalt, the non-fluorescing region, must be completely disbursed throughout the continuous polymer region, and be of a small and uniform dispersion. The blend will not be considered adequately mixed if the phase shows large aggregations of either polymer or bitumen suspended throughout the main continuance phase, or if the continuance phase does not show fluorescence and in fact is comprised of non-polymeric material. Filled or further modified blends may show some aggregation of material due to the specific reflective qualities of the additives. These results should be recorded and be used for complete and accurate analysis of the blends. Any non-compliant and compliant qualities of the blend should be noted and recorded for analysis. Non-compliant blends should be rejected.

E. Results and Reports: The blend should be examined for all the above criteria in the prescribed manner, any non-compliant and compliant qualities of the blend should be noted and recorded for analysis.

F. Job Site Verification: The OWNER’S representative reserves the right to spot check

material on the job site and test the material as stated above. Any material found not in compliance will be cause to stop the project and remove all of the manufacturer’s material from the job site at the expense of the manufacturer and/or CONTRACTOR. The OWNER’S representative will have the right to require material be used from a manufacturer that can meet the testing requirement.

G. The manufacturer of the Primary Waterproofing Membrane shall be currently certified

by the International Organization for Standardization as meeting the minimum quality assurance standards outlined in the I.S.O. 9001 program and shall be registered in the current listing of I.S.O. Certified Manufacturers. The Manufacturers I.S.O. certification number must be included in the bid documents along with the name of the licensed quality assessment-auditing firm issuing the certification.

Page 134: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 14

Note: To avoid any controversy, any SBS/SIS manufacturer wishing to meet the previously listed substitution criteria will also be required to submit a Ultra-violet microscopy analysis photograph showing a sample of the minimum 16% SBS/SIS modified asphalt sample used in the membrane for this particular roofing project. This submitted compound must currently be used in the manufacturing of a modified membrane by this manufacturer and it must look similar to the blend of the specified manufacturer. If this manufacturer is accepted as an alternate to the specified SBS/SIS manufacturer, then the photograph submitted by the manufacturer wishing to be approved as an alternate will be assumed to be a comparable quality standard for the SBS/SIS membrane they will supply for use on this particular roofing project. Any major variance from this standard discovered during the course of this roofing project is grounds for the previous action to be initiated. All testing submitted by independent laboratories.

1.08 REGULATORY REQUIREMENTS

A. Taxes, Permits, and Fees: Unless as otherwise noted, the Contractor shall give notices, pay all fees, permits and comply with all laws, ordinances, rules and regulations bearing on the conduct of work. Contractor must comply with all state, federal and local taxes. The Contractor shall accept sole and exclusive responsibility for any and all state and federal taxes with respect to Social Security, old age benefits, unemployment benefits, withholding taxes and sales taxes. The acquisition of the applicable permits and associated costs to obtain said permits will be the responsibility of the successful Contractor.

B. Governing Codes and Statues: Work performed under this specification shall be in compliance with applicable codes, laws, and ordinances of the municipal, state, and federal departments concerned. Materials and workmanship required by such regulations will be provided by the Contractor whether or not specifically noted herein or shown on the drawings.

C. Contractor’s License: All pertinent state and local licenses will be required.

D. The Florida Building Code, and all state and local building codes. 1.09 DELIVERY, STORAGE AND HANDLING

A. Deliver products to site with seals and labels intact, in manufacturer's original containers, dry and undamaged.

B. Store and handle roofing sheets in a dry, well-ventilated, weather-tight place to ensure no possibility of significant moisture exposure. Store rolls of felt and other sheet materials on pallets or other raised surface. Stand all roll materials on end.

Page 135: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 15

Cover roll goods with a canvas tarpaulin or other breathable material (polyethylene is not acceptable).

C. Do not leave unused rolled goods on the roof overnight or when roofing work is not in progress unless protected from weather and other moisture sources.

D. Handle and store materials or equipment in a manner to avoid significant or permanent deflection of deck.

E. Material handling equipment shall be selected and operated so as to not damaged existing construction or applied roofing. Do not operate or situate material handling equipment in locations which hinder the flow of vehicle or pedestrian traffic.

F. Project Conditions

1. Weather Condition Limitations: Proceed with roofing work only when current and forecast weather conditions will permit work to be performed according to manufacturer’s recommendations and warranty requirements. Apply roofing only when surfaces are firm, clean, smooth and dry, and when moisture content of the substrate is below levels specified by the manufacturer. 2. Temporary Roofing: When adverse job conditions or weather conditions prevent permanent roofing and associated work from being installed in accordance with requirements, and the CONTRACTOR determines that roofing cannot be delayed because of need for job progress or protection of other work, proceed with installation of temporary roofing. Roofing installer to provide temporary roofing and to remove it prior to proceeding with permanent roofing work at the CONTRACTORS expense.

3. The CONTRACTOR shall plan work so that he opens up no more roof area than one can re-close in one days operation. The CONTRACTOR shall have on hand adequate covering and protection to cover this area should an unexpected rapid weather change occur. A glaze coat will be permitted to protect the partial assembly (as defined as two (2) plies of fiberglass felts) only is a storm is approaching until the next working day.

NOTE: Anything less than two (2) plies of felts or rainwater on an uncoated two (2) ply

construction shall be automatically rejected. It is specifically pointed out that PHASE ROOFING THE APPLICATION IS NOT PERMITTED. Failure to comply after two working days will result in replacement of the substrate layers. If there is an area exposed or if the partial assembly becomes wet, this workmanship will not be acceptable. The manufacturer may request the CONTRACTOR to make random core cuts in the assembly to determine moisture content. Non-compliance may result in cancellation of the contract. In event of cancellation, the OWNER shall not be obligated to compensate the CONTRACTOR for any work completed in a defective manner.

1.10 MANUFACTURER'S INSPECTIONS

Page 136: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 16

A. When the project is in progress, the Roofing System Manufacturer will provide the following:

1. Keep the Owner informed as to the progress and quality the work as observed.

2. Provide weekly job site inspections. 3. Report to the Architect/Engineer in writing, any failure or refusal of the

Contractor to correct unacceptable practices called to the Contractor's attention.

4. Confirm, after completion of the project and based on manufacturer's observations and tests, that manufacturer has observed no applications procedures in conflict with the specifications other than those that may have been previously reported and corrected.

1.11 PROJECT CONDITIONS

A. Weather Condition Limitations: Do not apply roofing membrane during inclement weather or when a 40% chance of precipitation is expected.

B. Do not apply roofing insulation or membrane to damp deck surface. C. Do not expose materials vulnerable to water or sun damage in quantities greater than

can be weatherproofed during same day. D. Proceed with roofing work only when existing and forecasted weather conditions

will permit unit of work to be installed in accordance with manufacturer's recommendations and warranty requirements.

E. Night Seals: The installed roof shall be made watertight at the end of every work day, as per manufacturer's requirements, and this night seal shall be removed at the beginning of the next work day, if so directed by manufacturer's instructions.

1.12 PROTECTION OF WORK AND PROPERTY

F. The Contractor shall maintain adequate protection of all his/her work from damage and shall protect the Owner’s and adjacent property from injury or loss arising from this contract. He/she shall provide and maintain at all times any danger signs, guards and/or obstructions necessary to protect the public and his/her workmen from any dangers inherent with or created by the work in progress. He/she shall hold the Owner harmless from any loss arising due to injury or accident to the public or his/her workmen, or from theft of materials stored at the job site. All materials will be stored in locations other than on roof surfaces except as necessary and shall then be placed on plywood or other type of material to protect the roof surface at all times.

F. Before starting any work, the Contractor shall protect all grounds, copings, paving and exterior of all buildings where work will be performed.

Page 137: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 17

F. In those areas where materials will be raised to the roof area, a protective covering shall be placed from the base of the wall extending up and over the top edge of the roof. This coverage shall be wide enough to assure that the exterior walls do not become stained or soiled during roofing operations.

F. Any areas of the building or grounds which have become stained or damaged in any way shall be repaired or replaced by the Contractor prior to the final inspections. The method of repair used must be acceptable to the Owner.

F. Do not store flammable liquids on the roof.

F. Take all precautions necessary to prevent ignition of combustible materials during application of torch-applied roofing materials. Immediately call the fire department if a fire commences. Review all fire safety procedures as outlined at the pre-roofing conference.

G. Provide a minimum of two 2.65 gallon containers of water and two fully charged

minimum 20 pound ABC (dry chemical) fire extinguishers in separate, easily accessible locations on the roof. Position extinguishers no closer than 5 feet and no further than 25 feet of horizontal travel distance from each work area at all times while work is being performed, in easily accessible and identifiable locations. Also provide a minimum of two multipurpose 2-A: 20-B: C portable fire extinguisher on the roof being covered or repaired.

1.13 VERIFICATION OF DIMENSIONS, ELEVATIONS, & CONDITIONS

A. The contractor shall be responsible for the accuracy of all measurements, estimates, existing rooftop equipment and conditions, material and labor necessary to satisfy this contract. Any accompanying drawings and/or diagrams are for informational purposes only, and may not contain all necessary and/or most current information. Their inclusion does not relieve the contractor of their responsibility to inspect and field verify all conditions, equipment, penetrations, substrates, any other information necessary. All details and information describing existing conditions are to be verified and any discrepancies discovered shall be brought to the attention of the owner.

1.14 SEQUENCING AND SCHEDULING

A. Sequence installation of modified bituminous sheet roofing with related units of work specified in other sections to ensure that roof assemblies, including roof accessories, flashing, trim, and joint sealers, are protected against damage from effects of weather, corrosion, and adjacent construction activity.

B. All work must be fully completed on each day. Phased construction will not be accepted.

Page 138: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 18

1.15 GUARANTEE A. Upon completion of all work and as a condition of its acceptance, the manufacturer

shall deliver to the ARCHITECT two copies of the membrane manufacturer’s roof guarantee covering all work in this section.

B. Manufacturer shall warrant that the work of this section will be water-tight a free from defects in materials and workmanship for a period of thirty (30) years from the date of acceptance of the work. This guarantee shall be a thirty (30) year PARTNERSHIP PLEDGE “NDL” – NO DOLLAR LIMIT GUARANTEE. The warranty is a 20 year NDL with two 5 tear renewable terms to equal 30 years. There shall be no charge for the guarantee and it shall not be pro-rated. The warranty must be signed by a corporate officer of the manufacturer. The manufacturer shall pay for repairs to the built-up roof system necessary to stop leaks which occur during a twenty (20) year period from date of completion. A roof inspection shall be made annually by the manufacturer for duration of the guarantee. Findings shall be submitted in writing to the OWNER. Annual Inspections shall be provided at no additional cost to the OWNER or charged OWNER. As a result of annual inspection any roof repairs or maintenance required to keep the roof in good condition shall be carried out by the OWNER with an approved applicator of the roofing manufacturer. The manufacturer will not be responsible for any damages to the building or its contents or any other consequential damages, and its the responsibility is limited to repairing leaks.

C. The CONTRACTOR shall include with submittals a letter from the Roofing System Manufacturer’s guarantee department certifying the manufacture has reviewed the construction documents and will approve specifications and details complying with requirements for specified guarantee. At the completion of the project, the manufacturer and roofing CONTRACTOR in the close out documents/warranty material, shall provide the OWNER a “Final Statement of Compliance.”

D. The roofing CONTRACTOR shall submit a two (2) year workmanship guarantee. The CONTRACTOR will inspect the roof with the manufacturer’s representative 18 months after completion, and, at the CONTRACTORS expense, correct any workmanship defects before the 24th month following the completion of the project.

1.16 DESIGN AND PERFORMANCE CRITERIA A. Uniform Wind Uplift Load Capacity:

1. Installed roof system shall withstand negative (uplift) design wind loading pressures complying with the following criteria.

a. Design Code: ASCE 7-10

Page 139: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 19

b. Category IV Building with an Importance Factor of 1.

c. Wind Speed: 147

d. Ultimate Pullout Value: N/A

e. Exposure Category: C

f. Design Roof Height: 15 g. Minimum Building Width: 22’

h. Roof Pitch: ¼”:12

i. Topography Factor: 1.00

j. Basic Velocity Pressure: 39.92 psf

Roof Area (Entire Flat) Design Uplift Pressure:

Zone 1 - Field of roof 28.3

Zone 2 - Perimeter 47.4

Zone 3 - Corners 71.4

PART 2 PRODUCTS 2.01 GENERAL

A. Approved Manufacturers/Products: The Garland Company, Inc. Cleveland, OH Others: Tremco, Inc. Cleveland, OH | Ecology, Inc. Irvine, CA.

2.02 BITUMINOUS MATERIALS

A. Asphalt Primer: V.O.C. compliant, ASTM D-41: Quick Drying. Garlaprime by The Garland Company.

E. Asphalt Roofing Mastic: V.O.C. compliant, ASTM D-2822, Type II. Used to seal the tops of base flashing. Flashing Bond by The Garland Company.

2.03 SHEET MATERIALS

Page 140: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 20

A. Base Field Ply and Base Flashing Ply: Base sheet: 80-mil thick Styrene-Butadiene-Styrene (SBS) fiberglass membrane. StressBase 80 by The Garland Company, Inc.

1. Tensile Strength, ASTM D 5147 a. 2 in/min. @ 73.4 +/- 3.6 deg. F MD 100 lbf/in XD 100 lbf/in b. 50 mm/min. @ 23 +/- 2 deg. C MD 36.75 kN/m XD 36.75 kN/m

2. Tear Strength, ASTM D 5147 a. 2 in/min. @ 73.4 +/- 3.6 deg. F MD 110 lbf XD 110 lbf b. 50 mm/min. @ 23 +/- 2 deg. C MD 1112N XD 1112N

3. Elongation at Maximum Tensile, ASTM D 5147 a. 2 in/min. @ 73.4 +/- 3.6 deg. F MD 4.0% XD 4.0% b. 50 mm/min. @ 23 +/- 2 deg. C MD 4.0% XD 4.0%

4. Low Temperature Flexibility, ASTM D5147, Passes -40 deg. F (-37 deg. C)

B. Modified Mineral Top Field and Top Flashing Ply: 155 mil SBS (Styrene-

Butadiene-Styrene) rubber modified mineral-surfaced roofing membrane reinforced with a dual fiberglass/polyester scrim. STRESSPLY PLUS FR MINERAL by The Garland Company, Inc. 1. Tensile Strength, ASTM D 5147

a. 2 in/min. @ 73.4 +/- 3.6 deg. F MD 310 lbf/in XD 310 lbf/in 2. Tear Strength, ASTM D 5147

a. 2 in/min. @ 73.4 +/- 3.6 deg. F MD 500 lbf XD 500 lbf 3. Elongation at Maximum Tensile, ASTM D 5147

a. 2 in/min. @ 73.4 +/- 3.6 deg. F MD 8% XD 8% b. 50 mm/min. @ 23 +/- 2 deg. C MD 8% XD 8% c. Low Temperature Flexibility, ASTM D 5147, Passes -30 deg. F (-34

deg. C) 2.04 RELATED MATERIALS

A. Insulation Fasteners: See Wind Uplift Calculations for required ultimate pullout value.

B. Vents and Breathers: Heavy gauge aluminum and fully insulated vent that allows moisture and air to escape but not enter the roof system as recommended and furnished by the membrane manufacturer.

C. Urethane Sealant: One part, non-sag sealant as approved and furnished by the membrane manufacturer for moving joints. Tuff-Stuff by The Garland Company. 1. Tensile Strength (ASTM D412): 250 psi

2. Elongation (ASM D412): 950% 3. Hardness, Shore A (ASTM C920): 35

4. Adhesion-in-Peel (ASTM C920): 30 pli D. Pitch Pocket Sealer: Two part, 100% solids, self leveling, polyurethane sealant for

Page 141: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 21

filling pitch pans as recommended and furnished by the membrane manufacturer. Seal-Tite by The Garland Company.

1. Durometer (ASTM D2240) 40-50 Shore 2. Elongation (ASTM D412) 250%

3. Tensile Strength (ASTM D412) 200 @ 100 mil E. Pitch pans, Rain Collar: 24 gauge Stainless steel. All joints should be

welded/soldered watertight. See details for design. F. Drain Flashings should be 4lb (1.8kg) sheet lead formed and rolled.

G. Plumbing stacks should be 4lb (1.8kg) sheet lead formed and rolled.

2.05 SURFACING MATERIALS A. Mineral Surfaced Membranes - Roofing Granules shall meet requirements of ASTM

D-451 and/or be recommended by the membrane manufacturer. Loose granules for bleedout shall match size and color of granulated membrane sheet.

B. Bleed Out: All bleed immediately addressed by hand broadcasting standard color roof granules into the hot asphalt.

C. Surface Coatings: None PART 3 EXECUTION 3.01 INSPECTION

A. Foreman: The roofing foreman shall have a copy of these specifications on the job site at all times. The presence of specifications and an inspector shall not relieve the Contractor of strict compliance with the manufacturer's specifications, detail drawings, and/or approved material requirements.

B. Deck Penetrations: Contractor shall verify that work penetrating the roof deck, or which may otherwise affect the roofing application, has been properly completed.

3.02 PREPARATION A. Examine substrate surfaces to receive modified bitumen sheet roofing system and

associated work and conditions under which roofing will be installed. Do not proceed with roofing until unsatisfactory conditions have been corrected in a manner acceptable to Installer.

B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.03 SUBSTRATE REQUIREMENTS

A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections.

B. Slit existing single-ply membrane and remove. Leave existing insulation and

Page 142: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 22

fasteners in tact. New insulation board shall be installed directly over top of existing insulation by mechanically attaching through both layers of insulation and into metal deck. New recovery board shall be fully adhered to new insulation by cold process insulation adhesive.

C. Prevent materials from entering and clogging conductors and from spilling or migrating onto surfaces of other construction.

3.04 GENERAL INSTALLATION REQUIREMENTS

A. Cooperate with manufacturer, inspection and test agencies engaged or required to perform services in connection with installing modified bitumen sheet system.

B. Insurance/Code Compliance: Where required, install and test modified bitumen sheet roofing system to comply with governing regulations and specified insurance requirements.

C. Protect other work from spillage of modified bitumen roofing materials, and prevent liquid materials from entering or clogging drains and conductors. Replace or restore other work damaged by installations of modified bituminous sheet roofing system work.

D. Coordinate installing roofing system components so that insulation and roofing plies are not exposed to precipitation or left exposed overnight. Provide cut-offs at end of each day's work to cover exposed ply sheets and insulation with two courses of #15 organic felt with joints and edges sealed with roofing cement. Remove cut-offs immediately before resuming work.

E. Substrate Joint Penetrations: Prevent bitumen from penetrating substrate joints, entering building, or damaging roofing system components or adjacent building construction.

F. Apply roofing materials as specified herein unless recommended otherwise by manufacturer's instructions. Keep roofing materials dry before and during application. Do not permit phased construction.

G. Complete application of roofing plies, modified sheet and flashing in a continuous operation. Begin and apply only as much roofing in one day as can be completed that same day.

3.05 ROOF MEMBRANE INSTALLATION - GENERAL

A. Membrane Application: Application of roofing shall be in accordance with roofing system manufacturer's instructions and the following requirements. 1. Application of roofing shall immediately follow application of insulation as a

continuous operation. 2. Apply modified sheets smooth, free from air pockets, wrinkles, fishmouths,

lap joints, or tears.

Page 143: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 23

B. Priming: Prime both sides of metal flanges (all jacks, edge metal, lead drain flashings, etc.) and concrete and masonry surfaces with a uniform coating of asphalt primer ASTM D-41, 24 hours prior to use.

C. Roofing Application: All layers of roofing shall be laid free of wrinkles, creases or fish mouths. Sufficient pressure shall be exerted on the roll during application to ensure prevention of air pockets. Lap seams in the base ply layer shall be staggered with the lap seams of the cap sheet layer. 1. All layers of roofing shall be laid perpendicular to the slope of the deck.

2. Maximum sheet lengths and special fastening of the specified roof membrane system may be required at various slope increments where the roof deck slope exceeds 1/2-inch per foot. The manufacturer shall provide acceptable sheet lengths and the required fastening schedule for all roofing sheet applications to applicable roof slopes.

D. Water Cut-Offs: At end of day's work, or when precipitation is imminent, a water cut-off shall be built at all open edges. 1. Cut-offs can be built using asphalt or plastic cement and roofing felts,

constructed to withstand protracted periods of service. 2. Cut-offs must be completely removed prior to the resumption of roofing.

E. Pipe Supports: All conduits or other pipes shall be supported with approved supports utilizing Polyethylene closed-cell foam bases when possible CADDY Pyramid Pipe Equipment Supports by ERICO or approved equivalent.

F. Asphalt Bitumen Heating: Heat and apply bitumen in accordance with the Equiviscous

Temperature (EVT) Method as recommended by National Roofing Contractors Association (NRCA). Do not raise temperature above minimum normal fluid-holding temperature necessary to attain EVT (plus 5°F at point of application) more than one (1) hour prior to time of application. Determine flash point, finished blowing temperature, EVT, and fire-safe handling temperature of bitumen either from information by manufacturer or by suitable test. Do not exceed recommended temperature limits during bitumen heating. Do not heat to a temperature higher than twenty five degrees (25°) below flash point. Discard bitumen that has been held at temperature exceeding Finishing Blowing Temperature (FBT) for more than three (3) hours. Keep kettle lid closed except when adding bitumen.

G. Bitumen Mopping Rate: 1. Base Roofing Ply Mopping: Apply bitumen at the rate of approximately thirty (30) lb.

of bitumen per roof square. 2. Modified Membrane Roof Ply Mopping: Apply bitumen at the rate of approximately

thirty (30) lb. of bitumen per roof square.

Page 144: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 24

3.06 INSULATION INSTALLATION A. General

1. Concrete Deck: Approved recovery board shall be fully attached to the deck with specified fasteners.

2. All insulation joins shall be staggered over the joints of the previously installed insulation layer.

B. Deck type: Concrete C. Insulation and Insulation Attachment: See Section 07220 – Rood Deck & I

nsulation. 3.07 BASE FIELD PLIES INSTALLATION

A. SBS Modified Membrane Base Roofing Ply: Install one (1) fiberglass reinforced modified base roofing ply membrane in thirty (30) lbs. per 100 square feet of the specified hot asphalt bitumen adhesive.

B. The modified membrane shall be shingled in direction of the slope of the roof and tapered insulation system to shed water.

C. The modified membrane roll must push a puddle of asphalt in front of it with asphalt

slightly visible at all side laps. Exercise care during application to eliminate air entrapment under the membrane.

D. Apply pressure to all seams to ensure that the laps are solidly bonded to substrate.

E. Install subsequent rolls of modified membrane across the roof as above with a minimum of four (4) inch side laps and eight (8) inch end laps. Stagger the end laps a minimum of 12 inches. Apply the modified membrane in the same direction as the previous layers but stagger the laps so they do not coincide.

F. Apply asphalt no more than five (5) feet ahead of each roll being embedded. G. Lightly broom in the base roofing ply to assure complete adhesion.

H. Extend membrane to the top edge of all cants in full moppings of the specified asphalt as shown on the drawings. Seal top of membrane with asphalt mastic until base flashing ply is installed.

I. Install base flashing ply to all perimeter and projection details in the specified cold applied flashing adhesive.

3.08 MODIFIED MEMBRANE INSTALLATION

A. Install specified Modified Membrane Roofing Ply as described below.

Page 145: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 25

B. SBS Modified Membrane Roof Ply: Solidly bond one (1) fiberglass reinforced modified

roofing ply membrane to the base roofing ply in thirty (30) lbs. per 100 square feet of the specified hot asphalt bitumen adhesive.

C. The modified membrane roof ply shall be shingled in direction of the slope of the roof

and tapered insulation system to shed water.

D. The modified membrane roof ply roll must push a puddle of asphalt in front of it with asphalt slightly visible at all side laps. Exercise care during application to eliminate air entrapment under the membrane.

E. Apply pressure to all seams to ensure that the laps are solidly bonded to substrate.

F. Install subsequent rolls of modified membrane across the roof as above with a minimum of four

(4) inch side laps and eight (8) inch end laps. Stagger the end laps a minimum of 12 inches. Apply the modified membrane in the same direction as the previous layers but stagger the laps so they do not coincide with the laps of the base layer.

G. Apply asphalt no more than five (5) feet ahead of each roll being embedded.

H. Lightly broom in the modified membrane roofing ply to assure complete adhesion.

I. Extend membrane to the top edge of all cants in full moppings of the specified asphalt as shown

on the drawings. Seal top of membrane with asphalt mastic until modified membrane flashing ply is installed.

J. Install modified flashing ply to all perimeter and projection details in the specified cold

applied flashing adhesive

3.09 INSTALLATION EDGE TREATMENT AND ROOF PENETRATION FLASHING

A. Raised Metal Edge Edge: 1. Inspect the nailer to assure proper attachment and configuration. 2. Run one ply over the edge. Assure coverage of all wood nailers. Fasten plies with

ring shank nails at 8 inches (203 mm) o.c. 3. Install continuous cleat and fasten at 6 inches (152 mm) o.c. 4. Install new metal edge hooked to continuous cleat and set in bed of roof cement.

Fasten flange to wood nailer every 3 inches (76 mm) o.c. staggered. 5. Prime metal edge at a rate of 100 square feet per gallon and allow to dry. Do not

prime for Green-Lock System lightly sand metal to improve bond. 6. Strip in flange with base flashing ply covering entire flange in bitumen with 6

inches (152 mm) on to the field of roof. Assure ply laps do not coincide with metal laps.

7. Install a second ply of modified flashing ply in bitumen over the base flashing ply, 9

Page 146: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 26

inches (228 mm) on to the field of the roof.

B. Roof Edge with Gutter 1. Inspect the nailer to assure proper attachment and configuration. Increase slope at

metal edge by additional degree of slope in first board. 2. Run one ply over the edge. Assure coverage of all wood nailers. Fasten plies with

ring shank nails at 8 inches (203 mm) o.c. 3. Install gutter and strapping. 4. Install continuous cleat and fasten at 6 inches (152 mm) o.c. 5. Install new metal edge hooked to continuous cleat and set in bed of roof cement.

Fasten flange to wood nailer every 3 inches (76 mm) o.c. staggered. 6. Prime metal edge at a rate of 100 square feet per gallon and allow to dry. Do not

prime for Green-Lock System lightly sand metal to improve bond. 7. Strip in flange with base flashing ply covering entire flange in bitumen with 6

inches (152 mm) onto the field of the roof. Assure ply laps do not coincide with metal laps.

8. Install a second ply of modified flashing ply in bitumen over the base flashing ply, 9 inches (228 mm) on to the field of the roof.

3.10 GUTTER SYSTEM

A. Fabricate and install new .063 mill finish aluminum box gutters with hangers. All joints including miter joints shall be welded the entire length of the joint. Pop rivets, caulking, sealant will not be permitted.

B. Straps: Aluminum double break placed at 48” O.C. Pop rivet each end and one fastener every 40’ (max) to nailer.

C. Downspouts: Fabricate and install .090 or .125 mill finish square tubing. If downspouts exceed 12’ vertical height, use .125 thicknesses. Well all connections and seams. Provider vertical opening and welded deflector plate.

1. Sizes are specified: 6”x5” gutter use 3”x4” | 8”x6” gutter use 4”x5” | 10”x8” gutter use 6”x6”

2. Provide concrete splash blocks at the base of all down spouts 3. Install per latest SMACNA Manual and Instructions

3.11 FINAL INSPECTION

A. At completion of roofing installation and associated work, meet with Installer, installer of associated work, Owner, roofing system manufacturer’s representative, and other representatives directly concerned with performance of roofing system.

B. Walk roof surface areas of the building, inspect perimeter building edges as well as flashing of roof penetrations, walls, curbs and other equipment. List all items

Page 147: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

07 52 00 – Modified Bitumen Roof Membrane – Hot Applied Facility Name: District Office – Records Building

Polk County Public Schools

Modified Bitumen Roof Membrane – Hot Applied

07 52 00 - 27

requiring correction or completion and furnish copy of list to each parting attending. C. The Roofing System Manufacturer reserves the right to request a thermographic scan

of the roof during final inspection to determine if any damp or wet materials have been installed. The thermographic scan shall be provided by the Roofing Contractor at a negotiated price.

D. If core cuts verify the presence of damp or wet materials, the Roofing Contractor shall be required to replace the damaged areas at his own expense.

E. Standing Water: There shall be no visual evidence of standing water on the roof 48 hours after it stops raining.

F. Repair or replace (as required) deteriorated or defective work found at time above inspection to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements.

G. The Contractor is to notify the Owner upon completion of corrections. H. Following the final inspection, acceptance will be made in writing by the material

manufacturer.

END OF SECTION

Page 148: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Project Details Facility Name: District Office – Records Building

Polk County Public Schools

Project Details

28

Page 149: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Project Details Facility Name: District Office – Records Building

Polk County Public Schools

Project Details

29

Page 150: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Project Details Facility Name: District Office – Records Building

Polk County Public Schools

Project Details

30

Page 151: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Wind Up-Lift Calculations Facility Name: District Office – Records Building

Polk County Public Schools

Wind Up-lift Calculations

31

28.3 Zone 2 psf 47.4 71.4

3 ft. 0 in.Fastener Safety Factor N/A

III1

147N/AC

15.00Minimum Building Width 22.00Roof Pitch (X, Y) 0.25 : 12

Zone 2

(eaves, ridge, hip)

System Type:

NOTES: Reference Florida Product Approval FL12144-R6, C-7, Page 11. Adhere the polyiso insulation and SecuRock cover board in hot asphalt according to specification. Apply the HPR Torchbase and StressPly IV Mineral Cap sheet according to specification.

EDGE SECUREMENT: Edge metal system must be ANSI/SPRI ES-1 compliant, as required by section 1504.5 of International Building Code. Edge metal system may be an ANSI/SPRI ES-1 compliant premanufactured system, or formed by a contractor certified to fabricate an ANSI/SPRI ES-1 compliant system.

The Garland Company, Inc. Low Slope Roofing Wind Uplift Calculations

3800 East 91st StreetCleveland, Ohio 44105-2197

Phone: (800) 321-9336 Fax (216) 883-2046

Roof Polk County SchoolsEntire Flat

Project

Sales Rep. Craig O'Hara Location Bartow, FL

System Type:

Edge Zone Width "a"

Importance Factor

Design Roof

Importance

Exposure Category

Zone 3

Attachment Method: Mop InsulationSurfacing:REFER TO

SPECIFICATION FOR APPROVED

APPLICATION METHOD

(mid roof) (corners)

Zone 1

Mineral SurfaceREFER TO

SPECIFICATION FOR APPROVED

APPLICATION METHOD

REFER TO SPECIFICATION FOR APPROVED

APPLICATION METHOD

Zone 1 psf

Modified Bitumen Torch Applied

(eaves, ridge, hip)

Modified Bitumen

Ultimate Pullout Value

Zone 3 psf(corners)(mid roof)

Wind Speed (mph)

3800 East 91st Street, Cleveland, Ohio 44105-2197 Phone: (800) 321-9336

Page 152: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Wind Up-Lift Calculations Facility Name: District Office – Records Building

Polk County Public Schools

Wind Up-lift Calculations

32

Page 153: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

Project Drawing Facility Name: District Office – Records Building

Polk County Public Schools

Project Drawing

33

Page 154: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

PUNCH LIST INSPECTION 06/2008

Page 1 of 4

REQUEST FOR PUNCH LIST INSPECTION POLK COUNTY SCHOOLS (MUST BE SUBMITTED PRIOR TO SUBSTANTIAL COMPLETION) TO: ____________________________________________, Polk County School Board

____________________________________________, Architect FROM: ___________________________________________, Contractor Project Number and Description: _______________________________________________ _________________________________________________________________________ Date Submitted:____________________________________________________________ Inspection date requested:____________________________________________________ This project is ready for a punch list inspection by the Owner, Architect and Engineers. The entire project has been inspected personally by the undersigned and, to the best of our ability to determine, all work is complete and properly done with the exception of items listed in detail on the exception sheet with reasons stated for lack of completion. All items previously submitted in writing by the Owner, Architect or Engineers, including change orders, have been complied with, otherwise resolved or are listed as exceptions. All painting, touch up painting, trim, finish work, roofing flashings, sheet metal work, window cleaning, floor treatment and site clean up are complete. All motors and controls are operating and have been tested and adjusted as appropriate. The HVAC system is complete and all components are properly operating. Test and balance of the HVAC system has been done and any reported defects are corrected. All door closers and locksets are properly adjusted and operating. All permanent master keys and change keys have been supplied directly to the Owner's representative. Window screens and blinds are installed. All electrical panels have been properly labeled. Intercom and fire alarm systems are complete, tested and properly operating. All potable water lines are acceptably tested and sanitized if required by the contract. All sitework is complete including fencing, stormwater management, sanitary sewer, lift stations and/or wastewater treatment plant, paving and athletic fields. The as built plans are fully updated by all parties and are available at the jobsite for inspection. Operating and maintenance manuals are complete as required, are assembled and have been reviewed for completeness by the general contractor and are available at the jobsite for inspection.

Page 155: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

PUNCH LIST INSPECTION 06/2008

Page 2 of 4

Signature Date General Contractor ____________________________________ __________ (Project Superintendent) General Contractor ____________________________________ __________ (Owner or Project Manager) Electrical Sub-contractor ____________________________________ __________ (Owner or Project Manager) Plumbing Sub-contractor ____________________________________ __________ (Owner or Project Manager) HVAC Sub-contractor ____________________________________ __________ (Owner or Project Manager) Roofing Sub-contractor ____________________________________ __________ (Owner or Project Manager) Painting Sub-contractor ____________________________________ __________ (Owner or Project Manager) Sitework Sub-contractor ____________________________________ __________ (Owner or Project Manager) Confirmation by Owner ____________________________________ __________ Confirmation by Architect ____________________________________ __________ Confirmation by Mechanical ____________________________________ __________ Engineer Confirmation by Electrical ____________________________________ __________ Engineer Confirmation by Civil ____________________________________ __________ Engineer Status of Test and Balance: Part A Completed_________________________

Report Issued____________________________

Page 156: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

PUNCH LIST INSPECTION 06/2008

Page 3 of 4

EXCEPTION LIST Work Not Complete

Responsible Party

Reason for Not Being Complete

Page 157: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.:

PUNCH LIST INSPECTION 06/2008

Page 4 of 4

Notes: 1. A punch list inspection will not be scheduled until this request is completed, signed and

submitted to the Owner and the Architect and the project is found to be substantially complete.

2. A punch list inspection will not be scheduled if the exception list includes work which

could be complete but is not complete because of lack of sub-contractor response or for convenience.

3. The punch list inspection will normally be scheduled to take place within one week of

receipt of a properly executed and signed request. 4. Every effort will be made to conduct the punch list inspection with all parties (Owner,

Architect and Engineers) present at the same time. Completion and issue of the inspection list will be expedited.

5. Every effort will be made to include all inputs into the inspection list initially issued. If this

is not possible, the Architect will issue an addendum to cover added items, there will only be one inspection list which will be attached to and become a part of the Certificate of Substantial Completion. Time allowed for completion of work on the punch list will be stated on the Certificate of Substantial Completion.

Page 158: THE SCHOOL BOARD OF POLK COUNTY, FLORIDA · Page 1 of 17 THE SCHOOL BOARD OF POLK COUNTY, FLORIDA FACILITIES DIVISION - PREQUALIFIED VENDOR PROGRAM INVITATION TO BID Project No.: