15-032 Roofing Replacement Project with Drawings and Specs

Transcription

15-032 Roofing Replacement Project with Drawings and Specs
JOHNSON COUNTY
COMMUNITY COLLEGE
Procurement Services
12345 College Blvd.
Overland Park, KS 66210-1299
Phone (913) 469-3812
REQUEST FOR BIDS #15-032
ROOFING REPLACEMENT PROJECT
Buyer:
Chris Worthington
Bid Opening:
2:00P.M., MAY 5, 2015
Johnson County Community College
Procurement Services
Campus Services Building, Room 170
Bidder’s Company Name:
SECTION 1 - SPECIAL CONDITIONS
INSTRUCTIONS TO BIDDERS
1-1
GENERAL
Johnson County Community College (the “College”) is soliciting bids for ROOFING REPLACEMENT PROJECT. Bidders
(also herein referred to as “Contractors”) will execute and submit all bids in accordance with these instructions and the
applicable provisions of the specifications.
Bidders or potential bidders who obtain this document from the College’s web site without receiving a formal invitation
from the College’s Procurement Services to bid or submit a proposal are responsible for notifying the appropriate buyer
that you have done so in order to be assured of receiving notification of addenda if any are issued. NOTE: I t is the
Bidder's responsibility to check for any addenda. Bids received by the College that do not include acknowledgement of
addenda may be rejected.
1-2
SCOPE OF WORK
The College intends to contract for roofing repairs/replacement on the GYM, LIB, CLB, WLB, SCI, CC, and WLB buildings.
Due to file sizes, the files and sections may be broken down into multiple, smaller files and will be available for download on
the NEW Procurement Services Current Bids web page:
http://www.jccc.edu/about/leadership-governance/administration/procurement-services/current-bids.html#.VO-R0drnZ5R.
It is the bidder’s responsibility to download all files, and to frequently check the NEW Current Bids page for applicable updates
and addenda.
1-3
SUBMISSION OF BIDS
a.
Sealed bids for ROOFING REPLACEMENT PROJECT will be received at room 170, Campus Services Building, Johnson
County Community College, 12345 College Blvd., Overland Park, Kansas 66210 until 2:00P.M., MAY 5, 2015, at which
time the responses will be publicly opened and read aloud. Bids received after the exact time specified for receipt will not
be considered.
b.
Bids must be submitted in a SEALED envelope and CLEARLY IDENTIFIED with the Request for Bid number,
date and time of opening, and Bidder’s name and address. A facsimile response to this Request for Bids does NOT
meet the requirement of a sealed bid and will NOT be accepted. Attachment B should be completed and returned to the
College’s Procurement Services if the Proposer is not submitting a bid.
c.
Bids must be submitted on the College’s forms provided in this bid document and must be signed in ink by a person
authorized to commit Bidder to extend this offer. Any alterations or corrections must be initialed by the Bidder.
d.
Bids may be withdrawn or modified at any time prior to the scheduled closing time for receipt of bids. Requests
for modification must be in writing, executed by a person with authority, and submitted in a sealed manner as set
forth above. Requests for withdrawal must be in writing, executed by a person with authority, or by facsimile or
electronic mail notice subsequently confirmed in writing.
e.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and conditions contained in this Request
for Bids for ninety (90) days after opening, but the College reserves the right to accept or reject bids on each item or service
separately or as a whole, to reject any or all proposals, to waive informalities or irregularities, and to contract in the best
interest of the College.
f.
Unless otherwise specified, only one price brand and/or model may be proposed for each item or service in this Request for
Bids. Bidders must determine their single best offering based on the quality specified. Bids not conforming to this
requirement will be rejected.
15-032 ROOFING REPLACEMENT PROJECT
1
g.
1-4
Any time College Offices are closed on days other than scheduled holidays, any opening, pre-proposal conference, or other
meeting or event related to this Request for Bids scheduled for that day will be held on the next normal working day at the
scheduled time. Any time opening hours of College Offices are delayed, openings will be delayed by the same amount of
time; e.g., if an office opens two hours late, responses will be opened two hours late. It shall be the Bidder’s responsibility
for making themselves aware of these situations.
PRICING
Except as otherwise provided, bid prices must be firm and based on the units specified. The bid price shall include everything
necessary for the execution and completion of this Agreement including, but not limited to, furnishing all materials, equipment,
management, superintendence, labor, and service, except as may be otherwise provided in this Agreement. Prices quoted on the
Bid Form shall include all freight and/or delivery charges. In the event of a discrepancy between the unit price and the total
price, the unit price will govern and the total price will be adjusted accordingly. Bidder’s signature on this Request for Bids
Offer page guarantees that prices have not been arrived at through collusion with other eligible Bidders and without effort to
preclude the College from obtaining the lowest possible competitive prices. The bid price shall not include any allowance for
Kansas State sales or use tax.
1-5
SUBCONTRACTORS
Names and addresses of all proposed subcontractors (if any) should be submitted with the bid. Failure to provide this
information may be grounds for rejection of the bid. The College reserves the right to approve or reject the Bidder’s
subcontractor(s). It is highly recommended to include applicable sub-contractors in attendance at scheduled pre-bid
meetings and site visits.
1-6
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those questions in writing (preferably via
electronic mail) to the College’s Procurement Services Office at the address below by no later than 12:00 p.m., Central Time,
MONDAY, APRIL 27, 2015:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only point of contact on all matters related
to the procedures associated with this Request for Bids. If additional information is needed from any source, the
College’s Procurement Services will work with the Bidder and with the various offices of the College to gather that
information.
Any interpretation, correction, or change in the Request for Bids will be made by formal addendum issued by the Johnson
County Community College Procurement Services and must be acknowledged by Bidder on the Offer page of this Request for
Bids. Interpretations, corrections, or changes to the Request for Bids allegedly made in any other manner will not be binding
and no bidder may rely upon any such interpretation, correction, or change.
1-7
BIDDER’S PRE-BID CONFERENCE
A conference with interested Proposers will be held at 9:00 a.m., April 21, 2015, in the Purchasing Office (room 170) in
the Campus Services Building (CSB) on the Johnson County Community College campus. This conference will enable
Proposers to request clarification on any questions they have on the project as well as view the area. Attendance at the
conference is highly recommended and should include applicable sub-contractors. To ensure adequate seating, please
RSVP with # of attendees to [email protected].
15-032 ROOFING REPLACEMENT PROJECT
2
1-8 BIDDER’S REPRESENTATION
By submission of a bid, Bidder represents that he has examined the Agreement documents and made an examination of the site
or otherwise satisfied himself completely as to the provisions of the Agreement documents and site conditions, areas, and
quantities.
1-9 QUALIFICATION OF BIDDER
Upon request by the College, the apparent successful bidder shall furnish documentation satisfactory to the College which
confirms qualification requirements. Any conviction for a criminal or civic offense that indicates a lack of business integrity of
business honesty which currently, seriously, and directly affects responsibility as a state contractor must be disclosed. This is to
include (a) conviction of a criminal offense as an incident to obtaining or attempting to obtain a public or private contract or
subcontract or in the performance of such contract or subcontract; (b) conviction under state or federal statutes of
embezzlement, theft, forgery, bribery, falsification or destruction of records, or receiving stolen property; (c) conviction under
state or federal antitrust statutes; and (d) any other offense to be serious and compelling as to affect responsibility as a state
contractor (see K.S.A. 75-37,103).
1-10 REFERENCES
Unless otherwise provided by the College, Bidder shall provide a minimum of three (3) references including contact
names, addresses, and phone numbers for whom Bidder is providing or has provided similar goods or services.
1-11 BASIS OF AWARD
a.
The College will look to the Bidder submitting the best bid as its primary supplier; however, at its sole discretion, the
College may award more than one Agreement for the supply and delivery of the items described herein. The College
reserves the right to accept or reject bids on each item separately or as a whole, to reject any or all bids, to waive
informalities or irregularities, and to contract in the best interest of the College.
b.
Award, or awards, will be made to the lowest acceptable Bidder, or Bidders, as determined by an item by item basis or by
the total cost. On an item by item basis and in the College’s sole judgment, if a significant savings cannot be made by
making award to the low Bidder, the College may make the award of the item(s) to the next low Bidder already receiving
award of item(s).
c.
The College shall not be required to make any award whatsoever.
d.
This project may be phased with Phase 1 (the majority of award) being awarded during current fiscal year ending June 30,
2015; and Phase 2 awarded beginning next fiscal beginning July 1, 2015 pursuant to Sections 2-12, and 2-19. If phased due
to funding timing, it is not expected that there will be any disruption of services being rendered. Include any concerns
regarding potential phasing of award in exceptions.
1-12 APPEAL OF AWARD
A Bidder aggrieved by the award of an Agreement may file an appeal in writing to the College Executive Director of
Procurement Services. The appeal must be received by the Executive Director of Procurement Services within five working
days after the award is made, must describe the basis for the appeal, and must include all argument and evidence the Bidder
wishes the Executive Director of Procurement Services to consider. Keeping track of the date an award is made is the
responsibility of the Bidder(s).
1-13 BID CONFIDENTIALITY
Each Bidder agrees that the contents of each bid submitted in response to this Request for Bids is confidential, proprietary, and
constitutes trade secret information as to all technical and financial data, and waives any right of access to such bids, except as
provided for by law. Except as determined by the College's Procurement Services Office, in its sole discretion, no information
will be given regarding any bids or evaluation progress until after an award is made, except as provided for by law
15-032 ROOFING REPLACEMENT PROJECT
3
1-14 ORDER OF PRECEDENCE
To the extent that this bid’s terms, conditions, or provisions may be in conflict or be inconsistent, their order of authority shall
be as follows: 1) Instructions to Bidders; 2) College General Terms and Conditions; 3) State of Kansas
Department of Administration DA-146a (Rev. 04-11) Contractual Provisions Attachment; and 4) Specifications.
1-15 RECORD OF PURCHASES
Contractor must provide a record of all items ordered and/or services rendered under the Agreement. The Contractor must
provide the College’s Procurement Services Office with a “usage” report of services rendered, items ordered, quantities, and
pricing, on a quarterly basis if requested by the College. This usage report must include invoice numbers and be sent to:
Johnson County Community College, Procurement Services, 12345 College Blvd., Overland Park, KS 66210.
15-032 ROOFING REPLACEMENT PROJECT
4
SECTION 2 - TERMS AND CONDITIONS
In addition to the Johnson County Community College General Terms and Conditions, the following terms and conditions shall apply
to the Agreement.
2-1
AGREEMENT TERMS AND CONDITIONS
The Provisions found in Contractual Provisions Attachment (Form DA-146a, Rev. 04-11), which is attached hereto, are hereby
incorporated in the Agreement and made a part thereof. The submission of a proposal herein constitutes the agreement of
Contractor that any Agreement to be drawn as the result of an award herein shall be prepared by the College and shall include at
a minimum, all terms and conditions set forth in this Request for Proposals. The submission of a proposal shall further
constitute the agreement of each Contractor that it will not insist on the use of standard contract agreements, documents, or
forms, and that it waives any demand for the use of its standard agreements.
2-2
LAWS, REGULATIONS AND PERMITS
The Contractor shall give all notices required by law and comply with all applicable Federal, State, and local laws, ordinances,
rules, and regulations relating to the conduct of the work. The Contractor shall be liable for all violations of the law in
connection with work furnished by the Contractor, including the Contractor's subcontractors, if any. Failure of the College to
insist on the strict performance of the terms, conditions, and agreements herein contained or any of these shall not constitute or
be construed as a waiver of relinquishment of the College’s right thereafter to enforce strict compliance with any such terms,
agreement or condition, but the same shall continue in full force and effect. The Contractor shall be liable for all violations of
the law in connection with work furnished by the Contractor, including the Contractor's subcontractors, if any.
2-3
2-4
CHANGES
a.
The College may at any time, by written order and without notice to the sureties, make changes, within the general scope of
this contract, in any one or more of the following: format, content, number of required copies, time and place of submission
of reports and other documentation. If any such change causes an increase or decrease in the maximum contract cost of, or
the time required for, the performance of any part of the work under this contract, the Contractor and the College shall by
mutual agreement make an appropriate written modification to the contact.
b.
Any claims by the Contractor for adjustment under this clause must be asserted within 30 days from the date of receipt by
the Contractor of notification of change; provided, however, that the College, if it decides that the facts justify such action,
may receive and act upon any such claim asserted at any time prior to final payment under this contract, Failure to agree to
any adjustment shall be a dispute within the meaning of the paragraph shall excuse the Contractor from proceeding with the
contract as changed except where there is dispute concerning the Total Allowable Cost.
COMPLIANCE WITH STATUTES AND REGULATIONS
Contractor warrants and certifies that in the performance of this contract, it will comply with all applicable statutes, rules,
regulations and orders of the United States, and of any state or political subdivision thereof, including laws and regulations
pertaining to labor, wages, hours, and other conditions of employment, and applicable price ceilings if any. Failure of the
College to insist on the strict performance of the terms, conditions, and agreements herein contained or any of these shall not
constitute or be construed as a waiver of relinquishment of the College’s right thereafter to enforce strict compliance with any
such terms, agreement or condition, but the same shall continue in full force and effect.
2-5
SUBMITTAL AND GUARANTEES
Contractor will give the College written notification of the brand name and manufacturer of each material proposed for use and
include, as statement, that all proposed materials meet the requirements of the specifications. Contractor will obtain College
approval prior to placing orders.
15-032 ROOFING REPLACEMENT PROJECT
5
WARRANTIES AND REPAIRS
2-6
All items bid shall carry a full-service, twelve month warranty, including parts and labor. In addition, all implied or stated
manufacturer warranties in excess of one year shall be transferred to the College at the time of delivery. Warranty and/or
guarantee shall become effective upon date of installation of the product.
Bidders shall submit a document stating who will make necessary repairs both during the warranty and after the warranty period
has expired.
2-7
SAFETY REGULATIONS
All work shall be performed in compliance with all applicable and governing safety regulations, including OSHA regulations.
All safety lights, guards and/or signs required for performance of the work shall be provided by and operated by the contractors.
2-8
2-9
PROTECTION OF PROPERTY AND BUILDINGS:
a.
Bidders will note that the building may remain occupied during work in all areas. Contractor shall be responsible for taking
all precautions necessary to protect building, contents, and personnel from damage or injury during installation. Erect
barricades and post directional signage when areas are closed off due to construction. Coordinate with owner on content of
directional signage.
b.
Bidders are to provide low volatile organic compounds (VOC) as not to interfere with occupied buildings during
construction and ongoing college activities.
c.
All debris and removed material shall be removed by the Contractor from the site in a timely manner to minimize
accumulation. All equipment will be removed from hallways upon completion of the work day so normal safe passage is
provided.
d.
The contractor will exercise care to prevent damage to existing roadways, highways, ditches, shoulders, structures and
underground utilities adjacent to construction. Repairs of any damage to existing facilities resulting from contractors
operations or operations of subcontractors shall be at the contractor’s expense.
PAYMENT AND ACCEPTANCE
Except as otherwise provided herein, payments shall be due and payable within (30) days after acceptance of such goods or
services or after receipt of properly completed invoice, whichever is later. No advance payment shall be made for goods or
services furnished pursuant to this Agreement.
2-10 PERFORMANCE AND DEFAULT
In the event of default by the Contractor, the College may contract for services from other sources and hold the initial
Contractor responsible for any excess cost occasioned thereby.
2-11 CONTRACTOR COMMITMENTS, WARRANTIES, AND REPRESENTATIONS
a.
Any commitment by the Contractor within the scope of this Agreement shall be binding upon the Contractor. Failure of the
Contractor to fulfill such a commitment shall render the Contractor liable for actual damages incurred by the College by
reason of such failure of the Contractor. The rights and remedies of the College provided in this clause shall not be
exclusive and are in addition to other rights and remedies provided by law or under the terms of this Agreement. For
purposes of this Agreement, a commitment by the Contractor includes: 1) prices and options committed to remain in force
over a specified period of time; 2) any warranty or representation made by the Contractor in a proposal as to performance
or any other physical, design, or functional characteristics; 3) any warranty or representation made by Contractor
concerning the characteristics or items in (2) above, contained in any literature, descriptions, drawings or specifications
accompanying or referred to in a proposal; 4) any modification of, affirmation, or representation as to the above that is
made by Contractor in writing or during the course of negotiation, whether or not incorporated into a formal amendment to
the proposal, supporting documents or negotiations subsequent thereto as to training to be provided, services to be
15-032 ROOFING REPLACEMENT PROJECT
6
performed, prices, and options committed to remain in force over a fixed period of time, or any other similar matter,
regardless of the fact the duration of such commitment may exceed the duration of this Agreement.
b.
In addition to any other representations and warranties contained herein, Contractor represents and warrants the following:
(1) that it is financially solvent, able to pay its debts as they mature, and possessed of sufficient working capital to provide
the equipment and goods, complete the services, and perform its obligations required hereunder; (2) that it is authorized to
do business in Kansas, properly licensed by all necessary governmental and public and quasi-public authorities having
jurisdiction over it and the equipment, goods, and/or services required hereunder, and has or will obtain all licenses and
permits required by law prior to the beginning date of the initial term of the Agreement.
2-12 BOARD OF TRUSTEES’ APPROVAL
The Agreement may be subject to approval by the College’s Board of Trustees, and if such approval is required but not granted the
Agreement shall be void and neither party shall have any further obligations or liabilities hereunder.
2-13 KANSAS ACT AGAINST DISCRIMINATION
The following (Sec. 1-5 of K.S.A. 44-1030(a)) are conditions of the Agreement. Only contractors, vendors, or suppliers whose
contracts with the College cumulatively total Five Thousand Dollars ($5,000) or less during the fiscal year of the College or
who have fewer than four (4) employees shall be exempt from these provisions.
a.
The Contractor shall observe the provisions of the Kansas act against discrimination, as amended, and shall not
discriminate against any person in the performance of work under the present contract because of race, religion, color,
sex, disability, national origin or ancestry;
b.
In all solicitations or advertisements for employees, the Contractor shall include the phrase "equal opportunity employer,"
or a similar phrase to be approved by the Kansas human rights commission;
c.
If the Contractor fails to comply with the manner in which the Contractor reports to the commission in accordance with
the provisions of K.S.A. 44-1031 and amendments thereto, the Contractor shall be deemed to have breached the present
contract and it may be canceled, terminated or suspended, in whole or in part, by the College;
d.
If the Contractor is found guilty of a violation of the Kansas act against discrimination under a decision or order of the
commission which has become final, the Contractor shall be deemed to have breached the present contract and it may be
canceled, terminated or suspended, in whole or in part, by the College; and
e.
The Contractor shall include the provisions of K.S.A. 44-1030(a)(1)-(5), as amended, in every subcontract or purchase
order so that such provisions will be binding upon such subcontractor or vendor.
EXECUTIVE ORDER 11246
2-14
The Contractor shall, in the performance of the requirements of any contract, comply with the provisions stipulated in Executive
Order 11246.
2-15 BONDS
a.
Bid Guaranty: A bid guaranty equal to five percent (5%) of the bid total and made payable to Johnson County
Community College must accompany this bid to ensure faithful performance with the conditions of this RFP and/or
resulting contract.
A bid guaranty must be: i) a certified or cashier check or certificate of deposit payable to the College or 2) a properly
executed bid bond payable to the College. A check or certificate of deposit bid guaranty shall be returned after a
proposer has entered into a binding contractual relationship with the College. If the successful proposer fails or refuses
to enter into a written contract, the College shall retain as liquidated damages the bid guaranty. A check or certificate of
deposit bid guaranty of an unsuccessful proposer shall be returned after a contract is executed with the successful
proposer.
15-032 ROOFING REPLACEMENT PROJECT
7
b.
Performance Bond: Prior to initiation of any work, the successful proposer will be required to submit a performance
bond to the College’s Procurement Services Office for the total amount (100%) of the Agreement as security for the
faithful performance of this Agreement. The performance bond shall provide for recovery by the College of any and all
damages, including attorneys’ fees, suffered by it by reason of the Contractor’s failure to perform any of its contract
obligations, recovery being permissible from the Contractor and the surety or either of them.
c.
Public Works Bond: Prior to initiation of any work, the successful proposer shall also file with the Clerk of the District
Court in Johnson County, Kansas, with a stamped copy to the College’s Procurement Services Office, a Public Works
bond as required by K.S.A. 60-1111, and amendments thereto, in an amount equal to one hundred percent (100%) of the
total price. The Public Works Bond is not required for projects with a contract price below $100,000; however, in such
instances, i) a list of all subcontractors must be provided to the Owner at the initiation of the Project, to be supplemented
on a monthly basis as new subcontractors are identified and ii) Contractor must provide fully executed unconditional lien
waiver and release forms by all subcontractors prior to receipt of progress and final payments related to work tied to each
subcontractor.
d.
The Performance and Public Works guaranties shall be released to the Contractor upon the completion of the Agreement,
subject to total or partial forfeiture for failure to perform adequately the terms of the Agreement. If damages exceed the
amount of the guaranty, the Owner may seek additional damages.
e.
Bonds shall be issued by a Surety Company licensed to do business in the State of Kansas.
2-16 CONTINUATION DURING DISPUTES
The Contractor agrees, notwithstanding the existence of any dispute between the parties, insofar as possible under the terms of
the Agreement to be entered into, each party will continue to perform the obligations required of it during the continuation of
any such dispute, unless enjoined or prohibited by any court.
2-17 CONTRACTOR’S INSURANCE
Contractor will secure, purchase and maintain, at its own expense, the insurance policies, with the minimum insurance
coverages noted, to remain in full force and effect during all periods of use or service covered by the Agreement:
a.
Statutory Workers’ Compensation Insurance in accordance with the laws of the State of Kansas, including Employer’ s
Liability Insurance in the amount of at least one million dollars ($1,000,000) per accident or disease.
b.
Commercial General Liability Insurance (including broad form contractual liability) in the amount of at least one million
dollars ($1,000,000) each occurrence bodily injury and property damage combined, one million dollars ($1,000,000) per
occurrence personal and advertising liability, two million dollars ($2,000,000) products/completed operations aggregate,
and two million dollars ($2,000,000) general aggregate.
The Commercial General Liability I nsurance policy shall be written on an occurrence basis and shall be endorsed to
include “Johnson County Community College, its agents, its employees, and its assigns” as additional insureds.
Further, coverage for these additional insureds shall apply on a primary and non-contributory basis irrespective of
any other insurance, collectable or not.
c.
Comprehensive Automobile Liability Insurance, including owned, non-owned, and hired vehicles, in the amount of at least
one million dollars ($1,000,000) each occurrence bodily injury and property damage combined.
d.
Umbrella Liability Insurance with limits of liability of not less than three million dollars ($3,000,000) per occurrence and
three million dollars ($3,000,000) annual aggregate.
e.
Property Insurance with limits adequate to replace any equipment located on the premises of the College and a waiver of
subrogation shall be issued on the College's behalf.
15-032 ROOFING REPLACEMENT PROJECT
8
g.
General Requirements: All insurance required hereunder shall be maintained in full force and effect in a company or
companies reasonably satisfactory to the College and shall be maintained at Contractor’ s expense. All insurance required
hereunder shall contain a clause requiring written notice to the College thirty (30) days in advance of the cancellation, nonrenewal, or material modification of said insurance as evidenced by return receipt of United States certified mail.
Certificates of insurance shall be supplied contemporaneously with the execution and delivery of a final contract. Said
certificates shall evidence compliance with all provisions of this Section 2-11.
The Contractor will further require any subcontractors or others acting under its direction or control to maintain the same
insurance coverage as set forth above and provide certificates of insurance evidencing the required coverage. “ Johnson
County Community College, its agents, its employees, and its assigns” shall be named as additional insureds on any
Commercial General Liability Insurance policy and be evidenced on such certificate.
2-18 INDEMNIFICATION
To the fullest extent permitted by law, the party who enters into this Agreement with the College (“Party”), including its
respective officers, directors, partners, employees, insurers, agents, subcontractors, invitees or others acting under its direction
or control, hereinafter referred to as Party, agrees to defend, indemnify and hold harmless College, College's officers, directors,
partners, employees, agents and representatives from and against any and all actual or alleged claims, costs, losses, damages and
costs of defense (including but not limited to all fees and charges of engineers, architects, attorneys and other professionals and
all courts or arbitration or other dispute resolution costs) of any nature whatsoever, resulting from, arising out of or in
consequence of, any action or cause of action in connection with the performance and furnishing of Party’s services under this
Agreement including, but not limited to, damage to property, any injuries or death sustained by any person or persons, including
any third parties, employees, agents, invitees and the like, caused by the negligent acts or omissions or intentional acts of any
Indemnitor. Party further waives any rights of subrogation against College, College’s officers, directors, partners, employees,
insurers, agents or representatives.
2-19 APPROPRIATIONS CLAUSE
The College’s obligations and liabilities hereunder are subject to the appropriation of funds. If funds are not appropriated for
the purpose of this Agreement, the Agreement shall terminate and neither party shall have any further obligations hereunder.
2-20 GENERAL QUALITY
All of the Contractor's work shall be performed with the highest degree of skill and completed in accordance with the
Agreement Documents.
2-21 PROOF OF COMPLIANCE WITH AGREEMENT
In order that the College may determine whether the Contractor has complied with the requirements of the Agreement
documents, the Contractor shall, at any time when requested by the College, submit to the College properly authenticated
documents or other satisfactory proofs as to compliance with such requirements.
2-22 RISK OF LOSS
Until all improvements, equipment, or goods to be provided under this Agreement are installed on property owned or controlled
by the College and working properly, or unless the College provides otherwise, the Contractor shall bear all risks of all loss or
damage to the improvements, equipment, or goods, excluding loss or damage caused by acts, omissions, or negligence of the
College. Once all improvements, equipment, or goods to be provided under this Agreement are installed on property owned or
controlled by College and working properly, the risk of all loss or damage shall be borne by College, excluding loss or damage
caused by acts, omissions, or negligence of the Contractor.
15-032 ROOFING REPLACEMENT PROJECT
9
2-23 SEVERABILITY
If any term or condition of this Agreement or the application thereof to any person(s) or circumstances is held invalid, such
invalidity shall not affect other terms, conditions or applications which can be given effect without the invalid term, condition or
application; to this end the terms and conditions of this Agreement are declared severable.
2-24 INTEGRATION
This Agreement constitutes the entire Agreement between the parties. No change thereto shall be valid unless in writing
communicated in the stipulated manner, and signed by the College and the Contractor.
2-25 SURVIVAL OF TERMS
The terms and provisions hereof, and all documents being executed hereunder, if any, including, without limitation, the
representations and warranties, shall survive this Agreement and shall remain in full force and effect thereafter.
2-26 HEADINGS
The headings contained in this Agreement are for reference purposes only and shall not in any way affect the meaning or
interpretation hereof.
2-27 ADDITIONAL ACTS (FURTHER ASSURANCES)
Except as otherwise provided herein, in addition to the acts and deeds recited herein and contemplated to be performed,
executed and/or delivered by the parties, the parties hereby agree to perform, execute and/or deliver or cause to be performed,
executed and/or delivered any and all such further acts, deeds and assurances as any party hereto may reasonably require to
consummate the transaction contemplated hereunder.
2-28 TIME OF ESSENCE
All times provided for in this Agreement, or in any other document executed hereunder, for the performance of any act will be
strictly construed, time being of the essence.
2-29 INFORMATION TRUE AND CORRECT
All documents, agreements and other information provided to the College by Contractor or which Contractor has caused to be
provided to the College are true and correct in all respects and do not omit to state any material fact or condition required to be
stated, necessary to make the statement or information not misleading, and there are no other agreements or conditions with
respect thereto.
2-30 CONFIDENTIALITY
The parties hereto agree that the terms and conditions of this Agreement shall be held in confidence except as required by or for
applicable disclosure laws, financing sources, enforcement of the Agreement, mergers and acquisitions, or as otherwise mutually
agreed by the Parties, and such agreement shall not be withheld unreasonably.
15-032 ROOFING REPLACEMENT PROJECT
10
SECTION 3 - TECHNICAL SPECIFICATIONS AND BID FORM
3-1
GENERAL
Please see technical specifications and bid form at the end of this document. Complete information in Attachment A & enter bid
sums on attached technical specifications as applicable.
All respondents submitting a bid are to complete the Bid Form(s) and Attachment A 9and applicable bid forms in project
specifications attachment); if not submitting bid, complete and submit Attachment B. Respondents should also familiarize
themselves with the following recycling and sustainability information. Include in the bid response any questions pertaining
to the Recycling requirements as outlined below.
In support of the college’s signing of the American College & University Presidents Climate Commitment, the college’s
Procurement Services Office is dedicated to applying principles in all procurements to the maximum degree as practical in order
to procure products and services that promote the minimization of environmental impact and the conservation of energy during
the entire life cycle of products.
The College has first right of refusal on all recyclable materials derived from the project site. Contractor shall
coordinate and work with the College’s Center for Sustainability and Campus Services staff to responsibly recycle
applicable materials throughout the project. This may include but not be limited to the staging on site, and/or
transporting of identified recyclable materials to other on-campus recycling staging areas. The Center for Sustainability
will provide recycling containers where applicable; and will coordinate with Contractor and Campus Services on
project specific recycling preferences.
The college will give favorable consideration to the procurement of products and services that support these aforementioned
standards and that do not have negative residual impacts on the environment at the end of their useful lives. Favorable
consideration will be given to those vendors who support these standards as well.
15-032 ROOFING REPLACEMENT PROJECT
11
JOHNSON COUNTY COMMUNITY COLLEGE
GENERAL TERMS AND CONDITIONS
1.
THIS ORDER EXPRESSLY LIMITS ACCEPTANCE TO THE TERMS AND CONDITIONS STATED HEREIN. ALL
ADDITIONAL OR DIFFERENT TERMS PROPOSED BY CONTRACTOR ARE OBJECTED TO AND ARE HEREBY
REJECTED, UNLESS OTHERWISE PROVIDED FOR IN WRITING BY THE EXECUTVE DIRECTOR OF
PROCUREMENT SERVICES, JOHNSON COUNTY COMMUNITY COLLEGE.
2.
CHANGES: No alteration in any of the terms, conditions, delivery, price, quality, quantity or specifications of this order will be
effective without the written consent of the Johnson County Community College Procurement Services Office.
3.
PACKING: No charges will be allowed for special handling, packing, wrapping, bags, containers, etc., unless otherwise specified.
4.
DELIVERY: For any exceptions to the delivery date as specified on the order, Contractor shall give prior notification and obtain
approval thereto from the Johnson County Community College Procurement Services Office. With respect to delivery under this
order, time is of the essence and order is subject to termination for failure to deliver within the timeframe specified in this order.
5.
SHIPPING INSTRUCTIONS: Unless otherwise instructed, all goods are to be shipped prepaid and allowed, FOB Destination.
6.
ORDER NUMBERS: Agreement order numbers or purchase order numbers shall be clearly shown on all acknowledgments,
shipping labels, packing slips, invoices, and on all correspondence.
7.
REJECTION: All goods, materials, or services purchased herein are subject to approval by Johnson County Community College.
Any rejection of goods, materials, or services resulting from nonconformity to the terms, conditions or specifications of this order,
whether the goods are held by Johnson County Community College or returned, will be at Contractor’s risk and expense.
8.
QUALITY STANDARDS: Brand names, models, and specifications referenced herein are meant to establish a minimum standard
of quality, performance, or use required by the College. No substitutions will be permitted without written authorization of the
Johnson County Community College Procurement Services Office.
9.
WARRANTIES: Contractor warrants that all products delivered under this order shall be new, unless otherwise specified, free
from defects in material and workmanship, and shall be fit for the intended purpose. All products found defective shall be replaced
by the Contractor upon notification by Johnson County Community College. All costs of replacement, including shipping charges,
are to be borne by the Contractor.
10. PAYMENT, CASH DISCOUNT: Invoices will not be processed for payment nor will the period of computation for cash discount
commence until receipt of a properly completed invoice or invoiced items are received and accepted, whichever is later. If an
adjustment in payment is necessary due to damage or dispute, the cash discount period shall commence on the date final approval
for payment is authorized. Payment shall not be considered late if a check or warrant is available or mailed within the time
specified.
11. LIENS, CLAIMS AND ENCUMBRANCES: Contractor warrants and represents that all the goods and materials delivered herein
are free and clear of all liens, claims or encumbrances of any kind.
12. TERMINATION: In the event of a breach by Contractor of any of the provisions of this Agreement, Johnson County Community
College reserves the right to cancel and terminate this Agreement forthwith upon giving written notice to the Contractor.
Contractor shall be liable for damages suffered by Johnson County Community College resulting from Contractor’s breach of
Agreement.
13. TRADEMARKS: Contractor shall not use the name, trade name, trademark, or any other designation of the College, or any
contraction, abbreviation, adaptation, or simulation of any of the foregoing, in any advertisement or for any commercial or
promotional purpose (other than in performing under this Agreement) without the College's prior written consent in each case.
14. SAVE HARMLESS: Contractor shall protect, indemnify, and save Johnson County Community College harmless from and
against any damage, cost or liability, including reasonable attorney's fees, for any or all injuries to persons or property arising from
acts or omissions of Contractor, its employees, or subcontractors, howsoever caused.
15-032 ROOFING REPLACEMENT PROJECT
12
15. OSHA REGULATIONS: Contractor guarantees all items, or services, meet or exceed those requirements and guidelines
established by the Occupational Safety and Health Act.
16. TAXES: The College is exempt from the tax levied by the Kansas Retailers’ Sales Tax Act and the Compensating Tax Act for the
reason that KSA 79-3606(c) provides that all sales of tangible personal property or services, including the renting and leasing of
tangible personal property, purchased directly by a public or private elementary or secondary school or public or private nonprofit
educational institution and used primarily by such school or institution for nonsectarian programs and activities provided or
sponsored by such school or institution or in the erection, repair or enlargement of buildings to be used for such purposes.
17. BINDING EFFECT: This Agreement is for the benefit only of the parties hereto and shall inure to the benefit of and bind the
parties and their respective heirs, legal representatives, successors and assigns.
18. ASSIGNMENTS: No Agreement, order, or any interest therein shall be transferred by Contractor to any other party without the
approval in writing of the Executive Director of Procurement Services, Johnson County Community College. Transfer of an
Agreement without approval may cause the recission of the transferred Agreement at the option of Johnson County Community
College. Notwithstanding any assignment, Contractor shall remain fully liable on this Agreement and shall not be released from
performing any of the terms, covenants, and conditions of this Agreement.
19. WAIVER: No covenant, term or condition, or the breach thereof, shall be deemed waived, except by written consent of the party
against whom the waiver is claimed, and then only to the extent of such written consent. Acceptance by a party of any
performance by another party after the time the same shall have become due shall not constitute a waiver by the first party of the
breach or default unless otherwise expressly agreed to in writing.
20. FORCE MAJEURE: Any prevention, delay or stoppage due to strikes, lockouts, labor disputes, acts of God, inability to obtain
labor or materials or reasonable substitutes thereof, governmental restrictions, governmental regulations, governmental controls,
enemy or hostile governmental action, civil commotion, fire or other casualty, and other causes beyond the reasonable control of
the party obligated to perform (except for financial ability), shall excuse the performance by such party for a period equal to any
such prevention, delay or stoppage.
21. NO JOINT VENTURE: Nothing contained in this Agreement shall be construed as creating a joint venture, partnership, or
employment or agency relationship between the parties.
22. PRICE WARRANTY FOR COMMERCIAL ITEMS: Contractor warrants that prices charged to Johnson County Community
College are based on Contractor’s current catalog or market prices of commercial items sold in substantial quantities to the general
public and prices charged do not exceed those charged by Contractor to other customers purchasing the same item in like or
comparable quantities.
23. NONDISCRIMINATION: Contractor represents and agrees that it will not discriminate in the performance of this Agreement or
in any matter directly or indirectly related to this Agreement on the basis of race, sex, color, religion, national origin, disability,
ancestry, or status as a veteran. This non-discrimination requirement includes, but is not limited to, any matter directly or
indirectly related to employment. Breach of this covenant may be regarded as a material breach of Agreement.
24. COLLEGE REGULATIONS: Contractor shall follow and comply with all rules and regulations of the College and the reasonable
instructions of College personnel.
25. GOVERNING LAW: This Agreement shall be construed in accordance with, and governed by the laws of the State of Kansas.
Any legal proceeding related to this Agreement shall be instituted in the courts of the state of Kansas, and Contractor agrees to
submit to the jurisdiction of such court.
15-032 ROOFING REPLACEMENT PROJECT
13
State of Kansas
Department of Administration
DA-146a (Rev. 04-11)
CONTRACTUAL PROVISIONS ATTACHMENT
Important:
This form contains mandatory contract provisions and must be attached to or incorporated in all copies of any contractual agreement. If it
is attached to the vendor/contractor's standard contract form, then that form must be altered to contain the following provision:
"The Provisions found in Contractual Provisions Attachment (Form DA-146a, Rev. 04-11), which is attached hereto, are hereby
incorporated in this contract and made a part thereof."
The parties agree that the following provisions are hereby incorporated into the contract to which it is attached and made a part thereof,
said contract being the _____ day of ____________________, 20_____.
1.
Terms Herein Controlling Provisions: It is expressly agreed that the terms of each and every provision in this attachment shall prevail and
control over the terms of any other conflicting provision in any other document relating to and a part of the contract in which this attachment is
incorporated. Any terms that conflict or could be interpreted to conflict with this attachment are nullified.
2.
Kansas Law and Venue: This contract shall be subject to, governed by, and construed according to the laws of the State of Kansas, and
jurisdiction and venue of any suit in connection with this contract shall reside only in courts located in the State of Kansas.
3.
Termination Due To Lack Of Funding Appropriation: If, in the judgment of the Director of Accounts and Reports, Department of Administration,
sufficient funds are not appropriated to continue the function performed in this agreement and for the payment of the charges hereunder, State
may terminate this agreement at the end of its current fiscal year. State agrees to give written notice of termination to contractor at least 30 days
prior to the end of its current fiscal year, and shall give such notice for a greater period prior to the end of such fiscal year as may be provided in
this contract, except that such notice shall not be required prior to 90 days before the end of such fiscal year. Contractor shall have the right, at
the end of such fiscal year, to take possession of any equipment provided State under the contract. State will pay to the contractor all regular
contractual payments incurred through the end of such fiscal year, plus contractual charges incidental to the return of any such equipment. Upon
termination of the agreement by State, title to any such equipment shall revert to contractor at the end of the State's current fiscal year. The
termination of the contract pursuant to this paragraph shall not cause any penalty to be charged to the agency or the contractor.
4.
Disclaimer Of Liability: No provision of this contract will be given effect that attempts to require the State of Kansas or its agencies to defend,
hold harmless, or indemnify any contractor or third party for any acts or omissions. The liability of the State of Kansas is defined under the Kansas
Tort Claims Act (K.S.A. 75-6101 et seq.).
5.
Anti-Discrimination Clause: The contractor agrees: (a) to comply with the Kansas Act Against Discrimination (K.S.A. 44-1001 et seq.) and the
Kansas Age Discrimination in Employment Act (K.S.A. 44-1111 et seq.) and the applicable provisions of the Americans With Disabilities Act (42
U.S.C. 12101 et seq.) (ADA) and to not discriminate against any person because of race, religion, color, sex, disability, national origin or ancestry,
or age in the admission or access to, or treatment or employment in, its programs or activities; (b) to include in all solicitations or advertisements
for employees, the phrase "equal opportunity employer"; (c) to comply with the reporting requirements set out at K.S.A. 44-1031 and K.S.A. 441116; (d) to include those provisions in every subcontract or purchase order so that they are binding upon such subcontractor or vendor; (e) that a
failure to comply with the reporting requirements of (c) above or if the contractor is found guilty of any violation of such acts by the Kansas Human
Rights Commission, such violation shall constitute a breach of contract and the contract may be cancelled, terminated or suspended, in whole or
in part, by the contracting state agency or the Kansas Department of Administration; (f) if it is determined that the contractor has violated
applicable provisions of ADA, such violation shall constitute a breach of contract and the contract may be cancelled, terminated or suspended, in
whole or in part, by the contracting state agency or the Kansas Department of Administration.
Contractor agrees to comply with all applicable state and federal anti-discrimination laws.
The provisions of this paragraph number 5 (with the exception of those provisions relating to the ADA) are not applicable to a contractor who
employs fewer than four employees during the term of such contract or whose contracts with the contracting State agency cumulatively total
$5,000 or less during the fiscal year of such agency.
6.
Acceptance Of Contract: This contract shall not be considered accepted, approved or otherwise effective until the statutorily required approvals
and certifications have been given.
7.
Arbitration, Damages, Warranties: Notwithstanding any language to the contrary, no interpretation of this contract shall find that the State or its
agencies have agreed to binding arbitration, or the payment of damages or penalties. Further, the State of Kansas and its agencies do not agree
to pay attorney fees, costs, or late payment charges beyond those available under the Kansas Prompt Payment Act (K.S.A. 75-6403), and no
provision will be given effect that attempts to exclude, modify, disclaim or otherwise attempt to limit any damages available to the State of Kansas
or its agencies at law, including but not limited to the implied warranties of merchantability and fitness for a particular purpose.
8.
Representative's Authority To Contract: By signing this contract, the representative of the contractor thereby represents that such person is
duly authorized by the contractor to execute this contract on behalf of the contractor and that the contractor agrees to be bound by the provisions
thereof.
9.
Responsibility For Taxes: The State of Kansas and its agencies shall not be responsible for, nor indemnify a contractor for, any federal, state or
local taxes which may be imposed or levied upon the subject matter of this contract.
10. Insurance: The State of Kansas and its agencies shall not be required to purchase any insurance against loss or damage to property or any other
subject matter relating to this contract, nor shall this contract require them to establish a "self-insurance" fund to protect against any such loss or
damage. Subject to the provisions of the Kansas Tort Claims Act (K.S.A. 75-6101 et seq.), the contractor shall bear the risk of any loss or
damage to any property in which the contractor holds title.
11. Information: No provision of this contract shall be construed as limiting the Legislative Division of Post Audit from having access to
information pursuant to K.S.A. 46-1101 et seq.
12. The Eleventh Amendment: "The Eleventh Amendment is an inherent and incumbent protection with the State of Kansas and need not be
reserved, but prudence requires the State to reiterate that nothing related to this contract shall be deemed a waiver of the Eleventh Amendment."
15-032 ROOFING REPLACEMENT PROJECT
14
JOHNSON COUNTY COMMUNITY COLLEGE REQUEST FOR BIDS NO.15-032
ATTACHMENT A
BASE BID SUM
The undersigned, having inspected the site or otherwise familiarized himself with conditions affecting the cost of the work and its
performance, and having carefully examined and having fully understood the Bid Documents, hereby affirms and agrees to enter into
Contract to provide all labor, material, equipment, and services to completely perform the work described in the Contract Documents,
including all addenda issued thereto, for the Base Bid of:
COMPLETE INFO BELOW - USE ATTACHED BID FORMS FOR BASE BID AMOUNTS AND ALTERNATES.
TERMS AND CONDITIONS
The undersigned hereby acknowledges the terms and conditions of this contract as specified herein, and agrees to abide by such terms
and conditions in the fulfillment of the Contract, if awarded the bid.
FIRM PRICING
Except as otherwise provided, bid prices must be firm until the completion of the entire project. Prices bid subject to qualifications
such as: in effect on receipt of contract/order, escalation or other variables, may be rejected as non-responsive.
ADDENDA
The undersigned acknowledges receipt of addenda numbers _____ to _____.
COMPLETION DATE
The above work is estimated to be completed within __________________________days once worksites are ready.
SIGNATURES
Company Name
Tax ID #
Authorized Representative (Print or Type)
Signature (Must be in ink)
Mailing Address
City and State
Phone
Fax
E-mail
Date
Business Classification Type (Please check mark if applicable):
Minority Business Enterprise (MBE)
Women-Owned Business Enterprise (WBE)
Small Business Enterprise (SBE)
Small Disadvantaged Business Enterprise (DBE)
Disabled Veteran-Owned Business (DVBE)
Veteran-Owned Business Enterprise (VBE)
HUBZone Business Enterprise (HUB)
8a Designation
Business Classification Type is used for tracking purposes, not as criteria for award.
15-032 ROOFING REPLACEMENT PROJECT
15
Please indicate how you were notified or became aware of this RFP:
Invited by JCCC to Submit Proposal
JCCC Procurement Services Web Site
Newspaper Ad
Received Notice from JCCC Via Twitter
Received Notice From Entity Other Than JCCC (Please Specify)
15-032 ROOFING REPLACEMENT PROJECT
16
JOHNSON COUNTY COMMUNITY COLLEGE REQUEST FOR BIDS NO.15-032
ATTACHMENT B
NO BID RESPONSE FORM
Name of Firm
Name of Individual
Signature
Title
Street Address
Email Address
City, State, Zip
Telephone / Fax Number
/
The undersigned, as and invited Proposer for this RFP, advises the College that it is not submitting a proposal in response to this RFP.
Proposer is requested to indicate the reason for not proposing to this RFP.
Proposer is unable to work with the timing of this project.
The scope of this project is too large.
The scope of this project is too small.
Proposer does not provide the goods and/or services requested in this RFP.
Proposer is unable to meet the requirements of this RFP.
Other (please describe)
Business Classification Type (Please check mark if applicable):
Minority Business Enterprise (MBE)
Women-Owned Business Enterprise (WBE)
Small Business Enterprise (SBE)
Small Disadvantaged Business Enterprise (DBE)
Disabled Veteran-Owned Business (DVBE)
Veteran-Owned Business Enterprise (VBE)
HUBZone Business Enterprise (HUB)
8a Designation
Business Classification Type is used for tracking purposes, not as criteria for award.
Please return this form to:
15-032 ROOFING REPLACEMENT PROJECT
Johnson County Community College
Procurement Services
12345 College Blvd.
Overland Park, KS 66210
Fax: (913) 469-4429
Email: [email protected]
17
SECTION 00 01 07
SEALS PAGE
I HEREBY CERTIFY THAT THESE PLANS AND TECHNICAL SPECIFICATIONS WERE PREPARED
BY ME OR UNDER MY DIRECT SUPERVISION AND THAT I AM A DULY LICENSED PROFESSIONAL
ENGINEER UNDER THE LAWS OF THE STATE OF KANSAS.
INTERIM REVIEW ONLY
Document incomplete. Not intended
for permit or construction.
Engineer: David T. Ford, PE
PE Serial Number: 19246
Date: 04.13.2015
Walter P. Moore and Associates, Inc.
TBPE Firm Registration No. E684
______________________________________________
David T. Ford, P.E. #19246
Walter P. Moore and Associates, Inc.
Kansas PE Corporation No. E684
END OF SECTION 00 01 07
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SEALS PAGE
00 01 07-1
SECTION 00 01 10
TABLE OF CONTENTS
SPECIFICATIONS
DIVISION 00 – PROCUREMENT AND CONTRACTING REQUIREMENTS
Section 00 01 05 – Title/Certification Page
Section 00 01 07 – Seals Page
Section 00 01 10 – Table of Contents
Section 00 40 00 – Special Conditions
Section 00 41 43 – Bid Forms
00 41 43.01 – GYM Sections F, G, H
00 41 43.02 – LIB Section G
00 41 43.03 – CLB Sections E, F, G
00 41 43.04 – WLB Section B
00 41 43.05 – SCI Sections F, G
00 41 43.06 – CC Sections D, E
00 41 43.07 – WLB, Sections A, C
Section 00 70 00 – Contractor’s Qualifications Statement
DIVISION 01 - GENERAL REQUIREMENTS
Section 01 03 00 – Temporary Facilities and Control
Section 01 10 00 – Task Items
01 10 00.01 – GYM Sections F, G, H
01 10 00.02 – LIB Section G
01 10 00.03 – CLB Sections E, F, G
01 10 00.04 – WLB Section B
01 10 00.05 – SCI Sections F, G
00 41 43.06 – CC Sections D, E
00 41 43.07 – WLB, Sections A, C
Section 01 07 00 – Project Coordination and Control
Section 01 29 00 – Payment Procedures
Section 01 31 00 – Project Management and Coordination
Section 01 33 00 – Submittal Procedures
Section 01 32 20 – Photographic Documentation
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TABLE OF CONTENTS
00 01 10-1
Section 01 63 00 – Project Substitutions Procedures
Section 01 70 00 – Contract Closeout
Section 01 72 00 – Project Record Documents
Section 01 74 10 – Final Cleaning
Section 01 78 70 – Product Warranties
DIVISION 02 – SITE WORK
Section 02 07 00 – Selective Demolition
Section 02 07 10 – Construction Waste Management
DIVISION 03 – CONCRETE
Section 03 01 01 – Surface Preparation for Patching
Section 03 01 05 – Concrete Repair Materials
DIVISION 05 – METALS
Section 05 01 10 – Steel Field Re-Coating
DIVISION 06 – WOOD AND COMPOSITES
Section 06 10 00 – Rough Carpentry
DIVISION 07 – THERMAL AND MOISTURE PROTECTION
Section 07 55 00 – Modified Bituminous Membrane Roofing
Section 07 62 00 – Sheet Metal Flashing and Trim
Section 07 92 00 – Joint Sealants
END OF SECTION 00 01 10
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TABLE OF CONTENTS
00 01 10-2
SECTION 00 41 43.01
BID FORM
GYM Sections F, G, H
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – GYM F, G, H
00 41 43.01-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
GYM SECTIONS F, G, AND H
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.1
DECK REPAIR/ REPLACEMENT –
CEMENTITIOUS WOOD FIBER ROOF DECK
LS
1
$
5.2
DECK REPAIR – METAL ROOF DECK
Metal deck cleaning and coating
$
SF
10
$
$
5.3
STEEL FIELD RE-COATING
LS
1
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
7.7
SEALANT JOINTS
LS
1
$
22.1
PLUMBING WORK
LS
1
$
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – GYM F, G, H
00 41 43.01-2
BASE BID TOTAL $
ADD ALTERNATES
GYM SECTIONS F, G, AND H
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – GYM F, G, H
00 41 43.01-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this
Request for Bids. If additional information is needed from any source, the
College’s Procurement Services will work with the Bidder and with the various
offices of the College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids.
Interpretations, corrections, or changes to the Request for Bids allegedly made in any
other manner will not be binding and no bidder may rely upon any such interpretation,
correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – GYM F, G, H
00 41 43.01-4
SUBMITTED on
______, 20____
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – GYM F, G, H
00 41 43.01-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.01
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – GYM F, G, H
00 41 43.01-6
SECTION 00 41 43.02
BID FORM
LIB Section G
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – LIB G
00 41 43.02-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
LIB SECTION G
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.2
DECK REPAIR – METAL ROOF DECK
Metal deck cleaning and coating
$
SF
10
$
$
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
BASE BID TOTAL $
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – LIB G
00 41 43.02-2
ADD ALTERNATES
LIB SECTION G
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – LIB G
00 41 43.02-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this Request
for Bids. If additional information is needed from any source, the College’s
Procurement Services will work with the Bidder and with the various offices of the
College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids. Interpretations,
corrections, or changes to the Request for Bids allegedly made in any other manner will not
be binding and no bidder may rely upon any such interpretation, correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
SUBMITTED on
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
______, 20____
BID FORM – LIB G
00 41 43.02-4
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – LIB G
00 41 43.02-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.02
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – LIB G
00 41 43.02-6
SECTION 00 41 43.03
BID FORM
CLB Section E, F, G
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CLB E, F, G
00 41 43.03-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
CLB SECTION E, F, G
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.2
DECK REPAIR – CONCRETE ROOF DECK
Prepare and patch concrete spalls
$
SF
20
$
$
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
22.1
PLUMBING WORK
LS
1
$
26.1
LIGHTNING PROTECTION SYSTEM
LS
1
$
BASE BID TOTAL $
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CLB E, F, G
00 41 43.03-2
ADD ALTERNATES
CLB SECTION E, F, G
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CLB E, F, G
00 41 43.03-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this Request
for Bids. If additional information is needed from any source, the College’s
Procurement Services will work with the Bidder and with the various offices of the
College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids. Interpretations,
corrections, or changes to the Request for Bids allegedly made in any other manner will not
be binding and no bidder may rely upon any such interpretation, correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CLB E, F, G
00 41 43.03-4
SUBMITTED on
______, 20____
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – CLB E, F, G
00 41 43.03-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.03
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CLB E, F, G
00 41 43.03-6
SECTION 00 41 43.04
BID FORM
WLB Section B
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB B
00 41 43.04-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
WLB SECTION B
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.2
DECK REPAIR – METAL ROOF DECK
Metal deck cleaning and coating
$
SF
50
$
$
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
22.1
PLUMBING WORK
LS
1
$
BASE BID TOTAL $
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB B
00 41 43.04-2
ADD ALTERNATES
WLB SECTION B
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB B
00 41 43.04-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this Request
for Bids. If additional information is needed from any source, the College’s
Procurement Services will work with the Bidder and with the various offices of the
College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids. Interpretations,
corrections, or changes to the Request for Bids allegedly made in any other manner will not
be binding and no bidder may rely upon any such interpretation, correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
SUBMITTED on
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
______, 20____
BID FORM – WLB B
00 41 43.04-4
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – WLB B
00 41 43.04-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.04
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB B
00 41 43.04-6
SECTION 00 41 43.05
BID FORM
SCI Sections F and G
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – SCI F G
00 41 43.05-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
SCI Section F and G
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.2
DECK REPAIR – METAL ROOF DECK
Metal deck cleaning and coating
$
SF
20
$
$
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
22.1
PLUMBING WORK
LS
1
$
BASE BID TOTAL $
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – SCI F G
00 41 43.05-2
ADD ALTERNATES
SCI Section F and G
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – SCI F G
00 41 43.05-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this Request
for Bids. If additional information is needed from any source, the College’s
Procurement Services will work with the Bidder and with the various offices of the
College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids. Interpretations,
corrections, or changes to the Request for Bids allegedly made in any other manner will not
be binding and no bidder may rely upon any such interpretation, correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
SUBMITTED on
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
______, 20____
BID FORM – SCI F G
00 41 43.05-4
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – SCI F G
00 41 43.05-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.05
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – SCI F G
00 41 43.05-6
SECTION 00 41 43.06
BID FORM
CC Section D, E
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CC D, E
00 41 43.06-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
CC SECTION D, E
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.2
DECK REPAIR – METAL ROOF DECK
SF
25
$
$
SF
20
$
$
Metal deck cleaning and coating
5.2
DECK REPAIR – CONCRETE ROOF DECK
Prepare and patch concrete spalls
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
22.1
PLUMBING WORK
LS
1
$
26.1
LIGHTNING PROTECTION SYSTEM
LS
1
$
BASE BID TOTAL $
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CC D, E
00 41 43.06-2
ADD ALTERNATES
CC SECTION D, E
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CC D, E
00 41 43.06-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this Request
for Bids. If additional information is needed from any source, the College’s
Procurement Services will work with the Bidder and with the various offices of the
College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids. Interpretations,
corrections, or changes to the Request for Bids allegedly made in any other manner will not
be binding and no bidder may rely upon any such interpretation, correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CC D, E
00 41 43.06-4
SUBMITTED on
______, 20____
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – CC D, E
00 41 43.06-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.06
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – CC D, E
00 41 43.06-6
SECTION 00 41 43.07
BID FORM
WLB Sections A and C
PROJECT IDENTIFICATION:
JCCC Roofing Replacements
THIS BID IS SUBMITTED TO:
Johnson County Community College
1.
The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an
agreement with OWNER to perform and furnish all Work as specified or indicated in the
Contract Documents for the Contract Price and within the Contract Time indicated in this
Bid and in accordance with the other terms and conditions of the Contract Documents.
2.
All bids shall be valid and constitute an irrevocable offer to contract on the terms and
conditions contained in this Request for Bids for ninety (90) days after opening, but the
College reserves the right to accept or reject bids on each item or service separately or
as a whole, to reject any or all proposals, to waive informalities or irregularities, and to
contract in the best interest of the College.
3.
In submitting this Bid, BIDDER represents, as more fully set forth in the Agreement,
that:
3.1
BIDDER has examined copies of all the Bidding Documents and of the following
Addenda (receipt of all which is hereby acknowledged):
Date ____________ Number ____________
Date ____________ Number ____________
Date ____________ Number ____________
3.2
BIDDER has familiarized itself with the nature and extent of the Contract
Documents proposed Work, site, locality, and all local conditions and Laws and
Regulations that in any manner may affect cost, progress, performance or
furnishing of the Work.
3.3
BIDDER has given ENGINEER written notice of all conflicts, errors or
discrepancies that it has discovered in the Contract Documents and the written
resolution thereof by ENGINEER is acceptable to BIDDER.
3.4
This Bid is genuine and not made in the interest of, or on behalf of, any
undisclosed person, firm or corporation and is not submitted in conformity with
any agreement or rules of any group, association, organization or corporation;
BIDDER has not directly or indirectly induced or solicited any other Bidder to
submit a false or sham Bid; BIDDER has not solicited or induced any person, firm
or corporation to refrain from bidding; and BIDDER has not sought by collusion to
obtain for itself any advantage over any other Bidder or over OWNER.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB A C
00 41 43.07-1
4.
POSSIBLE CHANGES IN QUANTITY OF WORK
4.1
5.
BIDDER understands that the quantities specified herein for the repairs are
approximate and that actual quantities in the field may increase or decrease from
the quantities estimated. BIDDER herby agrees to perform all quantities of Work
as either increased or decreased, as required by the Engineer in accordance with
the provisions of the Construction Documents. The final payment to the BIDDER
shall be based on the Lump Sum/Unit Prices bid and the actual quantities
completed (for items that are not lump sum).
BASE BID
Approximate quantities for the items of repair shown on the drawings are as follows:
BASE BID
WLB SECTIONS A, C
TASK
ITEM
DESCRIPTION
UNITS
QTY
(1)
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
1.1
PROJECT MOBILIZATION AND GENERAL
CONDITIONS
LS
1
$
2.1
DEMOLITION AND SUBSTRATE PREPARATION
LS
1
$
2.3
HAZARDOUS MATERIALS TESTING
LS
1
$
5.1
DECK REPAIR – CEMENTITIOUS WOOD FIBER
ROOF DECK
LS
1
5.2
DECK REPAIR – METAL ROOF DECK
Metal deck cleaning and coating
$
SF
20
$
$
6.1
ROUGH CARPENTRY
LS
1
$
7.1
SUBSTRATE BOARD AND VAPOR BARRIER
LS
1
$
7.2
ROOFING INSULATION – POLYISO
INSULATION
LS
1
$
7.3
PROTECTION BOARD – 1/2-INCH SILICONIZED
GYPSUM BOARD
LS
1
$
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
LS
1
$
7.5
SHEET METAL FLASHING AND TRIM
LS
1
$
7.6
ROOFING SYSTEM WARRANTY
LS
1
$
22.1
PLUMBING WORK
LS
1
$
BASE BID TOTAL $
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB A C
00 41 43.07-2
ADD ALTERNATES
WLB SECTIONS A, C
TASK
ITEM
DESCRIPTION
2.2
RECYCLING PROGRAM – ROOFING
MATERIALS
2.4
HAZARDOUS MATERIALS ABATEMENT
7.4
UNITS
QTY
(1)
LS
1
UNIT
PRICE
(2)
EXTENSION
(1) x (2) =
$
$
Existing Flashings and Roofing Cements Only
LS
1
All Existing Roofing Materials (inclusive of
flashings and cements)
LS
1
TWO PLY SBS MODIFIED BITUMEN ROOFING
MEMBRANE
Cool Roofing Membrane
$
$
LS
1
$
ADD ALTERNATE TOTAL $
Description of Abbreviations:
LF = Lineal Feet
LS = Lump Sum
SF = Square Feet
EA = Each
TOTAL BASE BID
(Use words)
$ ___________
(Use figures)
TOTAL ADD ALTERNATES
(Use words)
$ ___________
(Use figures)
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB A C
00 41 43.07-3
BIDDER agrees that the Work on this building will be complete within the following calendar
days after receiving the notice to proceed.
PROJECT SCHEDULE
No. of Calendar Days for
Project Completion
Contractor should bid this project assuming that OWNER requires that at least two crews
working on the project simultaneously. The contractor should submit a schedule for the
repair project at the time of bid submission.
6.
INTERPRETATION, CORRECTIONS, OR CHANGES
Bidders requesting any interpretations or clarifications of this document shall direct those
questions in writing (preferably via electronic mail) to the College’s Procurement Services
Office at the address below:
CHRIS WORTHINGTON
Johnson County Community College
Procurement Services
CSB 170, Box #56
Overland Park, KS 66210
Telephone: (913) 469-2337
Fax:
(913) 469-4429
E-mail:
[email protected]
Bidders should consider the College’s Procurement Services as the first and only
point of contact on all matters related to the procedures associated with this Request
for Bids. If additional information is needed from any source, the College’s
Procurement Services will work with the Bidder and with the various offices of the
College to gather that information.
Any interpretation, correction, or change in the Request for Bids will be made by formal
addendum issued by the Johnson County Community College Procurement Services and
must be acknowledged by Bidder on the Offer page of this Request for Bids. Interpretations,
corrections, or changes to the Request for Bids allegedly made in any other manner will not
be binding and no bidder may rely upon any such interpretation, correction, or change.
7.
Communications concerning this Bid shall be addressed to (Contractor):
SUBMITTED on
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
______, 20____
BID FORM – WLB A C
00 41 43.07-4
8. The terms used in this Bid which are defined in the General Conditions of the Construction
Contract included as part of the Contract Documents have the meanings assigned to them in
the General Conditions provided by the Owner.
9. We plan to sub-contract the following items of work (please list). Add separate sheet if
necessary:
Description
Sub-contractor
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Value
BID FORM – WLB A C
00 41 43.07-5
If BIDDER is:
An Individual
By ____
(SEAL)
(Individual's Name)
doing business as
Business Address:
Phone No.:
A Partnership
By
(SEAL)
(Firm Name)
(General Partner)
Business Address:
Phone No.:
A Corporation
By
(Corporate Seal)
(Corporation Name)
(State of Incorporation)
By
(Name of Person Authorized to Sign)
(Title)
Attest
(Secretary)
Business Address:
Phone No.:
END OF DOCUMENT 00 41 43.07
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
BID FORM – WLB A C
00 41 43.07-6
CONTRACTOR'S QUALIFICATION STATEMENT FOR ROOFING WORK
All information provided by the contractor in this questionnaire shall be used by the Consultant and Owner
in determining and assessing a bidder’s experience and qualifications for performing the work. The
Consultant reserves the right to verify information provided in this questionnaire.
Grounds for disqualification may include:

Inability to provide minimum five (5) references and contacts for completed projects of similar
scope and complexity involving multi-ply modified bitumen roofing replacements.

Misrepresentations and/or inconsistencies in the information provided which are unable to be
resolved prior to the bid date.

Failure to return or to complete this form.
SUBMITTED TO:
Johnson County Community College
* include with bid package
SUBMITTED BY:
______________________________________________
ADDRESS:
______________________________________________
______________________________________________
PHONE:
(
) ________________________________________
CONTACT:
______________________________________________
Corporation
Partnership
Individual
Joint Venture
Other (Explain)
___________________________________________________________
___________________________________________________________
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-1
ROOFING CONTRACTOR'S QUALIFICATION QUESTIONNAIRE
1. How many years has your organization been in business as a roofing contractor?
2. How many years has your organization been in business as a general contractor?
3. How many years has your organization been in business under its present business name?
4. List states in which your organization is legally qualified to do business.
5. What percentage of the work do you normally perform with your own work forces?
6. List the SBS MODIFIED BITUMEN roofing system manufacturers where your company is a Certified
Applicator. List year when certification was achieved with SBS MODIFIED BITUMEN roofing system
manufacturer.
7. List the roofing system manufacturers where your company is a Certified Applicator. List year when
certification was achieved with roofing system manufacturer.
8. List on Table I the last five modified bitumen roofing projects your firm has completed.
9. List on Table II the roofing projects your organization has in progress at this time.
10. List on Table III the construction experience of the principals and superintendents of your company.
11. List on Table IV the equipment you own that is available for roofing work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-2
12. Have you ever failed to complete any work awarded to you? If so, attach a separate sheet of
explanation.
13. Has any officer or partner of your organization ever been an officer or partner of another organization
that failed to complete a construction contract? If so, attach a separate sheet of explanation.
14. What is your present bonding capacity?
$
15. Who is your bonding agent?
NAME:
_____________________________________________________
ADDRESS:
_____________________________________________________
PHONE:
CONTACT:
(
) _______________________________________________
_____________________________________________________
16. Are there any liens against the above?
If so, total amount $
17. Attach your company's most recent audited Balance Sheet, prepared in accordance with generally
accepted accounting principles.
Date of Balance Sheet: _______________________________________________
Name of firm Balance Sheet: ___________________________________________
DATED AT
THIS
DAY OF
, 20_____.
Name of Organization: ________________________________________________
By: ____________________________________________________________
TITLE: _________________________________________________________
STATE OF: _____________________________________________________
COUNTY OF: ____________________________________________________
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-3
being duly sworn, deposes and says that he/she is
of the above
organization and that the answers to the questions in the foregoing questionnaire and all statements
therein contained are true and correct.
SUBSCRIBING AND SWORN TO BEFORE ME THIS
DAY OF
20_____.
NOTARY PUBLIC: ______________________________________________________
MY COMMISSION EXPIRES: ______________________________________________
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-4
TABLE I - LAST FIVE MODIFIED BITUMEN ROOFING JOBS COMPLETED
Name, Email, and Phone
Number of Owner
1.
Type of Roofing Work
Contract Amount
Date Completed
2.
3.
4.
5.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-5
TABLE II - LIST OF ROOFING PROJECTS IN PROGRESS
Name, Email, and Phone
Number of Owner
1.
Type of Roofing Work
Contract Amount
Date Completed
2.
3.
4.
5.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-6
TABLE III - CONSTRUCTION EXPERIENCE OF PRINCIPALS AND SUPERINTENDENTS ASSIGNED TO PROJECT
Name
Position
Years Experience
Construction
Type of Work
Contract Amount
Roofing
Project Manager
Site Foreman
Other:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-7
TABLE IV - LIST OF EQUIPMENT
Description of Equipment
Quantity
Years of Service
Current Book Value
END OF SECTION 00 70 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACTOR'S QUALIFICATION STATEMENT
00 70 00-8
SECTION 01 03 00
TEMPORARY FACILITIES AND CONTROL
PART 1 – GENERAL
1.1
USE OF FACILITIES
A.
1.2
This section specifies items related to the use of the site, existing facilities and utilities.
The Contractor shall take into consideration that this facility will be in operation
throughout the time of this contract and that all work and operations shall be carefully
coordinated with Owner to minimize interference with normal operations and staff and
visitor comfort and safety.
TEMPORARY FACILITIES
A.
Access: The Contractor shall coordinate with the Owner his needs for access to various
portions of the facility and the time and duration of the required access. The Contractor
shall maintain such provisions and protections as required to maintain building access
during periods of operation. The Contractor and his work force will not be permitted
access to the building for sanitation or comfort services. The Contractor shall access the
roof from the exterior. If access into the building is necessary for any reason, clean street
shoes shall be worn in the building. Daily and at the end of the project the Contractor
shall be responsible for cleaning any interior and exterior finishes soiled by the work
force.
B.
Each Contractor and Subcontractor shall provide trash receptacles at the area of the
project where work is being performed and shall remove trash and debris at regular
intervals of not less than once per day. The Contractors and subcontractor shall collect
and remove their own waste and trash from the job site and dispose of them off-site in an
approved trash disposal site. If the Contractor or subcontractors utilize or generate any
waste of city, state or federally controlled substances they shall be disposed of in
accordance with the regulations of the controlling authority. The Contractor shall keep all
work areas clean and accessible at all times and when working in resident occupied
areas he shall maintain them in a clean and hazard free manner.
The Contractor shall keep the grounds around the building neat and picked up of all
debris - daily.
C.
Protection of Work: The Contractor shall be responsible for protecting equipment and
finishes at the project site from damages resulting from work under his control. All finish
materials must be temporarily protected to prevent damage in work areas. The
Contractor will be responsible for cleaning or replacing any soiled or damaged areas that
are a result of his operations. This includes all exterior finish material and cleaning of
masonry and roofing materials off the exterior of the building. Shrubs and vegetation
around the building shall be protected as necessary to prevent damage to them from the
roofing work including asphalt droppings. Any damage done by the Contractor, such as
ruts in the lawn areas, broken concrete and curbs, and damage to the asphalt paving
from driving vehicles over them shall be repaired at the Contractor's expense.
D.
Sanitation: Access to the interior of the building by the Contractor's work force will not be
permitted and the Contractor shall provide his own temporary toilet facilities.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TEMPORARY FACILITIES AND CONTROL
01 03 00-1
1.3
E.
Drinking Water: Drinking water will be provided from hose bibs on the exterior of the
building. Individual trips into the building are not permitted.
F.
Fire Protection: If the Contractor is performing work or operations that involve the use of
flame or flammable materials he shall provide fire protection at the location of these
operations and shall take such safety precautions as required by building codes and
OSHA.
G.
Water Service: Water for construction operations will be provided as available at existing
exterior hose bib locations by the Owner at not cost to the Contractor. The Contractor
shall extend water service from approved locations as required and return all services to
pre-construction condition at the completion of the project.
H.
Electrical Services: Temporary electrical power, for construction, will be provided by the
Owner at existing locations at no cost to the Contractor. The Contractor shall extend and
maintain electrical services from approved locations as required and return all services to
pre-construction condition at the completion of the project.
I.
Weather Protection: The Contractor shall provide general weather protection of work in
progress and openings made in the building envelope. The cost of installing, providing
and maintaining weather protection shall be paid by the Contractor. If any interior
damage occurs because of the work of this Contractor or his sub-contractors, the cost of
the repair of the damage shall be borne by this Contractor. The repairs shall be done to
the satisfaction of the Owner. Permanent repair of these areas shall be made of
construction that matches the existing construction. This section includes protecting
partially or completely removed roofing systems.
J.
Removal of Existing Equipment and Systems: It is not anticipated that any shut down of
any major equipment will be necessary with the prosecution of the work for this project.
However, if such shut down is necessary the Contractor shall give the facility
administration at least 48 hours written notice of shut downs, transfer operations, or other
work that will affect the facility operations. The notice shall include the anticipated
duration of the shut down or interruption.
K.
Odor, Fume, and Dust/Debris Control: Where use of hot kettles, adhesives, or solvents
create noxious or nuisance odors, the Contractor will coordinate locating these items
away from fresh air intake, building entrances, and other locations which may draw odors
into the building. Where required, the Contractor will coordinate sealing or shut down of
intakes with Owner in advance. Where demolition or installation creates dust, debris, or
loose particles which may be drawn into HVAC equipment or fresh air intakes, Contractor
will coordinate sealing or shut down of intakes and equipment with Owner in advance.
Cost for repair or replacement of existing equipment damaged due to Contractor’s failure
to coordinate shut downs and closures will be bourne by the Contractor.
AUTOMOBILE PARKING FACILITIES
A.
The Contractor's and subcontractor's employees use of the existing parking lot shall be
limited to areas as designated by the Owner. Fire and service lanes shall be kept free
and clear at all times.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TEMPORARY FACILITIES AND CONTROL
01 03 00-2
1.4
1.5
CONSTRUCTION OFFICE
A.
The Contractor shall provide such space as he feels necessary for the support of the
Work. The Contractor shall provide his own telephone or portable telephone at the
project site. Use of the telephones inside the building will not be allowed.
B.
The Contractor shall maintain an up-to-date set of contract documents, shop drawings,
samples, and other project data at the construction site.
Project foreman/site
superintendents will have a full copy of all contract documents, including addenda, on site
and readily available for use at all times.
STORAGE
A.
Storage for this project will be limited to areas of the site as designated or approved by
Owner. No storage will be permitted in the building. The Owner will make all the
concessions to the Contract for providing for his needs in the prosecution of the work that
are practical without disruption to the facility and operations.
1.
2.
1.6
Exterior Storage: Storage and staging areas will be designed or approved by the
Owner. The Owner assumes no responsibility for the safety and security of the
stored materials.
Interior Storage: No interior storage will be allowed or provided by the Owner
and the Contractor is responsible for the security of his materials and tools on the
construction site.
SECURITY
A.
The Contractor shall maintain responsibility for securing all tools and equipment on the
project site and taking such steps as practical to avoid theft. The Contractor is hereby
advised that security is an issue. The Contractor shall also actively assist in the
maintenance of the security of the facility by securing all temporary access points such as
ladders and scaffolds.
PART 2 – PRODUCTS (NOT APPLICABLE)
PART 3 – EXECUTION (NOT APPLICABLE)
END OF SECTION 01 03 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TEMPORARY FACILITIES AND CONTROL
01 03 00-3
SECTION 01 07 00
PROJECT COORDINATION AND CONTROL
PART 1 – GENERAL
1.1
GENERAL
A.
1.2
Since this project is being conducted in a facility that is an operation it is imperative that the
comfort and safety of the staff and public is uninterrupted. To meet this requirement the
Contractor will have to plan and coordinate the project in detail. At a minimum the following
steps must be taken by the contractor and sub-contractors.
PROTECTIONS AND BARRICADE PLAN
A.
The contractor shall develop a protections and barricade plan that:
1.
2.
3.
4.
1.3
Identifies how the Contractor proposes to protect the site.
Identifies how the contractor proposes to protect the general public from the dust, dirt
and debris of demolition operations.
Identifies how the dust, dirt and debris will be contained and removed from the site.
Identifies how the contractor proposes to access the work areas and the related safety
precautions associated with the OSHA requirements.
PROJECT SCHEDULE
A.
The Contractor shall develop a project schedule that:
1.
2.
3.
4.
B.
The Contractor shall:
1.
C.
Provides a graphic representation of all activities and events that will occur during the
performance of the work. Project schedule shall conform to the schedule of values.
Identifies each phase of the work and the areas that will be affected by the work.
Identify the Owner's requirements to temporarily modify access. Any operation that
will affect the normal operation and safety of the facility must be identified.
Sets forth milestone dates that are critical in ensuring the timely and orderly
completion of the Work. Show critical path of tasks to complete project. Potential
utility shutdown dates must be identified for coordination with the Owner.
Identifies the dates for shop drawing, product data, and sample submittal, review time,
order time and shipment of equipment and goods.
Review the schedule with the Engineer and Owner and make such adjustments to the
schedule that the Owner requires to provide continuity in the facility operations.
The Owner shall have the right to direct a postponement or rescheduling of any date or time
for the performance of any part of the work that may interfere with the operation of the Owner's
premises. Contractor shall give the Owner 48 hours notice for Work that may disrupt the
Owner’s operations to allow the Owner to make the necessary adjustments to the operations
to facilitate the work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT COORDINATION AND CONTROL
01 70 00-1
1.4
PROJECT MANAGEMENT/SUPERVISION
A.
1.5
The contractor shall have a full time job superintendent/foreman at the job site to supervise the
demolition and progression of the work.
PRECONSTRUCTION MEETING
A.
A Pre-construction meeting shall be scheduled within 15 days of the date of the Notice to
Proceed. Attendance shall include the Owner, Engineer, Prime Contractor and Major
Subcontractors. The agenda for the pre-construction meeting shall include:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
Construction Schedule (the Contractor shall have a detailed Construction schedule
available for review and comment at this meeting).
Scheduling issues and resolution of issues.
Identification of all subcontractors with addresses, telephone numbers and key
personnel.
Identification of responsible personnel.
Coordination responsibility of prime Contractor.
Schedule of Submittals.
Distribution of the Contract Documents.
Procedures for processing field decisions and Change Orders.
Procedures for processing Applications for Payment.
Procedures for submittals of Shop Drawings, Project Data, and Samples.
Procedures for maintaining Record Documents.
Use of the Premises.
Responsibility for temporary facilities and controls.
Parking and material/equipment storage availability.
Equipment deliveries and priorities.
Safety and first aid procedures.
Security Procedures.
Work hours and access to the building.
Trash and housekeeping procedures.
Consideration of staff and visitor comfort and safety.
PART 2 – PRODUCTS (NOT APPLICABLE)
PART 3 – EXECUTION (NOT APPLICABLE)
END OF SECTION 01 07 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT COORDINATION AND CONTROL
01 70 00-2
SECTION 01 10 00.01
TASK ITEMS – REROOFING
GYM Sections F, G, H
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-1
2.
Coordination: GYM will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
Area F:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-2




b.
B.
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
Not applicable.
Drawings and Specifications
1.
2.2
Areas G and H:

4 ply mod bit roofing

1/2" wood fiber cover board

1-1/2” EPS insulation

Asphaltic vapor barrier

1/2" wood fiber cover board

Metal roof deck
3.
1.
C.
4 ply mod bit roofing
1/2" wood fiber cover board
1-1/2” polyiso insulation
Cementitious wood fiber roof deck (Tectum)
Refer to Sheets R1.0 and R1.1 for locations of work.
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-3
B.
1.
Work consists of recycling removed roofing materials and new product
packaging.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Repair Drawings and Specifications
1.
2.4
Not Applicable.
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-4
A.
Scope of Work
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.1
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR/REPLACEMENT – CEMENTITIOUS WOOD FIBER ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any cementitious wood fiber roof deck
panels are damaged or deteriorated. Do not proceed with reroofing until
Engineer has observed damaged panels and provides additional
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-5
direction as required.
B.
3.
Notify Engineer immediately if any standing water or areas of saturated
roof deck are observed. Do not proceed with reroofing until Engineer has
observed wet panels and provides additional direction as required.
4.
Dry damp or moist deck surfaces prior to installation of new roofing
system. DO NOT TRAP MOISTURE UNDER NEW ROOFING SYSTEM.
Materials
1.
C.
Drawings and Specifications
1.
5.2
Not applicable.
Refer to Sheets R1.0 and R1.1 for locations of work.
DECK REPAIR – METAL ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any metal roof deck panels are damaged,
corroded, or deteriorated. Do not proceed with reroofing until Engineer
has observed damaged panels and provides additional direction as
required.
3.
Where minor surface corrosion with no loss of section of the metal deck
is uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning” and coat
surface with a zinc-rich touchup primer.
4.
For bidding purposes, assume the following unit price quantities:
a.
B.
ZRC Galvalite Galvanizing Repair Compound, or Engineer approved
equal.
Drawings and Specifications
1.
5.3
25 Square Feet
Materials
1.
C.
Metal deck cleaning and coating
Refer to Sheet R1.0 and R1.1 for locations of work.
STEEL FIELD RE-COATING
A.
Scope of Work
1.
Work consists of cleaning and recoating exposed steel surfaces on
equipment curbs, structural shapes, and other steel fabrications.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-6
B.
2.
Where minor surface corrosion with no loss of section of the metal is
uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning”. Use caution
not to damage light-gauge metal.
3.
Apply a “direct to rust” universal primer to all prepared surfaces. Top
coat with a compatible acrylic coating suitable for exterior applications.
Products
1.
Sherwin Williams:
a.
b.
C.
2.
Engineer approved equal 2-coat system, as submitted by contractor.
3.
Top-coat color to be selected by Owner from Manufacturer’s standard
colors.
Drawings and Specifications
1.
6.1
Kem Kromik Universal Metal Primer.
Sher-Cryl High Performance Acrylic.
Refer to Sheet R2.0 and R2.1 for locations of work.
ROUGH CARPENTRY
A.
B.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
1.
C.
Lumber, plywood, and other wood accessories as directed.
Drawings and Specifications
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-7
1.
7.1
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
areas of concrete roof deck.
Extents of Installation:
a.
b.
B.
2.
Install substrate board on top of steel decking. Mechanically fasten
sheathing to decking.
3.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
4.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
1.
2.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Drawings and Specifications
1.
7.2
GYM Section F: Cover board only.
GYM Sections G and H: Cover board with vapor barrier.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-8
insulation at areas of flat roof deck, along with sumps, crickets, and
diverters where indicated.
Extents of Installation:
a.
b.
2.
GYM Section F: Flat stock polyiso only.
GYM Sections G and H: Flat stock with tapered polyiso.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
B.
6.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
7.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-9
B.
1.
Work consists of providing new fully adhered protection board.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
Materials
1.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
7.4
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
4.
Install base flashing per manufacturer’s specifications.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Materials
1.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-10
C.
Drawings and Specifications
1.
7.5
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
FLASHING AND SHEET METAL TRIM
A.
B.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Sheet metal flashing fabrications, fasteners, and other accessories.
Drawings and Specifications
1.
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-11
7.6
ROOFING SYSTEM WARRANTY
A.
B.
Scope of Work
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
Contractor and the Roofing Membrane Manufacturer.
3.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
1. Not applicable.
C.
Drawings and Specifications
1.
7.7
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
SEALANT JOINTS
A.
Scope of Work
1.
Work consists of removal and replacement of sealant joints or installation
of new sealant joints where directed.
2.
Remove existing sealant from joints.
3.
All joints shall be thoroughly cleaned by either abrasive methods or
grinding to remove all laitance, unsound substrate, and curing
compounds which may interfere with adhesion. Joint shall be air blasted
to remove remaining debris.
4.
Prime joint surfaces as needed.
5.
Install backer rod or bond
manufacturer’s instructions.
6.
Install sealant with concave profile and overall dimensions to conform to
manufacturer’s recommendations for best practice for sealant
installation.
7.
Do not allow sealant to ooze or sag.
8.
Where double sealant joints are indicated, allow the inner sealant joint to
fully cure before installation of the outer sealant joint.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
breaker
in strict
accordance with
TASK ITEMS – GYM F, G, H
00 01 07.01-12
B.
Materials
1.
C.
Repair Drawings and Specifications
1.
22.1
Joint sealants, backer rods, bond breakers, primers, and other
accessories.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Joint Sealants” for work requirements, materials, and procedures.
PLUMBING WORK
A.
B.
Scope of Work
1.
Work consists of restoring existing roof drains to an operable condition.
2.
Clean and rod out all drains. Check drain bowl to deck connection to
ensure watertight connection prior to roofing tear-off. Check drain bowl to
interior downspout connection to ensure watertight connection prior to
roofing tear-off. Contact Engineer if existing interior drain connections
may lead to interior water leakage.
3.
Reuse existing drain bowls and deck plates. Reuse existing clamping
rings, fasteners, and strainers unless damaged. Clean and coat steel all
required.
4.
Install piping extensions as required to raise curbs, vents, stacks, and
soil pipes to a minimum of 8” above the finished roof surface.
5.
Install new pipe supports on top of new roofing membrane with sacrificial
pad or sacrificial layer of cap sheet.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work.
END OF SECTION 01 10 00.01
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – GYM F, G, H
00 01 07.01-13
SECTION 01 10 00.02
TASK ITEMS – REROOFING
LIB Sections G
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-1
2.
Coordination: LIB will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
Area F:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-2





B.
3.
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
2.2
4 ply mod bit roofing
3/4" fiberglass cover board
3” - 5” polyiso insulation
1/2" cover board
Metal roof deck
Refer to Sheets R1.0 and R1.1 for locations of work.
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
Scope of Work
1.
Work consists of recycling removed roofing materials and new product
packaging.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-3
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
B.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Repair Drawings and Specifications
1.
2.4
Not Applicable.
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
A.
Scope of Work
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-4
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.2
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – METAL ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any metal roof deck panels are damaged,
corroded, or deteriorated. Do not proceed with reroofing until Engineer
has observed damaged panels and provides additional direction as
required.
3.
Where minor surface corrosion with no loss of section of the metal deck
is uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning” and coat
surface with a zinc-rich touchup primer.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-5
4.
For bidding purposes, assume the following unit price quantities:
a.
B.
Refer to Sheet R1.0 and R1.1 for locations of work.
ROUGH CARPENTRY
A.
B.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
1.
C.
Lumber, plywood, and other wood accessories as directed.
Drawings and Specifications
1.
7.1
ZRC Galvalite Galvanizing Repair Compound, or Engineer approved
equal.
Drawings and Specifications
1.
6.1
25 Square Feet
Materials
1.
C.
Metal deck cleaning and coating
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
areas of concrete roof deck.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-6
Extents of Installation:
a.
B.
2.
Install substrate board on top of steel decking. Mechanically fasten
sheathing to decking.
3.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
4.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
1.
2.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Drawings and Specifications
1.
7.2
LIB Section G: Cover board with vapor barrier.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
insulation at areas of flat roof deck, along with sumps, crickets, and
diverters where indicated.
Extents of Installation:
a.
2.
LIB Section G: Flat stock with tapered polyiso.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-7
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
B.
6.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
7.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
B.
Scope of Work
Work consists of providing new fully adhered protection board.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
Materials
1.
C.
1.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-8
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
Drawings and Specifications
1.
7.5
Install base flashing per manufacturer’s specifications.
Materials
1.
C.
4.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
SHEET METAL FLASHING AND TRIM
A.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-9
B.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Drawings and Specifications
1.
7.6
Sheet metal flashing fabrications, fasteners, and other accessories.
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
ROOFING SYSTEM WARRANTY
A.
B.
Scope of Work
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
Contractor and the Roofing Membrane Manufacturer.
3.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-10
1. Not applicable.
C.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
END OF SECTION 01 10 00.02
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – LIB G
00 01 07.02-11
SECTION 01 10 00.03
TASK ITEMS – REROOFING
CLB Sections E, F, G
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-1
2.
Coordination: GYM will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
CLB Section E:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-2





B.
Section F:

Forthcoming via Addendum
c.
Section G:

Forthcoming via Addendum
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
Not applicable.
Drawings and Specifications
1.
2.2
b.
3.
1.
C.
2 ply mod bit roofing
1/2" fiberglass cover board
1/2” tapered polyiso insulation
3” flat polyiso insulation
Concrete roof deck
Refer to Sheets R1.0 and R1.1 for locations of work.
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
Scope of Work
1.
Work consists of recycling removed roofing materials and new product
packaging.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-3
B.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Repair Drawings and Specifications
1.
2.4
Not Applicable.
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-4
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.3
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – CONCRETE ROOF DECK
A.
Scope of Work
1.
Work consists of providing partial-depth patching repairs to deteriorated
or damaged concrete roof decks.
2.
Remove, scrape, and/or spud clean loose and debonded original built-up
roofing residue and roofing from the concrete surface to ensure bond for
new roofing system.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-5
3.
Clean, wire brush, and remove all loose concrete and surface scaling
from the deck surface. Surface spalls that do not show exposed
reinforcement shall not be patched.
4.
Remove any standing water on top of roof deck by pushing to drains, wet
vacuuming, or pumping to drains.
5.
Dry damp or moist deck surfaces prior to installation of new roofing
system. DO NOT TRAP MOISTURE UNDER NEW ROOFING SYSTEM.
6.
Patch any concrete that is spalled more than 3/4 inch deep from the deck
surface, and/or any spalls with exposed reinforcement – as determined
during post tear off inspection. See Detail 10 on Sheet R4.0 for partial
depth patching detail.
7.
Engineer shall view all replaced or repaired areas before the new roofing
system is installed.
8.
The contract price will include the following allowances, to be adjusted by
unit costs listed in bid form:
a.
B.
Concrete repair materials, primers, bonding agents, corrosion resistant
coatings, and other accessories.
Drawings and Specifications
1.
6.1
20 Square Feet
Materials
1.
C.
Prepare and patch concrete spalls
Refer to Sheets R1.0 and R1.1 for locations of work.
ROUGH CARPENTRY
A.
B.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-6
1.
C.
Drawings and Specifications
1.
7.1
Lumber, plywood, and other wood accessories as directed.
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
areas of concrete roof deck.
Extents of Installation:
a.
B.
2.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
3.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
1.
C.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Drawings and Specifications
1.
7.2
CLB Sections E, F, G: Vapor barrier only.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
insulation at areas of flat roof deck, along with sumps, crickets, and
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-7
diverters where indicated.
Extents of Installation:
a.
2.
CLB Section E, F, G: Flat stock with tapered polyiso.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
B.
6.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
7.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
Scope of Work
1.
Work consists of providing new fully adhered protection board.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-8
B.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
Materials
1.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
7.4
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
Install base flashing per manufacturer’s specifications.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Materials
1.
C.
4.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
Drawings and Specifications
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-9
1.
7.5
FLASHING AND SHEET METAL TRIM
A.
B.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Sheet metal flashing fabrications, fasteners, and other accessories.
Drawings and Specifications
1.
7.6
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
ROOFING SYSTEM WARRANTY
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-10
B.
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
Contractor and the Roofing Membrane Manufacturer.
3.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
1. Not applicable.
C.
Drawings and Specifications
1.
22.1
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PLUMBING WORK
A.
B.
Scope of Work
1.
Work consists of restoring existing roof drains to an operable condition.
2.
Clean and rod out all drains. Check drain bowl to deck connection to
ensure watertight connection prior to roofing tear-off. Check drain bowl to
interior downspout connection to ensure watertight connection prior to
roofing tear-off. Contact Engineer if existing interior drain connections
may lead to interior water leakage.
3.
Reuse existing drain bowls and deck plates. Reuse existing clamping
rings, fasteners, and strainers unless damaged. Clean and coat steel all
required.
4.
Install piping extensions as required to raise curbs, vents, stacks, and
soil pipes to a minimum of 8” above the finished roof surface.
5.
Install new pipe supports on top of new roofing membrane with sacrificial
pad or sacrificial layer of cap sheet.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-11
26.2
LIGHTNING PROTECTION
A.
B.
Scope of Work
1.
Work consists of removing and reinstalling existing lightning protection
systems in conjunction with roofing system replacement.
2.
Remove lightning protection along parapet wall and across existing
roofing membrane and store for reuse.
3.
Reinstall lightning protection installation to new roofing system at the
locations and in the conditions existing prior to start of reroofing
operations.
Lightning protection shall not penetrate new roofing
membrane. Refer to recommendations from roofing manufacturer and
warranty holder on attachment of lightning protection. Use adhesive to
attach lightning protection to coping cap or roofing membrane.
4.
Use certified lightning protection installation contractor. Re-certify
lightning protection after installation per building code and owner
requirements.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
Refer to Sheets R2.0 and R2.1 for locations of work.
END OF SECTION 01 10 00.03
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CLB E, F, G
00 01 00.03-12
SECTION 01 10 00.04
TASK ITEMS – REROOFING
WLB Section B
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-1
2.
Coordination: WLB will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
Section B:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-2



B.
3.
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
2.2
3 ply mod bit roofing
1-1/2” polyiso insulation
Metal roof deck
Refer to Sheets R1.0 and R1.1 for locations of work.
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
Scope of Work
1.
Work consists of recycling removed roofing materials and new product
packaging.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-3
B.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Repair Drawings and Specifications
1.
2.4
Not Applicable.
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
A.
Scope of Work
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-4
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.2
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – METAL ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any metal roof deck panels are damaged,
corroded, or deteriorated. Do not proceed with reroofing until Engineer
has observed damaged panels and provides additional direction as
required.
3.
Where minor surface corrosion with no loss of section of the metal deck
is uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning” and coat
surface with a zinc-rich touchup primer.
4.
For bidding purposes, assume the following unit price quantities:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-5
a.
B.
Refer to Sheet R1.0 and R1.1 for locations of work.
ROUGH CARPENTRY
A.
B.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
1.
C.
Lumber, plywood, and other wood accessories as directed.
Drawings and Specifications
1.
7.1
ZRC Galvalite Galvanizing Repair Compound, or Engineer approved
equal.
Drawings and Specifications
1.
6.1
50 Square Feet
Materials
1.
C.
Metal deck cleaning and coating
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
areas of concrete roof deck.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-6
Extents of Installation:
a.
B.
2.
Install substrate board on top of steel decking. Mechanically fasten
sheathing to decking.
3.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
4.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
1.
2.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Drawings and Specifications
1.
7.2
WLB Section B: Cover board with vapor barrier.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
insulation at areas of flat roof deck, along with sumps, crickets, and
diverters where indicated.
Extents of Installation:
a.
2.
WLB Sections B: Flat stock with tapered polyiso.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-7
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
B.
6.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
7.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
B.
Scope of Work
Work consists of providing new fully adhered protection board.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
Materials
1.
C.
1.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-8
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
Drawings and Specifications
1.
7.5
Install base flashing per manufacturer’s specifications.
Materials
1.
C.
4.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
FLASHING AND SHEET METAL TRIM
A.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-9
B.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Drawings and Specifications
1.
7.6
Sheet metal flashing fabrications, fasteners, and other accessories.
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
ROOFING SYSTEM WARRANTY
A.
B.
Scope of Work
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
Contractor and the Roofing Membrane Manufacturer.
3.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
1. Not applicable.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-10
C.
Drawings and Specifications
1.
22.1
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PLUMBING WORK
A.
B.
Scope of Work
1.
Work consists of restoring existing roof drains to an operable condition.
2.
Clean and rod out all drains. Check drain bowl to deck connection to
ensure watertight connection prior to roofing tear-off. Check drain bowl to
interior downspout connection to ensure watertight connection prior to
roofing tear-off. Contact Engineer if existing interior drain connections
may lead to interior water leakage.
3.
Reuse existing drain bowls and deck plates. Reuse existing clamping
rings, fasteners, and strainers unless damaged. Clean and coat steel all
required.
4.
Install piping extensions as required to raise curbs, vents, stacks, and
soil pipes to a minimum of 8” above the finished roof surface.
5.
Install new pipe supports on top of new roofing membrane with sacrificial
pad or sacrificial layer of cap sheet.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work.
END OF SECTION 01 10 00.04
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB B
00 01 00.04-11
SECTION 01 10 00.05
TASK ITEMS – REROOFING
SCI Sections F and G
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-1
2.
Coordination: SCI will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
Section F:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-2





b.
B.
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
Not applicable.
Drawings and Specifications
1.
2.2
Section G:

EPDM membrane

3/4" fiberboard

2” to 4-1/2” EPS insulation

Metal roof deck
3.
1.
C.
2 ply mod bit roofing
1” fiberglass cover board
2” to 5” polyiso insulation
1/2" cover board
Metal roof deck
Refer to Sheets R1.0 and R1.1 for locations of work.
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-3
B.
1.
Work consists of recycling removed roofing materials and new product
packaging.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Repair Drawings and Specifications
1.
2.4
Not Applicable.
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-4
A.
Scope of Work
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.2
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – METAL ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any metal roof deck panels are damaged,
corroded, or deteriorated. Do not proceed with reroofing until Engineer
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-5
has observed damaged panels and provides additional direction as
required.
3.
Where minor surface corrosion with no loss of section of the metal deck
is uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning” and coat
surface with a zinc-rich touchup primer.
4.
For bidding purposes, assume the following unit price quantities:
a.
B.
Refer to Sheet R1.0 and R1.1 for locations of work.
ROUGH CARPENTRY
A.
B.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
1.
C.
Lumber, plywood, and other wood accessories as directed.
Drawings and Specifications
1.
7.1
ZRC Galvalite Galvanizing Repair Compound, or Engineer approved
equal.
Drawings and Specifications
1.
6.1
20 Square Feet
Materials
1.
C.
Metal deck cleaning and coating
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-6
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
areas of concrete roof deck.
Extents of Installation:
a.
B.
2.
Install substrate board on top of steel decking. Mechanically fasten
sheathing to decking.
3.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
4.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
1.
2.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Drawings and Specifications
1.
7.2
SCI Section F and G: Cover board with vapor barrier.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
insulation at areas of flat roof deck, along with sumps, crickets, and
diverters where indicated.
Extents of Installation:
a.
SCI Sections F and G: Flat stock with tapered polyiso.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-7
2.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
B.
6.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
7.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
Scope of Work
1.
Work consists of providing new fully adhered protection board.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-8
B.
Materials
1.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
7.4
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
Install base flashing per manufacturer’s specifications.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Materials
1.
C.
4.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-9
7.5
FLASHING AND SHEET METAL TRIM
A.
B.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Drawings and Specifications
1.
7.6
Sheet metal flashing fabrications, fasteners, and other accessories.
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
ROOFING SYSTEM WARRANTY
A.
Scope of Work
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-10
Contractor and the Roofing Membrane Manufacturer.
3.
B.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
1. Not applicable.
C.
Drawings and Specifications
1.
22.1
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PLUMBING WORK
A.
B.
Scope of Work
1.
Work consists of restoring existing roof drains to an operable condition.
2.
Clean and rod out all drains. Check drain bowl to deck connection to
ensure watertight connection prior to roofing tear-off. Check drain bowl to
interior downspout connection to ensure watertight connection prior to
roofing tear-off. Contact Engineer if existing interior drain connections
may lead to interior water leakage.
3.
Reuse existing drain bowls and deck plates. Reuse existing clamping
rings, fasteners, and strainers unless damaged. Clean and coat steel all
required.
4.
Install piping extensions as required to raise curbs, vents, stacks, and
soil pipes to a minimum of 8” above the finished roof surface.
5.
Install new pipe supports on top of new roofing membrane with sacrificial
pad or sacrificial layer of cap sheet.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work.
END OF SECTION 01 10 00.05
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – SCI F G
00 01 00.05-11
SECTION 01 10 00.06
TASK ITEMS – REROOFING
CC Sections D, E
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-1
2.
Coordination: CC will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
CC Section D(a):
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-2




B.
b.
CC Section D(b):

2 ply mod bit roofing

2” to 3" lightweight insulating concrete

5” to 8” EPS insulation

Metal roof deck
c.
CC Section E:

2 ply mod bit roofing

1/2” fiberboard

6” to 8” EPS insulation

1/2" cover board

Metal roof deck
3.
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
1.
C.
2 ply mod bit roofing
2” to 3" lightweight insulating concrete
5” to 8” EPS insulation
Concrete roof deck
Not applicable.
Drawings and Specifications
1.
Refer to Sheets R1.0 and R1.1 for locations of work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-3
2.2
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
B.
Scope of Work
1.
Work consists of recycling removed roofing materials and new product
packaging.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Not Applicable.
Repair Drawings and Specifications
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-4
1.
2.4
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
A.
Scope of Work
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.2
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – METAL ROOF DECK
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-5
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any metal roof deck panels are damaged,
corroded, or deteriorated. Do not proceed with reroofing until Engineer
has observed damaged panels and provides additional direction as
required.
3.
Where minor surface corrosion with no loss of section of the metal deck
is uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning” and coat
surface with a zinc-rich touchup primer.
4.
For bidding purposes, assume the following unit price quantities:
a.
B.
ZRC Galvalite Galvanizing Repair Compound, or Engineer approved
equal.
Drawings and Specifications
1.
5.3
25 Square Feet
Materials
1.
C.
Metal deck cleaning and coating
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – CONCRETE ROOF DECK
A.
Scope of Work
1.
Work consists of providing partial-depth patching repairs to deteriorated
or damaged concrete roof decks.
2.
Remove, scrape, and/or spud clean loose and debonded original built-up
roofing residue and roofing from the concrete surface to ensure bond for
new roofing system.
3.
Clean, wire brush, and remove all loose concrete and surface scaling
from the deck surface. Surface spalls that do not show exposed
reinforcement shall not be patched.
4.
Remove any standing water on top of roof deck by pushing to drains, wet
vacuuming, or pumping to drains.
5.
Dry damp or moist deck surfaces prior to installation of new roofing
system. DO NOT TRAP MOISTURE UNDER NEW ROOFING SYSTEM.
Patch any concrete that is spalled more than 3/4 inch deep from the deck
surface, and/or any spalls with exposed reinforcement – as determined
during post tear off inspection.
6.
Engineer shall view all replaced or repaired areas before the new roofing
system is installed.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-6
7.
The contract price will include the following allowances, to be adjusted by
unit costs listed in bid form:
a.
B.
Refer to Sheets R1.0 and R1.1 for locations of work.
ROUGH CARPENTRY
A.
B.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
1.
C.
Lumber, plywood, and other wood accessories as directed.
Drawings and Specifications
1.
7.1
Concrete repair materials, primers, bonding agents, corrosion resistant
coatings, and other accessories.
Drawings and Specifications
1.
6.1
20 Square Feet
Materials
1.
C.
Prepare and patch concrete spalls
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-7
areas of concrete roof deck.
Extents of Installation:
a.
b.
c.
B.
2.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
3.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
1.
C.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Drawings and Specifications
1.
7.2
CC Section D(a): Vapor barrier only.
CC Section D(b): Substrate board and vapor barrier.
CC Section E: Substrate board and vapor barrier.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
insulation at areas of flat roof deck, along with sumps, crickets, and
diverters where indicated.
Extents of Installation:
a.
2.
CC Section D and E: Flat stock with tapered polyiso.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-8
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
B.
6.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
7.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
B.
Scope of Work
Work consists of providing new fully adhered protection board.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
Materials
1.
C.
1.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-9
materials, and procedures.
7.4
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
Drawings and Specifications
1.
7.5
Install base flashing per manufacturer’s specifications.
Materials
1.
C.
4.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
FLASHING AND SHEET METAL TRIM
A.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-10
B.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Drawings and Specifications
1.
7.6
Sheet metal flashing fabrications, fasteners, and other accessories.
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
ROOFING SYSTEM WARRANTY
A.
B.
Scope of Work
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
Contractor and the Roofing Membrane Manufacturer.
3.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
1. Not applicable.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-11
C.
Drawings and Specifications
1.
22.1
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PLUMBING WORK
A.
B.
Scope of Work
1.
Work consists of restoring existing roof drains to an operable condition.
2.
Clean and rod out all drains. Check drain bowl to deck connection to
ensure watertight connection prior to roofing tear-off. Check drain bowl to
interior downspout connection to ensure watertight connection prior to
roofing tear-off. Contact Engineer if existing interior drain connections
may lead to interior water leakage.
3.
Reuse existing drain bowls and deck plates. Reuse existing clamping
rings, fasteners, and strainers unless damaged. Clean and coat steel all
required.
4.
Install piping extensions as required to raise curbs, vents, stacks, and
soil pipes to a minimum of 8” above the finished roof surface.
5.
Install new pipe supports on top of new roofing membrane with sacrificial
pad or sacrificial layer of cap sheet.
Materials
1.
C.
Drawings and Specifications
1.
26.2
Not applicable.
Refer to Sheet R2.0 and R2.1 for locations of work.
LIGHTNING PROTECTION
A.
Scope of Work
1.
Work consists of removing and reinstalling existing lightning protection
systems in conjunction with roofing system replacement.
2.
Remove lightning protection along parapet wall and across existing
roofing membrane and store for reuse.
3.
Reinstall lightning protection installation to new roofing system at the
locations and in the conditions existing prior to start of reroofing
operations.
Lightning protection shall not penetrate new roofing
membrane. Refer to recommendations from roofing manufacturer and
warranty holder on attachment of lightning protection. Use adhesive to
attach lightning protection to coping cap or roofing membrane.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-12
4.
B.
Materials
1.
C.
Use certified lightning protection installation contractor. Re-certify
lightning protection after installation per building code and owner
requirements.
Not applicable.
Drawings and Specifications
1.
Refer to Sheets R2.0 and R2.1 for locations of work.
END OF SECTION 01 10 00.06
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – CC D, E
00 01 00.06-13
SECTION 01 10 00.07
TASK ITEMS – REROOFING
WLB Sections A and C
PART 1 – GENERAL
1.1
DESCRIPTION
A.
This section is for the convenience of the Contractor only and shall not be
construed as a complete accounting of all work to be performed.
B.
The extent of the Task Items is indicated on the drawings and by the
requirements of each section of the specifications.
C.
Field Verification: The Contractor shall examine the site and shall be
responsible for verifying all existing construction, conditions, and dimensions. No
extra payment will be considered for work additional to that shown or noted, if
such work would have been apparent in an inspection of the premises.
D.
Coordination: Coordinate the work throughout the duration of the project as to
minimize disruption of facility operations. Additional coordination may be
required with window replacement work and reroofing work.
a.
E.
As indicated in certain task items below which require Engineer
review of existing conditions, provide Engineer minimum 7
working days notice to prevent delays to construction.
Unit Price Work: Several task items below include instructions for bidding work
per unit price. Contractor shall include in the Base Bid a cost for performing the
number of units assumed in the task item. Contractor shall also provide an
Add/Deduct cost for performing a single unit of the work. The Base Bid amount
will be adjusted using this Add/Deduct cost according to actual work units
completed. For further information, see Section “Unit Prices”.
PART 2 – PRODUCTS (See EXECUTION section)
PART 3 – EXECUTION
____________________________________________________________________________________
3.1
TASK ITEM (T.I.) DESCRIPTION
T.I.
1.1
PROJECT MOBILIZATION AND GENERAL CONDITIONS
A.
Scope of Work
1.
Work consists of coordinating, scheduling, obtaining and assembling at
construction site all equipment, materials, permits, supplies, manpower
and other essentials and incidentals necessary to perform Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-1
2.
Coordination: WLB will remain in regular use during roofing replacement
work. Coordinate with Owner to determine which areas and building
entrances can be temporarily closed from use during the course of work
and which areas and building entrances cannot be closed from use.
a.
b.
c.
B.
3.
Interior Protection: Contractor is to include in their bid all costs and
equipment required to protect interior of building from water infiltration
and debris that could enter the building during this work. This includes
but is not limited to plastic drape dust protection and protection of all
interior finishes and furniture. The contractor shall clean all areas
affected by any interior operations. Where curbs are being removed and
existing openings filled in, provide protection in the area below the work
area and coordinate the work with the facilities management so that
personnel in affected areas can be notified.
4.
Perform disruptive or noisy work during times indicated by Owner.
Coordinate with Owner if weekend or evening hours are required.
5.
Salvage existing material which has been indicated for reinstallation
according to work items below. Store salvaged materials in clean, dry
locations and protect from moisture, extreme temperatures, and direct
sunlight.
6.
Properly dispose of all debris and waste construction materials in
accordance with all applicable laws and regulations.
Materials
1.
C.
Not Applicable.
Drawings and Specifications
1.
2.1
All building entrances must remain accessible for emergency exit
at all times.
Handicap-accessible ramps and/or entries must be kept clear
and accessible for use at all times.
Delivery docks and loading areas shall be kept clear and
accessible for use at all times.
Not Applicable.
DEMOLITION AND SUBSTRATE PREPARATION
A.
Scope of Work
1.
Work consists of removing the existing roofing system, all membranes,
insulation, flashings, and other accessories down to the structural roof
deck and preparing roof surfaces for the installation of a new roofing
system.
2.
Existing Roofing Systems:
a.
WLB Section A:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-2



b.
B.
Remove all existing roofing down to structural decking. Tear off all base
flashings. Remove all existing fiber cants at base of curbs and walls.
Remove existing insulation and cover boards using all necessary
precautions to avoid damaging the structural roof deck.
4.
Remove obsolete roof penetrations and curbs identified on the roof plan.
Contractor shall coordinate equipment removal with the Owner.
Contractor shall perform all necessary service disconnects and
relocations as may be required.
5.
Remove and dispose of existing sheet metal copings, flashings, and trim.
6.
Remove and dispose of existing obsolete curbs as identified on the
project drawings.
7.
Remove all debris from roof area and properly dispose of all materials off
site.
8.
At the end of each day, ensure that all drains are in proper working order
and that drain lines are clear to the first elbow and downspouts are
completely clear. Implement any required corrective measures before
leaving the job site that day.
9.
At the end of each day, ensure that exposed roof areas are protected
from potential inclement weather or precipitation. Do not leave roof
areas exposed when inclement weather or precipitation is forecast.
Materials
Not applicable.
Drawings and Specifications
1.
2.2
WLB Section C:

3 ply mod bit roofing

1-1/2” polyiso insulation

Metal roof deck
3.
1.
C.
3 ply mod bit roofing
1-1/2” polyiso insulation
Cementitious wood fiber roof deck (tectum)
Refer to Sheets R1.0 and R1.1 for locations of work.
ADD ALTERNATE: RECYCLING PROGRAM – ROOFING MATERIALS
A.
Scope of Work
1.
Work consists of recycling removed roofing materials and new product
packaging.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-3
B.
2.
Recycle removed roofing membrane where possible. Return to original
roof manufacturer or an approved recycler of roofing membrane
materials.
3.
Recycle removed sheet metal flashings, termination bars, fasteners and
screws, sheet metal rooftop curbs, discarded equipment, and gutters and
downspouts where replaced.
4.
Recycle new product packaging materials. Ensure packaging materials
are recyclable prior to procurement and shipping.
5.
Submit proof and certification to Engineer and Owner that materials were
sent to a certified recycling contractor and/or facility.
Materials
Not applicable.
1.
C.
Drawings and Specifications
1.
2.3
Refer to Sheet R1.0 and R1.1 for locations of work. Refer to specification
section “Selective Demolition” and “Construction Waste Management” for
work requirements, materials, and procedures.
HAZARDOUS MATERIALS TESTING
A.
B.
Scope of Work
1.
Work consists of testing existing roofing materials for Asbestos
Containing Materials (ACM).
2.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey.
3.
If ACM are identified, the contractor shall perform abatement work as
described in Add Alternate Task Item 2.4. Pending the extent of ACM
contamination, Contractor will provide abatement for only flashings and
cements or for the entire membrane, to include direct-to-deck vapor
barriers, as described in Add Alternate Task Item 2.4.
4.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required. Add Alternate Task Item 2.4 will then be deducted from the
contract in its entirety.
Materials
1.
C.
Repair Drawings and Specifications
1.
2.4
Not Applicable.
Refer to Sheet R1.0 and R1.1 for locations of work.
ADD ALTERNATE: HAZARDOUS MATERIALS ABATEMENT
A.
Scope of Work
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-4
1.
Work consists of treatment, disposal, and/or abatement of materials that
have been identified as hazardous materials. Hazardous materials are
those which may contain, but are not limited to: asbestos, lead, mercury,
chemical-cleaner waste and/or run-off, mold, and other harmful
chemicals or substances.
2.
For bidding purposes, two bid costs have been requested for this Task
Item, based on the extent of asbestos-containing materials (ACM)
identified by Task Item 2.3. See Section “Bid Form” for further
information.
a.
b.
3.
The contractor shall engage an environmental consultant and/or an
industrial hygienist to perform an asbestos-containing materials survey,
as described in Task Item 2.3.
If ACM are not identified, Add Alternate Task Item 2.4 will not be
required.
If ACM are identified that require controlled abatement, the Contractor
shall perform the following:
a.
b.
c.
B.
Hazardous Materials Abatement – Existing Flashings and
Roofing Cements Only
Hazardous Materials Abatement – All Existing Roofing Materials
Contractor shall engage a Certified Industrial Hygienist or
Licensed Asbestos Consultant to develop a Work Practices Plan
specific to the work scope for this project. The Work Practices
Plan shall be submitted to the Owner and Engineer for review
prior to the start of abatement procedures.
Contractor shall provide all required training for supervisors,
personnel, and subcontractors.
Contractor shall provide all required containment of asbestoscontaining materials and properly dispose of such materials
according to all industry and local regulations.
Materials
1. Not applicable.
C.
Repair Drawings and Specifications
1.
5.1
Refer to Sheet R1.0 and R1.1 for locations of work.
DECK REPAIR – CEMENTITIOUS WOOD FIBER ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any cementitious wood fiber roof deck
panels are damaged or deteriorated. Do not proceed with reroofing until
Engineer has observed damaged panels and provides additional
direction as required.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-5
B.
3.
Notify Engineer immediately if any standing water or areas of saturated
roof deck are observed. Do not proceed with reroofing until Engineer has
observed wet panels and provides additional direction as required.
4.
Dry damp or moist deck surfaces prior to installation of new roofing
system. DO NOT TRAP MOISTURE UNDER NEW ROOFING SYSTEM.
Materials
1.
C.
Drawings and Specifications
1.
5.2
Not applicable.
Refer to Sheets R1.0 and R1.1 for locations of work.
DECK REPAIR – METAL ROOF DECK
A.
Scope of Work
1.
Work consists providing any required repair to damaged or deteriorated
structural deck components.
2.
Notify Engineer immediately if any metal roof deck panels are damaged,
corroded, or deteriorated. Do not proceed with reroofing until Engineer
has observed damaged panels and provides additional direction as
required.
3.
Where minor surface corrosion with no loss of section of the metal deck
is uncovered, clean surfaces with wire brush or other hand-powered
mechanical methods to SSPC SP-2 “Hand Tool Cleaning” and coat
surface with a zinc-rich touchup primer.
4.
For bidding purposes, assume the following unit price quantities:
a.
B.
ZRC Galvalite Galvanizing Repair Compound, or Engineer approved
equal.
Drawings and Specifications
1.
6.1
20 Square Feet
Materials
1.
C.
Metal deck cleaning and coating
Refer to Sheet R1.0 and R1.1 for locations of work.
ROUGH CARPENTRY
A.
Scope of Work
1.
Work consists of replacing deteriorated wood nailers and providing new
nailers and other wood assemblies as required.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-6
B.
2.
Install replacement wood nailers where deteriorated components were
removed.
3.
Add wood nailers along roof edges and other conditions as directed to
accommodate increases in insulation thickness and other roofing
replacement conditions.
4.
Install new curbs and platforms as necessary to provide a minimum of 8
inch freeboard as required by the membrane manufacturer at removable
equipment.
5.
For bidding purposes, assume that 10% of existing wood nailers will
require replacement.
Materials
1.
C.
Drawings and Specifications
1.
7.1
Lumber, plywood, and other wood accessories as directed.
Refer to Sheets R2.0 and R2.1 for location of work. Refer to
specification section “Rough Carpentry” for work requirements, materials,
and procedures.
SUBSTRATE BOARD AND VAPOR BARRIER
A.
Scope of Work
1.
Work consists of providing a new mechanically fastened substrate board
with an adhered asphaltic vapor barrier over areas of metal roof deck,
providing a new mechanically fastened cover board only at areas of
cementitious wood fiber roof deck, or providing a vapor barrier only at
areas of concrete roof deck.
Extents of Installation:
a.
b.
B.
WLB Section A: Cover board only.
WLB Section C: Cover board and vapor barrier.
2.
Install substrate board on top of steel decking. Mechanically fasten
sheathing to decking.
3.
Install single-ply modified bitumen membrane in hot asphalt, cold
adhesive, or provide a self-adhering sheet to serve as a vapor barrier on
top of substrate board. Extend vapor barrier minimum 8-inches up all
vertical surfaces. Terminate as directed by sheet manufacturer. Seal all
edges and at all penetrations.
4.
All membrane materials and accessories shall be VOC compliant.
Coordinate with Owner prior to use of solvent based primers to prevent
infiltration of odor through intake louvers and the building HVAC
systems.
Materials
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-7
1.
2.
C.
Drawings and Specifications
1.
7.2
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Modified bitumen membrane, with hot asphalt, adhesive, fasteners and
other accessories.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
ROOFING INSULATION – POLYISO INSULATION
A.
Scope of Work
1.
Work consists of providing new fully adhered flat stock polyisocyanurate
insulation board at areas sloped roof deck and tapered polyisocyanurate
insulation at areas of flat roof deck, along with sumps, crickets, and
diverters where indicated.
Extents of Installation:
a.
b.
2.
WLB Section A: Flat stock polyiso.
WLB Section C: Flat stock polyiso.
Insulation shall meet following minimum requirements:
a.
Minimum insulation = R – 25.0 continuous insulation
Prior to start of work, Contractor shall take field measurements and
submit a roof slope plan taking into account all roof curb, penetration,
and wall heights for Engineer’s review and approval. After Engineer’s
review, modify slope plan as necessary based on existing conditions.
3.
Install insulation in a minimum of two fully-adhered layers. Bottom layer
shall be minimum 1-1/2-inch thick. Bottom layer of insulation shall be 1/2inch minimum at roof drains or as needed to tie into height of existing
drain bowl.
4.
Where tapered insulation is required, top layer shall be tapered
polyisocyanurate insulation, fully adhered, at 1/4-inch per foot. Stagger
joints between layers of insulation.
5.
Install tapered insulation crickets as follows:
a.
b.
6.
1/4-inch per foot tapered insulation at the high side of the rooftop
equipment curbs.
Other areas as indicated on project plan sheets R2.0 and R2.1.
Insulation attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-8
7.
B.
Provide 48-inch square tapered sumps to the drains. Extend length of
sum as needed to accommodate overflow drains were present.
Materials
1.
C.
Polyisocyanurate insulation, flat stock and tapered, with adhesive and
other accessories.
Drawings and Specifications
1.
7.3
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PROTECTION BOARD – 1/2-INCH SILICONIZED GYPSUM BOARD
A.
B.
Scope of Work
1.
Work consists of providing new fully adhered protection board.
2.
Over the new insulation, install a new 1/2-inch thick protection board,
fully adhered to the top layer of insulation board.
3.
Protection board attachment to substrate shall meet the wind pressures
specified in the General Notes.
Materials
1.
C.
1/2-inch siliconized gypsum cover board, with fasteners and other
accessories.
Drawings and Specifications
1.
7.4
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
TWO PLY SBS MODIFIED BITUMEN ROOFING MEMBRANE
A.
Scope of Work
1.
Work consists of installation of a 2-ply SBS modified bitumen roofing
membrane, all membrane flashings, and other accessories.
2.
Install modified bitumen base sheet on top of the protection board
substrate in accordance with the membrane manufacturer’s instructions.
Fully adhere in cold adhesive. Electric heat weld all seams.
3.
Install modified bitumen cap sheet in accordance with the membrane
manufacturer’s instructions. Fully adhere in cold adhesive to substrate.
Electric heat-weld all seams.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-9
Add Alternate: Provide a reflective “cool roofing” membrane cap sheet
only if add alternate pricing is accepted in writing by Owner.
5.
B.
5.
Install sacrificial sheet membrane under all pipe, duct, and conduit
supports.
6.
Membrane attachment to substrate shall meet the wind pressures
specified in the General Notes.
Install walkway protection layer at locations as shown on the project
drawings.
Base ply and granulated cap sheet of SBS modified bitumen, with all
flashings, adhesives, fasteners, and other accessories.
Drawings and Specifications
1.
7.5
Install base flashing per manufacturer’s specifications.
Materials
1.
C.
4.
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
FLASHING AND SHEET METAL TRIM
A.
Scope of Work
1.
Work consists of providing new sheet metal flashings, counterflashings,
copings, trim, and other sheet metal roofing accessories as required.
2.
Install new edge metal and flashing. See drawings for flashing details at
roof parapet.
3.
Install new counter-flashings.
4.
Install new metal pitch pans, filler and collars. Bonnets shall be installed
on all pitch pans.
5.
Install new continuous sheet metal caps for all new curbs. Provide a
minimum vertical lip of 4” on the cap.
6.
Install new formed metal flashings at flue, pipes, etc.
7.
Install new drain lead flashings.
8.
Install new soil pipe lead flashings.
9.
Provide gooseneck hoods at all HVAC line penetrations to eliminate
gang pitch pans. All shall extend above the finished roof system a
minimum of 18”.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-10
B.
10.
Provide all necessary sealants, sealant tapes, and fasteners to ensure a
watertight installation,
11.
Flashing attachment to substrate shall be designed to resist the wind
uplift pressures specified in the General Notes.
Materials
1.
C.
Sheet metal flashing fabrications, fasteners, and other accessories.
Drawings and Specifications
1.
7.6
Refer to Sheets Sheets R2.0 and R2.1 for location of work. Refer to
Sheets R3.0, R3.1, R3.2 and R3.3 for details. Refer to specification
section “SBS Modified Bitumen Membrane Roofing” and “Sheet Metal
Flashing and Trim” for work requirements, materials, and procedures.
ROOFING SYSTEM WARRANTY
A.
B.
Scope of Work
1.
Work consists of providing a material and labor warranty for the new
roofing system.
2.
Provide a 20 year material and labor warranty for the new roofing
systems. Warranty shall be the shared responsibility of the Roofing
Contractor and the Roofing Membrane Manufacturer.
3.
The Contractor shall make all necessary notices for warranty purposes to
the primary roofing manufacturer, to secure timely inspections and
issuance of the warranty.
Materials
1. Not applicable.
C.
Drawings and Specifications
1.
22.1
Refer to Sheet R2.0 and R2.1 for locations of work. Refer to Sheets
R3.0 through R3.7 for installation details. Refer to specification section
“Modified Bituminous Membrane Roofing” for work requirements,
materials, and procedures.
PLUMBING WORK
A.
Scope of Work
1.
Work consists of restoring existing roof drains to an operable condition.
2.
Clean and rod out all drains. Check drain bowl to deck connection to
ensure watertight connection prior to roofing tear-off. Check drain bowl to
interior downspout connection to ensure watertight connection prior to
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-11
roofing tear-off. Contact Engineer if existing interior drain connections
may lead to interior water leakage.
B.
3.
Reuse existing drain bowls and deck plates. Reuse existing clamping
rings, fasteners, and strainers unless damaged. Clean and coat steel all
required.
4.
Install piping extensions as required to raise curbs, vents, stacks, and
soil pipes to a minimum of 8” above the finished roof surface.
5.
Install new pipe supports on top of new roofing membrane with sacrificial
pad or sacrificial layer of cap sheet.
Materials
1.
C.
Not applicable.
Drawings and Specifications
1.
Refer to Sheet R2.0 and R2.1 for locations of work.
END OF SECTION 01 10 00.07
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
TASK ITEMS – WLB A C
00 01 00.07-12
SECTION 01 29 00
PAYMENT PROCEDURES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
SUMMARY
A.
1.3
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
This Section specifies administrative and procedural requirements necessary to prepare
and process Applications for Payment.
APPLICATIONS FOR PAYMENT
A.
Each Application for Payment shall be consistent with previous applications and
payments as certified by Engineer and paid for by Owner.
1.
Initial Application for Payment, Application for Payment at time of Project
Completion, and final Application for Payment involve additional requirements.
B.
Payment Application Times: The date for each progress payment is the 15th day of each
month. The period covered by each Application for Payment starts on the day following
the end of the preceding period and ends 15 days before the date for each progress
payment.
C.
Payment Application Forms:
1.
2.
D.
Application Preparation: Complete every entry on form. Notarize and execute by a
person authorized to sign legal documents on behalf of Contractor. Engineer will return
incomplete applications without action.
1.
2.
E.
AIA Document G702 (current version) “Application and Certificate for Payment”.
AIA Document G703 (current version) “Continuation Sheet” showing schedule of
values.
Entries shall match data on the Schedule of Values and Contractor's
Construction Schedule. Use updated schedules if revisions were made.
Include amounts of Change Orders and Construction Change Directives issued
before last day of construction period covered by application.
Transmittal: Submit three (3) signed and notarized original copies of each Application for
Payment to Engineer by a method ensuring receipt within 24 hours. One copy shall
include waivers of lien and similar attachments if required.
1.
Transmit each copy with a transmittal form listing attachments and recording
appropriate information about application.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PAYMENT PROCEDURES
01 29 00-1
2.
F.
At Owner’s preference, electronic submittals of Applications for Payment may be
made.
Waivers of Mechanic's Lien: With each Application for Payment, submit waivers of
mechanic's liens from subcontractors, sub-subcontractors, and suppliers for construction
period covered by the previous application.
1.
2.
3.
4.
Submit partial waivers on each item for amount requested, before deduction for
retainage, on each item, if applicable.
When an application shows completion of an item, submit final or full waivers.
Owner reserves the right to designate which entities involved in the Work must
submit waivers.
Waiver Delays: Submit each Application for Payment with Contractor's waiver of
mechanic's lien for construction period covered by the application.
a.
5.
G.
Waiver Forms: Submit waivers of lien on forms, executed in a manner
acceptable to Owner.
Initial Application for Payment: Administrative actions and submittals that must precede
or coincide with submittal of first Application for Payment include the following:
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
H.
Submit final Application for Payment with or preceded by final waivers
from every entity involved with performance of the Work covered by the
application who is lawfully entitled to a lien.
List of subcontractors.
Schedule of Values.
Contractor's Construction Schedule (preliminary if not final).
Products list.
Schedule of unit prices.
Submittals Schedule (preliminary if not final).
List of Contractor's staff assignments.
List of Contractor's principal engineers.
Copies of building permits, as applicable.
Copies of authorizations and licenses from authorities having jurisdiction for
performance of the Work.
Initial progress report.
Report of preconstruction conference.
Certificates of insurance and insurance policies.
Initial settlement survey and damage report if required.
Final Payment Application: Submit final Application for Payment with releases and
supporting documentation not previously submitted and accepted, including, but not
limited, to the following:
1.
2.
3.
4.
5.
6.
7.
Evidence of completion of Project closeout requirements.
Insurance certificates for products and completed operations where required and
proof that taxes, fees, and similar obligations were paid.
Updated final statement, accounting for final changes to the Contract Sum.
Contractor's Affidavit of Payment of Debts and Claims.
Contractor's Affidavit of Release of Liens.
Evidence that claims have been settled.
Final meter readings for utilities, a measured record of stored fuel, and similar
data when Owner took possession of and assumed responsibility for
corresponding elements of the Work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PAYMENT PROCEDURES
01 29 00-2
8.
9.
10.
11.
Final, liquidated damages settlement statement.
All applicable product warranties and/or manufacturer’s certifications and O/M
manuals.
All keys and other items furnished by owner.
As-built drawings and specifications delivered to project engineer.
PART 2 - PRODUCTS (NOT APPLICABLE)
PART 3 - EXECUTION (NOT APPLICABLE)
END OF SECTION 01290
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PAYMENT PROCEDURES
01 29 00-3
SECTION 01 31 00
PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes administrative provisions for coordinating construction operations
on Project including, but not limited to, the following:
1.
2.
3.
4.
B.
General project coordination procedures.
Coordination Drawings.
Administrative and supervisory personnel.
Project meetings.
Related Sections: The following Sections contain requirements that relate to this Section:
1. Division 1 Section "Closeout Procedures" for coordinating Contract closeout.
1.3
COORDINATION
A.
Coordination: Coordinate construction operations included in various Sections of the
Specifications to ensure efficient and orderly installation of each part of the Work.
Coordinate construction operations, included in different Sections that depend on each
other for proper installation, connection, and operation.
1.
2.
3.
B.
If necessary, prepare memoranda for distribution to each party involved, outlining special
procedures required for coordination. Include such items as required notices, reports,
and list of attendees at meetings.
1.
C.
Schedule construction operations in sequence required to obtain the best results
where installation of one part of the Work depends on installation of other
components, before or after its own installation.
Coordinate installation of different components with other contractors to ensure
maximum accessibility for required maintenance, service, and repair.
Make adequate provisions to accommodate items scheduled for later installation.
Prepare similar memoranda for Owner and separate contractors if coordination of
their Work is required.
Administrative Procedures: Coordinate scheduling and timing of required administrative
procedures with other construction activities and activities of other contractors to avoid
conflicts and to ensure orderly progress of the Work. Such administrative activities
include, but are not limited to, the following:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT MANAGEMENT AND COORDINATION
01 31 00-1
1.
2.
3.
4.
5.
6.
7.
1.4
SUBMITTALS
A.
Coordination Drawings: Prepare Coordination Drawings if limited space availability
necessitates maximum utilization of space for efficient installation of different components
or if coordination is required for installation of products and materials fabricated by
separate entities.
1.
2.
B.
1.5
Indicate relationship of components shown on separate Shop Drawings.
Indicate required installation sequences.
Staff Names: Within 15 days of starting construction operations, submit a list of principal
staff assignments, including superintendent and other personnel in attendance at Project
site. Identify individuals and their duties and responsibilities; list addresses and
telephone numbers, including mobile and office telephone numbers. Provide names,
addresses, and telephone numbers of individuals assigned as standbys in the absence of
individuals assigned to Project. Provide a minimum of 2 names with home, office, and
mobile numbers for 24 hour emergency contact.
ADMINISTRATIVE AND SUPERVISORY PERSONNEL
A.
1.6
Preparation of Contractor's Construction Schedule.
Preparation of the Schedule of Values.
Installation and removal of temporary facilities and controls.
Delivery and processing of submittals.
Progress meetings.
Preinstallation conferences.
Project closeout activities.
General: In addition to Project superintendent, provide other administrative and
supervisory personnel as required for proper performance of the Work.
PROJECT MEETINGS
A.
General: Schedule and conduct meetings and conferences at Project site, unless
otherwise indicated.
1.
2.
3.
B.
Attendees: Inform participants and others involved, and individuals whose
presence is required, of date and time of each meeting. Notify Owner and
Engineer of scheduled meeting dates and times.
Agenda: Prepare the meeting agenda. Distribute the agenda to all invited
attendees.
Minutes: Record significant discussions and agreements achieved. Distribute
the meeting minutes to everyone concerned, including Owner and Engineer,
within 3 days of the meeting.
Preconstruction Conference: Schedule a preconstruction conference before starting
construction, at a time convenient to Owner and Engineer, but no later than 15 days after
execution of the Agreement. Hold the conference at Project site or another convenient
location. Conduct the meeting to review responsibilities and personnel assignments.
1.
Attendees: Authorized representatives of Owner, Engineer, and their engineers;
Contractor and its superintendent; major subcontractors; manufacturers;
suppliers; and other concerned parties shall attend the conference. All
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT MANAGEMENT AND COORDINATION
01 31 00-2
2.
C.
participants at the conference shall be familiar with Project and authorized to
conclude matters relating to the Work.
Agenda: Shall be as provided in Section “Project Coordination and Control”.
Preinstallation Conferences: Conduct a preinstallation conference at Project site before
each construction activity that requires coordination with other construction, trades, or
with Owner or facility.
1.
2.
Attendees: Installer and representatives of manufacturers and fabricators
involved in or affected by the installation and its coordination or integration with
other materials and installations that have preceded or will follow, shall attend the
meeting. Advise Engineer of scheduled meeting dates.
Agenda: Review progress of other construction activities and preparations for the
particular activity under consideration, including requirements for the following:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
o.
p.
3.
4.
D.
Contract Documents.
Options.
Related Change Orders.
Deliveries.
Submittals.
Compatibility problems.
Time schedules.
Weather limitations.
Manufacturer's written recommendations.
Warranty requirements.
Compatibility of materials.
Acceptability of substrates.
Temporary facilities and controls.
Space and access limitations.
Testing and inspecting requirements.
Protection of construction and personnel.
Record significant conference discussions, agreements, and disagreements.
Do not proceed with installation if the conference cannot be successfully
concluded. Initiate whatever actions are necessary to resolve impediments to
performance of the Work and reconvene the conference at earliest feasible date.
Progress Meetings: Conduct progress meetings at weekly intervals. Coordinate dates
of meetings with preparation of payment requests.
1.
2.
Attendees: In addition to representatives of Owner and Engineer, each
contractor, subcontractor, supplier, and other entity concerned with current
progress or involved in planning, coordination, or performance of future activities
shall be represented at these meetings. All participants at the conference shall
be familiar with Project and authorized to conclude matters relating to the Work.
Agenda: Review and correct or approve minutes of previous progress meeting.
Review other items of significance that could affect progress. Include topics for
discussion as appropriate to status of Project.
a.
Contractor's Construction Schedule: Review progress since the last
meeting. Determine whether each activity is on time, ahead of schedule,
or behind schedule, in relation to Contractor's Construction Schedule.
Determine how construction behind schedule will be expedited; secure
commitments from parties involved to do so. Discuss whether schedule
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT MANAGEMENT AND COORDINATION
01 31 00-3
b.
revisions are required to ensure that current and subsequent activities
will be completed within the Contract Time.
Review present and future needs of each entity present, including the
following:
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
11)
3.
Reporting: Distribute minutes of the meeting to each party present and to parties
who should have been present. Include a brief summary, in narrative form, of
progress since the previous meeting and report.
a.
4.
5.
Sequence of operations.
Status of submittals.
Access.
Site utilization.
Temporary facilities and controls.
Work hours.
Hazards and risks.
Progress cleaning.
Quality and work standards.
Change Orders.
Documentation of information for payment requests.
Schedule Updating: Revise Contractor's Construction Schedule after
each progress meeting where revisions to the schedule have been made
or recognized. Issue revised schedule concurrently with the report of
each meeting.
Attendees: In addition to representatives of Owner and Engineer, each
contractor, subcontractor, supplier, and other entity concerned with current
progress or involved in planning, coordination, or performance of future activities
shall be represented at these meetings. All participants at the conference shall
be familiar with Project and authorized to conclude matters relating to the Work
Agenda: Review and correct or approve minutes of the previous coordination
meeting. Review other items of significance that could affect progress. Include
topics for discussion as appropriate to status of Project.
PART 2 – PRODUCTS (NOT APPLICABLE)
PART 3 – EXECUTION (NOT APPLICABLE)
END OF SECTION 01 31 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT MANAGEMENT AND COORDINATION
01 31 00-4
SECTION 01 32 20
PHOTOGRAPHIC DOCUMENTATION
PART 1 – GENERAL
1.1
SUMMARY
A.
This Section includes administrative and procedural requirements for the following:
1.
2.
1.2
Preconstruction photographs.
Periodic construction photographs.
B.
Contractor to take sufficient preconstruction photographs to document existing conditions
in areas of access, material storage, and work. These photos are to be provided prior to
mobilization at the site.
C.
Contractor to provide sufficient progress photos with each application for payment to
document work covered by the application for payment.
SUBMITTALS
A.
Key Plan: Submit key plan of Project site and building with notation of vantage points
marked for location and direction of each photograph. Indicate elevation or story of
construction. Include same label information as corresponding set of photographs.
B.
Construction Photographs:
1. Photos of completed Work shall be submitted with payment application where Work
is submitted for payment.
PART 2 – PRODUCTS
2.1
PHOTOGRAPHIC MEDIA
A.
Digital Images: Provide images in uncompressed JPEG format, produced by a digital
camera with minimum sensor size of 6.0 megapixels, and at an image resolution of not
less than 1024 by 768 pixels.
B.
Submit images to Engineer and Owner on a DVD-ROM or through an online file-sharing
service. When submitting online, zip all images into a single compressed file for ease of
download.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PHOTOGRAPHIC DOCUMENTATION
01 32 20-1
PART 3 – EXECUTION
3.1
CONSTRUCTION PHOTOGRAPHS
A.
While taking digital photographs, verify that the photograph depicts all aspects of the
information being conveyed. Take digital photographs of each different condition
observed, including existing items to remain during construction, from different vantage
points, as directed by Engineer.
B.
General: Take photographs using the maximum range of depth of field, and that are in
focus, to clearly show the Work. Photographs with blurry or out-of-focus areas will not be
accepted.
C.
1.
Maintain key plan with each set of construction photographs that identifies each
photographic location.
2.
Provide photolog that describes location and description of each photo submitted.
Digital Images: Submit digital images exactly as originally recorded in the digital camera,
without alteration, manipulation, editing, or modifications using image-editing software.
1.
2.
Date and Time: Include date and time in filename for each image.
Field Office Images: Maintain one set of images in the field office at Project site,
available at all times for reference. Identify images same as for those submitted
to Engineer.
END OF SECTION 01 32 20
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PHOTOGRAPHIC DOCUMENTATION
01 32 20-2
SECTION 01 33 00
SUBMITTAL PROCEDURES
PART 1 - GENERAL
1.1
SUMMARY
A.
1.2
1.3
This Section includes administrative and procedural requirements for submitting Shop
Drawings, Product Data, Samples, and other miscellaneous submittals.
DEFINITIONS
A.
Action Submittals: Written and graphic information that requires Engineer's responsive
action.
B.
Informational Submittals: Written information that does not require Engineer's approval.
Submittals may be rejected for not complying with requirements.
GENERAL DESCRIPTION OF WORK OF THIS SECTION:
A.
Work of this Section includes procedural requirements for submittals including but not
limited to the following items:
1.
Administrative Submittals:
a.
Listing of subcontractors
b.
Insurance certificates
c.
Schedule of values
d.
Performance and payment bonds
e.
Construction progress schedule
f.
Inspection and test reports
g.
Payment applications
h.
Submittal schedule
i.
Product listing schedule
2.
Miscellaneous Submittals:
a.
Field measurement data where applicable
b.
Survey data and reports where applicable
c.
Product literature
d.
Samples for verification or selection
e.
Testing and certification reports
3.
Closeout Submittals:
a.
Contractor’s Affidavit of Payment of Debts and Claims
b.
Contractor’s Affidavit of Release of Liens
c.
Consent of Surety of Final payment
d.
Specially-prepared and standard printed warranties
e.
Workmanship bonds
f.
Record drawings
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SUBMITTAL PROCEDURES
01 33 00-1
1.4
SUBMITTAL PROCEDURES
A.
Resubmittals: Engineer will review each of Contractor’s shop drawings and/or submittal
data the initial time and, should resubmittal be required, one additional time to verify that
reasons for resubmittal have been addressed by Contractor and corrections made.
Resubmittal changes/revisions/corrections shall be circled. Engineer will review only
circled items and will not be responsible for non-circled changes/revisions/corrections
and additions. Should additional resubmittals be required, Contractor shall reimburse
Owner for all costs incurred, including the cost of Engineer’s services made necessary to
review such additional resubmittals. Owner will in turn reimburse Engineer.
B.
General: Electronic copies of CAD Drawings of the Contract Drawings will not be
provided by Engineer for Contractor's use in preparing submittals.
C.
Electronic Submittals: Engineer prefers that whenever possible project submittals be
made electronically in PDF format, transmitted by email, Contractor’s document
management system, or other documentable electronic file transfer method. Where
submittals are provided in hardcopy, Engineer will return electronic PDF markups.
Hardcopy submittals will not be returned.
D.
Coordination: Coordinate preparation and processing of submittals with performance of
construction activities.
1.
2.
Coordinate each submittal with fabrication, purchasing, testing, delivery, other
submittals, and related activities that require sequential activity.
Coordinate transmittal of different types of submittals for related parts of the
Work so processing will not be delayed because of need to review submittals
concurrently for coordination.
a.
E.
Processing Time: Allow enough time for submittal review, including time for resubmittals,
as follows. Time for review shall commence on Engineer's receipt of submittal.
1.
F.
Engineer reserves the right to withhold action on a submittal requiring
coordination with other submittals until related submittals are received.
Initial Review: Allow 10 days for initial review of each submittal. Allow additional
time if processing must be delayed to permit coordination with subsequent
submittals. Engineer will advise Contractor when a submittal being processed
must be delayed for coordination.
Identification: Place a permanent label or title block on each submittal for identification.
Alternately, the Contractor may provide submittals under a cover letter or log including
the same information.
1.
2.
3.
Indicate name of firm or entity that prepared each submittal on label or title block.
Provide a space approximately 4 by 5 inches on label or beside title block to
record Contractor's review and approval markings and action taken by Engineer.
Include the following information on label for processing and recording action
taken:
a.
b.
c.
d.
e.
Project name.
Date.
Name and address of Engineer.
Name and address of Contractor.
Name and address of subcontractor.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SUBMITTAL PROCEDURES
01 33 00-2
f.
g.
h.
i.
j.
k.
Name and address of supplier.
Name of manufacturer.
Unique identifier, including revision number.
Number and title of appropriate Specification Section.
Additional information indicating location or use intended.
Drawing number and detail references, as appropriate.
G.
Deviations: Highlight, encircle, or otherwise identify deviations from the Contract
Documents on submittals. Submittals without clearly identified deviations will be rejected
without review by Engineer.
H.
Transmittal: Package each submittal individually and appropriately for transmittal and
handling. Transmit each submittal using a transmittal form. Engineer will return
submittals, without review, received from sources other than Contractor.
1.
2.
3.
On an attached separate sheet, prepared on Contractor's letterhead, record
relevant information, requests for data, revisions other than those requested by
Engineer on previous submittals, and deviations from requirements of the
Contract Documents, including minor variations and limitations. Include the
same label information as the related submittal.
Include Contractor's certification stating that information submitted complies with
requirements of the Contract Documents.
Transmittal Form: Provide locations on form for the following information:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
Project name.
Date.
Destination (To:).
Source (From:).
Names of subcontractor, manufacturer, and supplier.
Category and type of submittal.
Submittal purpose and description.
Submittal and transmittal distribution record.
Remarks.
Signature of transmitter.
I.
Distribution: Furnish copies of final submittals to manufacturers, subcontractors,
suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary
for performance of construction activities. Show distribution on transmittal forms.
J.
Use for Construction: Use only final submittals with mark indicating action taken by
Engineer in connection with construction.
PART 2 - PRODUCTS
2.1
ACTION SUBMITTALS
A.
General: Prepare and submit Action Submittals required by individual Specification
Sections.
1.
Electronic Submittals:
Engineer prefers that whenever possible project
submittals be made electronically in PDF format.
2.
Product Data: Collect information into a single submittal for each element of
construction and type of product or equipment.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SUBMITTAL PROCEDURES
01 33 00-3
3.
4.
5.
If information must be specially prepared for submittal because standard printed
data are not suitable for use, submit as Shop Drawings, not as Product Data.
Mark each copy of each submittal to show which products and options are
applicable.
Include the following information, as applicable:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
n.
B.
Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not
base Shop Drawings on reproductions of the Contract Documents or standard printed
data.
1.
Preparation: Include the following information, as applicable:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
2.2
Manufacturer's written recommendations.
Manufacturer's product specifications.
Manufacturer's installation instructions.
Standard color charts.
Manufacturer's catalog cuts.
Wiring diagrams showing factory-installed wiring.
Printed performance curves.
Operational range diagrams.
Mill reports.
Standard product operating and maintenance manuals.
Compliance with recognized trade association standards.
Compliance with recognized testing agency standards.
Application of testing agency labels and seals.
Notation of coordination requirements.
Dimensions.
Identification of products.
Fabrication and installation drawings.
Roughing-in and setting diagrams.
Wiring diagrams showing field-installed wiring, including power, signal,
and control wiring.
Shopwork manufacturing instructions.
Templates and patterns.
Schedules.
Design calculations.
Compliance with specified standards.
Notation of coordination requirements.
Notation of dimensions established by field measurement.
INFORMATIONAL SUBMITTALS
A.
General: Prepare and submit Informational Submittals required by other Specification
Sections.
1.
2.
3.
Electronic Submittals:
Engineer prefers that whenever possible project
submittals be made electronically in PDF format.
Certificates and Certifications: Provide a notarized statement that includes
signature of entity responsible for preparing certification. Certificates and
certifications shall be signed by an officer or other individual authorized to sign
documents on behalf of that entity.
Qualification Data: Prepare written information that demonstrates capabilities
and experience of firm or person. Include lists of completed projects with project
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SUBMITTAL PROCEDURES
01 33 00-4
names and addresses, names and addresses of Engineers and owners, and
other information specified.
B.
Product Certificates: Prepare written statements on manufacturer's letterhead certifying
that product complies with requirements.
C.
Welding Certificates: Prepare written certification that welding procedures and personnel
comply with requirements. Submit record of Welding Procedure Specification (WPS) and
Procedure Qualification Record (PQR) on AWS forms. Include names of firms and
personnel certified.
D.
Installer Certificates: Prepare written statements on manufacturer's letterhead certifying
that Installer complies with requirements and, where required, is authorized for this
specific Project.
E.
Manufacturer Certificates: Prepare written statements on manufacturer's letterhead
certifying that manufacturer complies with requirements.
Include evidence of
manufacturing experience where required.
F.
Material Certificates: Prepare written statements on manufacturer's letterhead certifying
that material complies with requirements.
G.
Material Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting test results of material for compliance
with requirements.
H.
Preconstruction Test Reports: Prepare reports written by a qualified testing agency, on
testing agency's standard form, indicating and interpreting results of tests performed
before installation of product, for compliance with performance requirements.
I.
Compatibility Test Reports: Prepare reports written by a qualified testing agency, on
testing agency's standard form, indicating and interpreting results of compatibility tests
performed before installation of product. Include written recommendations for primers
and substrate preparation needed for adhesion.
J.
Field Test Reports: Prepare reports written by a qualified testing agency, on testing
agency's standard form, indicating and interpreting results of field tests performed either
during installation of product or after product is installed in its final location, for
compliance with requirements.
K.
Product Test Reports: Prepare written reports indicating current product produced by
manufacturer complies with requirements. Base reports on evaluation of tests performed
by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests
performed by a qualified testing agency.
L.
Research/Evaluation Reports: Prepare written evidence, from a model code organization
acceptable to authorities having jurisdiction, that product complies with building code in
effect for Project. Include the following information:
1.
2.
3.
4.
5.
Name of evaluation organization.
Date of evaluation.
Time period when report is in effect.
Product and manufacturers' names.
Description of product.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SUBMITTAL PROCEDURES
01 33 00-5
6.
7.
M.
Maintenance Data: Prepare written and graphic instructions and procedures for
operation and normal maintenance of products and equipment.
Comply with
requirements in Division 1 Section "Closeout Procedures”.
N.
Design Data: Prepare written and graphic information, including, but not limited to,
performance and design criteria, list of applicable codes and regulations, and
calculations. Include list of assumptions and other performance and design criteria and a
summary of loads. Include load diagrams if applicable. Provide name and version of
software, if any, used for calculations. Include page numbers.
O.
Manufacturer's Instructions: Prepare written or published information that documents
manufacturer's recommendations, guidelines, and procedures for installing or operating a
product or equipment. Include name of product and name, address, and telephone
number of manufacturer. Include the following, as applicable:
1.
2.
3.
4.
5.
6.
2.3
Test procedures and results.
Limitations of use.
Preparation of substrates.
Required substrate tolerances.
Sequence of installation or erection.
Required installation tolerances.
Required adjustments.
Recommendations for cleaning and protection.
REQUESTS FOR INFORMATION
A.
Engineer reserves the right to reject, unprocessed, any RFI that the Engineer, at its sole
discretion, deems already answered in the Contract Documents.
PART 3 - EXECUTION
3.1
CONTRACTOR'S REVIEW
A.
Review each submittal and check for compliance with the Contract Documents. Note
corrections and field dimensions. Mark with approval stamp before submitting to
Engineer. Submittals not bearing the Contractor’s review mark will be returned,
unreviewed, by Engineer.
B.
Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project
name and location, submittal number, Specification Section title and number, name of
reviewer, date of Contractor's approval, and statement certifying that submittal has been
reviewed, checked, and approved for compliance with the Contract Documents.
END OF SECTION 01 33 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SUBMITTAL PROCEDURES
01 33 00-6
SECTION 01 63 00
PRODUCT SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
1.3
Drawings and general provisions of Contract, including General and Supplementary
Conditions and other Division 1 Specification Sections apply to this Section.
SUMMARY
A.
This Section specifies administrative and procedural requirements for handling requests
for substitutions made after award of Contract.
B.
Contractor's Construction Schedule and Schedule of Submittals are included under
Section "Submittal Procedures."
C.
Engineer's policy is to reject requests for substitution. Vendors wishing inclusion in
Engineer's master specification: contact Engineer for procedure.
DEFINITIONS
A.
Definitions used in this Article are not intended to change or modify meaning of other
terms used in Contract Documents.
B.
Substitutions: Requests for changes in products, materials, equipment, and methods of
construction required by Contract Documents proposed by Contractor after award of
Contract are considered requests for "substitutions." Following are not considered
substitutions:
1.
2.
3.
1.4
Revisions to Contract Documents requested by Owner or Engineer.
Specified options of products and construction methods included in Contract
Documents.
Contractor's determination of and compliance with governing regulations and
orders issued by governing authorities.
SUBMITTALS
A.
Substitution Request Submittal: Requests for substitution will be considered if received
within 15 days after commencement of Work. Requests received more than 15 days
after commencement of Work may be considered or rejected at discretion of Engineer.
1.
2.
Submit each request for substitution electronically in PDF format for
consideration. Submit requests on forms included at end of this Section and in
accordance with procedures required for Change Order proposals.
Identify product, fabrication, or installation method to be replaced in each
request. Include related Specification Section and Drawing numbers. Provide
complete documentation showing compliance with requirements for substitutions,
and the following information, as appropriate:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT SUBSTITUTION PROCEDURES
01 63 00-1
a.
b.
c.
d.
e.
f.
g.
Product Data, including Drawings and descriptions of products,
fabrication and installation procedures.
Samples, where applicable or requested.
Detailed comparison of significant qualities of proposed substitution with
those of Work specified. Significant qualities may include elements such
as size, weight, durability, performance and visual effect.
Coordination information, including list of changes or modifications
needed to other parts of Work and to construction performed by Owner
and separate Contractors that will become necessary to accommodate
proposed substitution.
Statement indicating substitution's effect on Contractor's Construction
Schedule compared to schedule without approval of substitution.
Indicate effect of proposed substitution on overall Contract Time.
Cost information, including proposal of net change, in Contract Sum and
Contract Schedule. If net change to Contract Sum and Contract
Schedule will be zero, this should be indicated.
Certification by Contractor that substitution proposed is equal-to or better
in every significant respect to that required by Contract Documents, and
that it will perform adequately in application indicated.
Include
Contractor's waiver of rights to additional payment or time that may
subsequently become necessary because of failure of substitution to
perform adequately.
PART 2 - PRODUCTS
2.1
SUBSTITUTIONS
A.
Conditions: Contractor's substitution request will be received and considered by
Engineer when one or more of following conditions are satisfied, as determined by
Engineer; otherwise requests will be returned without action except to record
noncompliance with these requirements.
1.
2.
3.
4.
5.
Specified product or method of construction cannot be provided within Contract
Time. Specified product or method of construction cannot receive necessary
approval by governing authority, and requested substitution can be approved.
Substantial advantage is offered the Owner, in terms of cost, time, energy
conservation or other considerations of merit, after deducting offsetting
responsibilities Owner may be required to bear. Additional responsibilities for
Owner may include additional compensation to Engineer for redesign and
evaluation services, increased cost of other construction by Owner or separate
Contractors, and similar considerations.
Specified product or method of construction cannot be provided in manner that is
compatible with other materials, and where Contractor certifies that substitution
will overcome incompatibility.
Specified product or method of construction cannot be coordinated with other
materials, and where Contractor certifies that proposed substitution can be
coordinated.
Specified product or method of construction cannot provide warranty required by
Contract Documents and where Contractor certifies that proposed substitution
provide required warranty.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT SUBSTITUTION PROCEDURES
01 63 00-2
B.
2.2
Contractor's submittal and Engineer's acceptance of Shop Drawings, Product Data or
Samples that relate to construction activities not complying with Contract Documents
does not constitute an acceptable or valid request for substitution, nor does it constitute
approval.
UNIT COST DEDUCTIONS
A.
Owner shall receive a deduction for material cost differences between the specified
product and the proposed substitution. If the material cost of the proposed substitution is
higher than specified product, the Owner shall not incur a cost addition or change order
for additional material costs and the submitted unit costs should remain the same.
PART 3 – EXECUTION (NOT APPLICABLE)
END OF SECTION 01 63 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT SUBSTITUTION PROCEDURES
01 63 00-3
REQUEST FOR SUBSTITUTION
To:
WALTER P. MOORE
Attention:
From:
Name of Company
Address
City, State, Zip Code
Phone
Fully answer all information requested below. Failure to answer any item may cause rejection of request
for substitution. If requested by Engineer, submit information about manufacturer and vendor history,
financial stability, distribution and support systems. Use one form for each product requested. Only first
product listed will be considered on forms with more than one product listed.
Specification Section Number:
Drawing Number:
Para Number:
Detail Number:
Specified Product:
Proposed Substitution:
Answer the following questions. Attach an explanation sheet on your company's letterhead when
required.
Does the proposed substitution affect dimensions indicated on Drawings?
No
Yes
(If yes, explain below).
Does the proposed substitution require changes in Drawings and/or design or installation changes?
No
Yes
If yes, is the cost of these changes included in the proposed amount? No
Does the proposed substitution affect other trades?
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
No
Yes
Yes
PRODUCT SUBSTITUTION PROCEDURES
01 63 00-4
(If yes, explain who and how)
If the proposed product does affect the work of other trades, has the cost impact on their work been
included in the price of the proposed substitution?
No
Yes
Does the proposed product's guarantee differ from that of the specified product's?
No
Yes
(If yes, explain below).
What is the material cost difference between the specified product and the proposed substitution?
Specified product material cost: _________________________
Proposed substitution material cost: _________________________
Why is this proposal for substitution being submitted? List reasons below.
Attach a listing of 3 projects using proposed substitution completed within the past 5 yrs in geographic
and climatic region of Project. One of applications shall have been in service for at least 3 yrs.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT SUBSTITUTION PROCEDURES
01 63 00-5
Attach product data/brochures and Vendor Qualification Form for the specified and substitute product.
Undersigned has examined Construction Documents, is familiar with specified product, understands
indicated application of product, and understands design intent of Engineer. Undersigned states that
proposed substitution complies with Construction Documents and will perform at least equally to specified
product within limitations stated above. Undersigned accepts responsibility for coordinating application
and installation of proposed substitution and waives all claims for additional costs resulting from
incorporation of proposed substitution into Project or its subsequent failure to perform according to
specified requirements.
Submitted By:
Typed
Signature
Date:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT SUBSTITUTION PROCEDURES
01 63 00-6
SECTION 01 70 00
CONTRACT CLOSEOUT
PART ONE – GENERAL
1.1
1.2
SECTION INCLUDES
A.
Closeout procedures.
B.
Final cleaning.
C.
Project record documents.
D.
Warranties and bonds.
CLOSEOUT PROCEDURES
A.
Submit written certification that Contract Documents have been reviewed, Work has been
inspected, and that Work is complete in accordance with Contract Documents and ready
for Engineers review.
B.
Provide submittals to the Engineer that are required by governing or other authorities.
C.
Submit final Application for Payment identifying total adjusted Contract Sum, previous
payments, and sum remaining due.
D.
Submit written certification that the manufacturer has inspected the roof and that it
complies with all provisions for issuance of warranty. (This applies only to re-roofing
projects.)
E.
Owner and/or Owner's Representative will make an inspection within ten days after
receipt of certification.
F.
If Owner's Representative considers the work to be complete:
1.
2.
Owner's Representative will prepare and submit to Contractor a list of all items to
be completed or corrected as determined by the inspection.
Owner's Representative will prepare and issue a Certificate of Completion.
G.
Contractor shall then complete work listed for completion or correction, sign and return
the Completion Punch List and Certificate of Completion to the Owner's Representative.
H.
If Owner's Representative considers the work not to be complete:
1.
2.
3.
The Owner's Representative will immediately notify Contractor in writing stating
reasons.
Contractor shall then complete work and send second written notice to Owner's
Representative certifying that the project is complete.
Owner's Representative will re-inspect work within ten calendar days after receipt
of certification.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACT CLOSEOUT
01 70 00-1
I.
Completion Inspection
1.
2.
3.
At the discretion of the Owner and the Owner's Representative, the Owner's
Representative may make a final inspection within ten calendar days after receipt
of the signed Completion Punch List and Certificate of Completion.
If Owner's Representative considers the work to be finally complete in
accordance with the requirements of the contract documents, Owner's
Representative will request Contractor to make project closeout submittals.
If the Owner's Representative considers the work not to be finally complete:
a.
b.
c.
J.
Reinspection Costs
1.
K.
Owner's Representative will notify Contractor in writing stating reasons.
Contractor shall take immediate steps to remedy the stated deficiencies
and shall send written notice to Owner's Representative certifying that
work is complete.
Owner's Representative will reinspect work within ten calendar days after
receipt of certification.
If Owner's Representative is required to perform a second inspection because of
failure of work to comply with certifications of Contractor, Owner will deduct
amount for additional inspection services from final payment to Contractor.
Closeout submittals shall consist of the following:
1.
2.
3.
4.
5.
6.
Warranties: as required by Section 07 52 00.
Evidence of payment and release of liens.
Contractor's affidavit of payment of debts and claims; AIA G706.
Certificate of Substantial Completion; AIA G704.
As-Built Record Documents
Final adjustment of accounts including:
a.
b.
Original contract sum
Additions and deductions resulting from (if applicable):
1)
2)
3)
4)
5)
6)
c.
d.
e.
Previous change orders
Cash allowances
Unit prices
Other adjustments
Deductions for uncorrected work
Deductions for reinspection payments
Total contract sum as adjusted
Previous payments
Sum remaining due
L.
Owner's Representative will prepare final change order, reflecting approved adjustments
to contract sum not previously made by change orders.
M.
Final Application for Payment
1.
Contractor shall submit final application in accordance with conditions of the
contract.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACT CLOSEOUT
01 70 00-2
1.3
1.4
FINAL CLEANING
A.
Remove debris from roofs, drainage systems, lawns, sidewalks and site surrounding the
work areas.
B.
All building surfaces and sidewalks should be completely cleaned to ensure no staining,
grit or film is present.
C.
Remove waste and surplus materials, rubbish, and construction facilities from the site.
PROJECT RECORD DOCUMENTS
A.
Maintain on site one set of the following record documents; record actual revisions to the
Work:
1.
2.
3.
4.
5.
6.
B.
Ensure entries are complete and accurate, enabling future reference by Owner.
C.
Store record documents separate from documents used for construction.
D.
Record information concurrent with construction progress.
E.
Specifications: Legibly mark and record at each Product section description of actual
Products installed, including the following:
1.
2.
3.
F.
G.
Manufacturer's name and product model and number.
Product substitutions or alternates utilized.
Changes made by Addenda and modifications.
Record Drawings and Shop Drawings:
construction including:
1.
2.
1.5
Drawings.
Specifications.
Addenda.
Change Orders and other modifications to the Contract.
Reviewed Shop Drawings, Product Data, and Samples.
Manufacturer's instruction for assembly, installation, and adjusting.
Legibly mark each item to record actual
Field changes of dimension and detail.
Details not on original Contract drawings.
Submit documents to Project Manager and/or Engineer with claim for final Application for
Payment.
WARRANTIES AND BONDS
A.
Provide duplicate notarized copies.
B.
Execute and assemble transferable warranty documents from Subcontractors, suppliers,
and manufacturers.
C.
Provide Table of Contents and assemble in three D side ring binder with durable plastic
cover.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACT CLOSEOUT
01 70 00-3
D.
Submit prior to final Application for Payment.
PART 2 – PRODUCTS (NOT APPLICABLE)
PART 3 – EXECUTION (NOT APPLICABLE)
END OF SECTION 01 70 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONTRACT CLOSEOUT
01 70 00-4
SECTION 01 72 00
PROJECT RECORD DOCUMENTS
PART 1 – GENERAL
1.1
RELATED DOCUMENTS
Drawings and general provisions of Contract, including General and Supplementary Conditions
and other Division-1 Specification Sections apply to work specified in this Section.
1.2
1.3
1.4
SUMMARY
A.
This section describes the administrative and procedural requirements of the Contractor for
preparation of Project Record Documents.
B.
Store record documents and samples in the field office apart from Contract Documents
used for construction. Do not permit Project Record Documents to be used for construction
purposes. Maintain record documents in good order, and in a clean, dry, legible condition.
Make documents and samples available at all times for inspection by the Engineer.
RECORD DRAWINGS
A.
During the construction period, maintain a set of blue- or black-line white-prints of Contract
Drawings and Shop drawings for Project Record Document purposes. Mark with red
erasable colored pencil all deviations from the original drawings.
B.
Upon Substantial Completion of the project, incorporate all changes into reproducible
transparencies stamped "As-Built". Provide “As-Built” documentation in final submittal for
project closeout. “As-Builts” may be provided in electronic PDF format.
RECORD SPECIFICATIONS
A.
During the construction period, maintain one copy of the project specifications, including
addenda and modifications issued, for Project Record Document purposes. Mark any
changes or modifications to the Specifications.
B.
Upon completion of mark-up, submit record specifications to the Engineer for Owner's
records.
PART 2 - PRODUCTS (NOT APPLICABLE)
PART 3 - EXECUTION
3.1
RECORDING
Post changes and modifications to the documents as they occur. Do not wait until the end of the
project. The Engineer will periodically review record documents to assure compliance with this
requirement.
END OF SECTION 01 72 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PROJECT RECORD DOCUMENTS
01 72 00-1
SECTION 01 74 10
FINAL CLEANING
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of Contract, including General Conditions and other
Division 1 Specification Sections apply to this Section.
SUMMARY
A.
This Section specifies administrative and procedural requirements for final cleaning at
Substantial Completion.
1.
Special cleaning requirements for specific elements of Work are included in
appropriate Sections of Divisions 2 through 16.
B.
General Project closeout requirements are included in Section "Closeout Procedures."
C.
Environmental Requirements: Conduct cleaning and waste disposal operations in
compliance with local laws and ordinances. Comply fully with federal and local
environmental and anti-pollution regulations.
1.
2.
Do not dispose of volatile wastes such as mineral spirits, oil or paint thinner in
storm or sanitary drains.
Burning or burying of debris, rubbish or other waste material on the premises will
not be permitted.
PART 2 - PRODUCTS
2.1
MATERIALS
A.
Cleaning Agents: Use cleaning materials and agents recommended by the manufacturer
or fabricator of surface to be cleaned. Do not use cleaning agents that are potentially
hazardous to health or property, or that might damage finished surfaces.
PART 3 - EXECUTION
3.1
FINAL CLEANING
A.
General: Provide final cleaning operations when indicated. Employ experienced workers
or professional cleaners for final cleaning. Clean each surface or unit of Work to the
condition expected from commercial building cleaning and maintenance program.
Comply with manufacturer's instructions.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
FINAL CLEANING
01 74 10-1
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
Clean Project site, yard and grounds, in areas disturbed by construction
activities, including landscape development areas, of rubbish, waste materials,
litter and foreign substances. Sweep paved areas broom clean. Remove
petro-chemical spills, stains and other foreign deposits. Rake grounds that are
neither planted nor paved, to a smooth even-textured surface. Run a magnet
over all grass, mulch, and other landscaping features to pick up stray hardware,
fasteners, scrap metal, and other metal debris.
Remove tools, construction equipment, machinery and surplus material from the
site.
Remove snow and ice to provide safe access to the building.
Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition,
free of stains, films and similar foreign substances. Avoid disturbing natural
weathering of exterior surfaces. Restore reflective surfaces to their original
condition.
Remove debris and surface dust from limited access spaces, including roofs,
plenums, shafts, trenches, equipment vaults, manholes, attics and similar
spaces.
Broom clean concrete floors in unoccupied spaces.
Vacuum clean carpet and similar soft surfaces, removing debris and excess nap.
Shampoo if required.
Clean transparent materials, including mirrors and glass in doors and windows.
Remove glazing compounds and other substances that are noticeable
vision-obscuring materials. Replace chipped or broken glass and other damaged
transparent materials. Polish mirrors and glass, taking care not to scratch
surfaces.
Remove labels that are not permanent labels.
Touch-up and otherwise repair and restore marred exposed finishes and
surfaces. Replace finishes and surfaces that can not be satisfactorily repaired or
restored, or that show evidence of repair or restoration. Do not paint over "UL"
and similar labels, including mechanical and electrical name plates.
Wipe surfaces of mechanical and electrical equipment, elevator equipment and
similar equipment. Remove excess lubrication, paint and mortar droppings and
other foreign substances.
Clean plumbing fixtures to a sanitary condition, free of stains, including stains
resulting from water exposure.
Replace air disposable filters and clean permanent air filters. Clean exposed
surfaces of diffusers, registers, and grills. Clean ducts, blowers, and coils if units
were operated without filters during construction.
Clean light fixtures, lamps, globes and reflectors to function with full efficiency.
Replace burned out bulbs, and defective and noisy starters in fluorescent and
mercury vapor fixtures.
Leave Project clean and ready for occupancy.
B.
Removal of Protection: Remove temporary protection and facilities installed during
construction to protect previously completed installations during remainder of
construction period.
C.
Compliances: Comply with governing regulations and safety standards for cleaning
operations. Remove waste materials from the site and dispose of in a lawful manner.
END OF SECTION 01 74 10
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
FINAL CLEANING
01 74 10-2
SECTION 01 78 70
PRODUCT WARRANTIES
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of Contract, including General Conditions and other
Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes administrative and procedural requirements for warranties required
by Contract Documents, including manufacturers’ standard warranties on products and
special warranties.
1.
B.
Related Sections: Following Sections contain requirements that relate to this Section:
1.
2.
3.
4.
C.
1.3
Refer to General Conditions for terms of Contractor's period for correction of
Work.
Division 1 Section "Submittal Procedures" specifies procedures for submitting
warranties.
Division 1 Section "Contract Closeout" specifies contract closeout procedures.
Divisions 2 through 16 Sections for specific requirements for warranties on
products and installations specified to be warranted.
Certifications and other commitments and agreements for continuing services to
Owner are specified elsewhere in Contract Documents.
Disclaimers and Limitations: Manufacturer's disclaimers and limitations on product
warranties do not relieve Contractor of warranty on Work that incorporates products.
Manufacturer's disclaimers and limitations on product warranties do not relieve suppliers,
manufacturers, and subcontractors required to countersign special warranties with the
Contractor.
WARRANTY REQUIREMENTS
A.
Related Damages and Losses:
When correcting failed or damaged warranted
construction, remove and replace construction that has been damaged as result of such
failure or must be removed and replaced to provide access for correction of warranted
construction.
B.
Reinstatement of Warranty: When Work covered by warranty has failed and been
corrected by replacement or rebuilding, reinstate warranty by written endorsement.
Reinstated warranty shall be equal to original warranty with equitable adjustment for
depreciation.
C.
Replacement Cost: Upon determination that Work covered by warranty has failed
replace or rebuild Work to an acceptable condition complying with requirements of
Contract Documents. Contractor is responsible for cost of replacing or rebuilding
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT WARRANTIES
01 78 70-1
defective Work regardless of whether Owner has benefited from use of Work through
portion of its anticipated useful service life.
D.
Owner's Recourse: Expressed warranties made to Owner are in addition to implied
warranties, and shall not limit duties, obligations, rights and remedies otherwise available
under law. Expressed warranty periods shall not be interpreted as limitations on the time
in which the Owner can enforce such other duties, obligations, rights, or remedies.
1.
E.
1.4
Rejection of Warranties: Owner reserves right to reject warranties and to limit
selection to products with warranties not in conflict with requirements of Contract
Documents.
Where Contract Documents require a special warranty, or similar commitment on Work or
part of Work, Owner reserves the right to refuse to accept Work, until Contractor presents
evidence that entities required to countersign such commitments are willing to do so.
SUBMITTALS
A.
When designated portion of Work is completed and occupied or used by Owner, by
separate agreement with Contractor during construction period, submit properly executed
warranties to Engineer within 15 days of completion of that designated portion of Work.
1.
B.
When Contract Documents require Contractor, or Contractor and subcontractor,
supplier or manufacturer to execute a special warranty, prepare written document
that contains appropriate terms and identification, ready for execution by required
parties. Submit draft to Owner through Engineer for approval prior to final
execution.
Prepare written document utilizing appropriate form, ready for execution by Contractor, or
by Contractor and subcontractor, supplier, or manufacturer. Submit draft to Owner
through Engineer for approval prior to final execution.
1.
Refer to Divisions 2 through 16 Sections for specific content requirements and
particular requirements for submittal of special warranties
C.
Submit warranties and bonds in electronic PDF format, except where originals or “wet
signed” copies are required.
D.
CONTRACTOR’S WARRANTY-GUARANTEE
1.
Contractor shall submit to Owner and Engineer, the project warranty for the
entire work, on his letterhead, and in the following forms:
a.
b.
The period of time for the Project Warranty shall be (1) one year, starting
from date identified on Certificate of Substantial Completion.
Submittal of all warranty-guarantees is required as prerequisite to the
final payment.
PART 2 – PRODUCTS (NOT APPLICABLE)
PART 3 – EXCUTION (NOT APPLICABLE)
END OF SECTION 01 78 70
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
PRODUCT WARRANTIES
01 78 70-2
SECTION 02 07 00
SELECTIVE DEMOLITION
PART 1 – GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of Contract, including all sections incorporate in the
Project Manual apply to the work of this Section.
SUMMARY
A.
This Section requires the selective removal and subsequent reinstallation or off-site
disposal of the following:
1.
1.3
1.4
Removal and disposal of the existing roofing systems, flashings, and other
accessories
SUBMITTALS
A.
General: Submit the following in accordance with Conditions of Contract and Division 1
Specification Sections.
B.
Schedule indicating proposed sequence of operations for selective demolition work,
location of trash collection containers, and method of removal from the site to Owner's
Representative for review prior to start of work. Include coordination of operations
together with details for dust and noise control protection.
C.
Provide detailed sequence of demolition and removal work to ensure uninterrupted
progress of Owner's on-site operations.
D.
Coordinate with Owner's continuing occupation of the existing building.
JOB CONDITIONS
A.
Occupancy: Owner's staff and visitors will occupy all of the building immediately adjacent
to areas of selective demolition. Conduct selective demolition work in manner that will
minimize need for disruption of Owner's normal operations. Provide minimum of 1 week
advance notice to Owner of demolition activities that will affect Owner's normal
operations.
B.
Condition of Structures: Owner assumes no responsibility for actual condition of items or
structures to be demolished.
1.
C.
Conditions existing at time of inspection for bidding purposes will be maintained
by Owner insofar as practicable. However, minor variations within structure may
occur by Owner's operations prior to start of selective demolition work.
Protections: Provide temporary barricades and other forms of protection to protect
Owner's personnel and general public to occupied portions of building.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SELECTIVE DEMOLITION
02 07 00-1
1.
2.
3.
4.
5.
6.
Provide protective measures as required to provide free and safe passage of
Owner's personnel and general public from injury due to selective demolition
work.
Protect from damage existing finish work that is to remain in place and becomes
exposed during demolition operations.
Provide temporary weather protection during interval between demolition and
removal of existing construction on exterior surfaces and installation of new
construction to ensure that no water leakage or damage occurs to structure or
interior areas of existing building. Temporary weather protection shall be
provided at the building openings that is weather-tight and secured in place and
capable of withstanding wind and rain forces normally encountered in this region.
Safety: Provide safety measures for workmen as required by OSHA and other
authorities having jurisdiction.
Damages: Promptly repair damages caused to adjacent facilities by demolition
work.
Traffic: Conduct selective demolition operations and debris removal to ensure
minimum interference with roads, streets, walks and other adjacent occupied or
used facilities.
a.
7.
Do not close, block, or otherwise obstruct streets, walks, or other
occupied or used facilities without written permission from authorities
having jurisdiction. Provide alternate routes around closed or obstructed
traffic ways if required by governing regulations.
Environmentally Controlled Substances: It is the Contractor's responsibility to
determine if controlled substances are contained in any of the materials to be
removed and to dispose of any material containing controlled substances in
accordance to the rules and regulation of the local municipality and government.
Contractor shall contact Owner if environmentally controlled substances are
uncovered.
PART 2 – PRODUCTS (NOT APPLICABLE)
PART 3 – EXECUTION
3.1
3.2
DEMOLITION
A.
General: Perform selective demolition work in a systematic manner. Use such methods
as required to complete work indicated on Drawings in accordance with demolition
schedule and governing regulations.
B.
If unanticipated structural elements that conflict with intended function or design are
encountered, investigate and measure both nature and extent of the conflict. Submit
report to Owner's Representative in written, accurate detail. Pending receipt of directive
from Owner's Representative, rearrange selective demolition schedule as necessary to
continue overall job progress without undue delay.
DISPOSAL OF DEMOLISHED MATERIALS
A.
Remove from building site debris, rubbish, and other materials resulting from demolition
operations. Transport and legally dispose off site.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SELECTIVE DEMOLITION
02 07 00-2
1.
3.3
If hazardous materials are encountered during demolition operations, comply
with applicable regulations, laws, and ordinances concerning removal, handling,
and protection against exposure or environmental pollution.
CLEANUP AND REPAIR
A.
General: Upon completion of demolition work, remove tools, equipment, and demolished
materials from the site.
1.
Repair demolition performed in excess of that required. Return elements of
construction and surfaces to remain to condition existing prior to start operations.
Repair adjacent construction or surfaces soiled or damaged by selective
demolition work.
END OF SECTION 02 07 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SELECTIVE DEMOLITION
02 07 00-3
SECTION 02 07 10
CONSTRUCTION WASTE MANAGEMENT
PART 1 - GENERAL
1.1
SUMMARY
A.
Section includes:
1.
Special requirements for waste management during construction operations.
a.
b.
c.
1.2
QUALITY ASSURANCE
A.
1.3
Maximize use of source reduction and recycling procedures outlined in ASTM D5834.
PRECONSTRUCTION MEETING
A.
1.4
Protect the environment, both on-site and off-site, during construction
operations.
Prevent environmental pollution and damage.
Maximize source reduction, reuse and recycling of solid waste.
After award of Contract and prior to the commencement of the Work, schedule and
conduct meeting with Owner and Engineer to discuss the proposed Waste Management
Plan and to develop mutual understanding relative to details of environmental protection.
SUBMITTALS
A.
Solid Waste Management Plan: Not less than 10 days before the Pre-construction
meeting, prepare and submit a Solid Waste Management Plan including, but not limited
to, the following:
1.
List of the recycling facilities, reuse facilities, municipal solid waste landfills and
other disposal area(s) to be used. Include:
a.
b.
2.
3.
Identify materials that cannot be recycled or reused. Provide explanation or
justification.
Revise and resubmit Plan as required by Owner.
a.
B.
Name, location, and phone number.
Copy of permit or license for each facility.
Approval of Contractor’s Plan will not relieve the Contractor of
responsibility for compliance with applicable environmental regulations.
Progress Documentation: Document solid waste disposal and diversion. Include the
quantity by weight of waste generated; waste diverted through sale, reuse, or recycling;
and waste disposed by landfill or incineration. Identify landfills, recycling centers, waste
processors, and other organizations that process or receive the solid waste.
1.
Document on form in Appendix A of this Section, or similar form as approved by
Owner.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONSTRUCTION WASTE MANAGEMENT
02 07 10-1
2.
3.
C.
With each Application for Payment, submit updated Documentation for solid
waste disposal and diversion.
With each Application for Payment, submit manifests, weight tickets, receipts,
and invoices specifically identifying the Project and waste material.
Record Submittals: Submit the following:
1.
Summary of solid waste disposal and diversion. Submit on form in Appendix A.
PART 2 - PRODUCTS
PART 3 - EXECUTION
3.1
SOLID WASTE MANAGEMENT
A.
Develop and implement a waste management program in accordance with ASTM E1609
and as specified herein.
B.
Collection: Implement a recycling/reuse program that includes separate collection of
waste materials of the following types as appropriate to the project waste and to the
available recycling and reuse programs in the project area:
1.
Metal.
a.
b.
2.
3.
4.
Wood, nails and staples allowed.
Debris.
Paper.
a.
5.
C.
Cardboard and paper packaging materials.
Plastic.
a.
b.
c.
d.
e.
f.
g.
6.
Ferrous.
Non-ferrous.
Type 1: Polyethylene Terephthalate (PET, PETE).
Type 2: High Density Polyethylene (HDPE).
Type 3: Vinyl (Polyvinyl Chloride or PVC).
Type 4: Low Density Polyethylene (LDPE).
Type 5: Polypropylene (PP).
Type 6: Polystyrene (PS).
Type 7: Other. Use of this code indicates that the package in question is
made with a resin other than the six listed above, or is made of more
than one resin listed above, and used in a multi-layer combination.
Others as appropriate.
Recycling/Reuse: Maximize recycling and reuse of materials.
1.
2.
Recycling/Reuse on project site: As indicated in Scope of Work.
Recycling/Reuse off project site: The following is a partial list for Contractor's
information only. For more information, contact the State Department of
Environmental Quality and the local Integrated Solid Waste Management Office.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONSTRUCTION WASTE MANAGEMENT
02 07 10-2
a.
D.
Habitat for Humanity, a non-profit housing organization that rehabilitates
and builds housing for low-income families. Sites requiring donated
materials vary. Contact the national hotline (800) HABITAT.
Handling:
1.
Clean materials that are contaminated prior to placing in collection containers.
Deliver materials in accordance with recycling or reuse facility requirements (e.g.,
free of dirt, adhesives, solvents, petroleum contamination, and other substances
deleterious to recycling process).
END OF SECTION
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONSTRUCTION WASTE MANAGEMENT
02 07 10-3
SPECIFIER NOTE:
The summary below identifies those material categories represented in the federal Construction Waste
Management Database. The Database contains information on companies that haul, collect and process
recyclable debris from construction projects. Created in 2002 by GSA's Environmental Strategies and
Safety Division to promote responsible waste disposal, the Database is a free online service for those
seeking companies that recycle construction debris in their area. Recyclers of construction and
demolition waste may list their services in the Database at no charge. Refer to:
www.wbdg.org/tools/cwm.php
The summary below is listed in alphabetical order, consistent with the federal Database. Edit list as
appropriate to project.
Appendix A
SUMMARY OF SOLID WASTE DISPOSAL AND DIVERSION
Project Name:
Project Number:
Contractor Name:
License Number:
Contractor Address:
Solid Waste
Material
Date Material
Disposed/
Diverted
Amount
Disposed/
Diverted (ton
or cubic yard)
Municipal
Solid Waste
Facility
(name,
address, &
phone
number)
Recycling/
Reuse
Facility
(name,
address, &
phone
number)
Comments (if
disposed, state
why not
diverted)
Cardboard
Metals: Ferrous
Metals: Nonferrous
Mixed/Comingled Waste
Plastic
Roofing: Asphaltbased
Salvaged/Surplus
Materials for
Reuse
Wood: Scrap
Lumber
Other:
Signature:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Date:
CONSTRUCTION WASTE MANAGEMENT
02 07 10-4
SECTION 03 01 01
SURFACE PREPARATION FOR PATCHING
PART 1 - GENERAL
1.1
SUMMARY
A.
This Section includes the provisions of all labor, materials, supervision and incidentals
required to locate and remove all delaminated and unsound concrete, including
preparation of cavities created by removal to receive patching material and preparation of
existing surface spalls to receive patching material.
B.
Related Sections include the following:
1.
1.2
Division 03 Section “Concrete Repair Materials.”
C.
Contractor shall fully acquaint himself with the existing job site conditions and discuss the
accessibility of the work areas with the Owner.
D.
Provide barricades around the work area with appropriate signage to keep nonconstruction people from entering work area.
REFERENCES
A.
Applicable Standards:
1.
American Concrete Institute (ACI), latest version:
ACI 301
ACI 546R
Specifications for Structural Concrete
Concrete Repair Guide
PART 2 - PRODUCTS
2.1
PRODUCTS AND MANUFACTURERS
A.
Epoxy Coating for existing exposed non-prestressed steel reinforcement:
1.
BASF: Emaco P24
2.
Sika Chemical Corporation: Armatec 110
3.
Euclid Chemical: Duralprep A.C.
Substitutions may be considered provided complete technical information and job references are
furnished to the Owner/Engineer and approved prior to commencement of work.
Changes in products required to suit temperature and environmental conditions at the time of
material application shall be specified as separate line items by the Contractor showing credit or
additions to the price for the various tasks.
In using the above products, follow strictly the manufacturer's specifications and directions for
mixing and application. Also heed all label warnings by manufacturer. Make application in
accordance with applicable safety laws.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SURFACE PREPARATION FOR PATCHING
03 01 01-1
PART 3 - EXECUTION
3.1
INSPECTION
A.
Horizontal Surfaces
1.
3.2
Contractor shall sound all designated roof areas for delaminations.
B.
Delaminated areas: Once located by Contractor, Contractor shall further sound and mark
them to define limits.
C.
Spalls: Contractor shall locate spalls by visual inspection, and mark boundaries.
D.
Engineer may mark additional unsound concrete for removal.
E.
Areas to be removed shall be rectangular to provide adequate appearance.
F.
Contractor shall locate and determine the depth of all embedded reinforcement, electrical
conduit, post-tensioned tendons, in repair area and mark these locations for reference
during concrete removal. Do not cut any embeds unless approved by Engineer.
REPAIR PREPARATION
A.
Contractor shall review all marked removal and preparation areas and request
clarification by Engineer of shoring requirements in questionable areas. Shores shall be
in place prior to concrete removal and cavity preparation in any area requiring shores.
B.
All delaminated, spalled and unsound concrete shall be removed from within marked
boundary to minimum depth of ¾” using 15 to 30 lb air hammers equipped with chisel
point bits. When directed by Engineer, chipping hammers less than 15 lb shall be used
to minimize damage to sound concrete. If delaminations exist beyond minimum removal
depth, chipping shall continue until all unsound and delaminated concrete has been
removed from cavity.
C.
Where embedded reinforcement, anchorages, or electrical conduit is exposed by
concrete removal, proceed with caution to avoid damaging it during removal of unsound
concrete. If bond between exposed embedded reinforcement/anchorages and adjacent
concrete is impaired by Contractor’s removal operation, Contractor shall perform
additional removal around and beyond perimeter of reinforcement for minimum of ¾”
along entire length affected at no cost to owner.
D.
Necessary approvals shall be obtained by the Contractor from authorizing governmental
or other agencies prior to abrasive-blasting. Abrasive-blasting operations shall comply
with the requirements of OSHA and NIOSH (National Institute for Occupational Safety
and Health) Standard PB-246-697.
E.
If rust is present on embedded reinforcement where it enters sound concrete, additional
removal of concrete along and beneath reinforcement will be required. Additional removal
shall continue until non-rusted reinforcement is exposed, or may be terminated per
Engineer’s instructions.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SURFACE PREPARATION FOR PATCHING
03 01 01-2
3.3
3.4
3.5
F.
Removal of concrete for repair requires saw cutting ¾” into floor slab of the perimeter of
the removal, unless a more stringent criteria applies. For vertical and overhead surfaces
marked areas shall be saw-cut, ground, or chipped to depth of ½” to existing concrete,
measured from original surface.
G.
Edges of patch areas shall be dressed perpendicular to member face to eliminate feather
edges. All edges shall be straight and patch areas square or rectangular-shaped.
H.
Contractor shall exercise extra caution during saw cutting to avoid damaging existing
reinforcement particularly post-tensioned tendons, sheathing, electrical conduit and any
other embedded items near surface of concrete. Any damage to existing embedded
items shall be repaired by Contractor with Engineer’s approved methods at no additional
cost to Owner.
INSPECTION OF REPAIR PREPARATION
A.
After removals are complete, but prior to final cleaning, cavity and exposed reinforcement
shall be inspected by Contractor and subject to verification by Engineer for compliance
with requirements of this Section.
B.
Contractor shall inspect embedded reinforcement and conduits exposed within cavity for
defects due to corrosion or damage resulting from removal operations. Contractor shall
notify Engineer of all defective and damaged reinforcement or conduits. Replacement of
damaged or defective reinforcement/conduits shall be performed in accordance to the
requirements of this Section.
CLEANING OF REINFORCEMENT
A.
All exposed reinforcing steel shall be cleaned and free of rust and other contaminants.
Cleaning shall be accomplished by abrasive methods. Cleaning shall be completed
immediately before patch placement to insure that base metal is not exposed to elements
and further rusting for extended periods of time. Use powered wire brushes in locations
where reinforcing steel cannot be cleaned by abrasive-blasting or water-blasting.
B.
All exposed reinforcing steel shall be coated with a corrosion inhibiting product specified
in the Section “Products” in this specification prior to mortar application. Protect prepared
surfaces from damage prior to and during patch placement.
REINFORCEMENT IN REPAIR AREAS
A.
All embedded reinforcement exposed during surface preparation that has lost more than
10% of original cross-sectional area due to corrosion shall be considered defective.
Defective reinforcement shall be supplemented in accordance to Engineer’s instructions
and shall be paid for by Owner.
B.
Damaged reinforcement caused during removals made by Contractor shall be
supplemented in accordance to Engineer’s instructions and shall be paid for by
Contractor.
C.
Supplement defective or damaged embedded reinforcement of equal diameter with a
Class B splice in accordance to ACI–318 beyond damaged portion of reinforcement.
Secure new reinforcement to existing reinforcement with approved anchors.
Supplemental steel shall be A615 Grade 60 steel except where more stringent
requirements apply in drawings and/or details.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SURFACE PREPARATION FOR PATCHING
03 01 01-3
3.6
D.
Loose reinforcement exposed during surface preparation shall be securely anchored prior
to patch placement. Loose reinforcement shall be adequately secured with wire ties to
bonded reinforcement or with drilled-in anchors. Drilled-in anchors shall be TW-1400
anchors by ITW Ramset/Red Head, Tie-Wire Wedge-All anchors by Simpson Strong-Tie,
or approved equal. Engineer will determine adequacy of wire ties and anchors. Securing
loose reinforcement is incidental to surface preparation.
E.
Minimum of 1 ½” concrete cover shall be provided over all new/existing reinforcement
except where more stringent requirements apply in drawings and/or details.
PREPARATION OF CAVITY FOR PATCH PLACEMENT
A.
Cavities will be examined prior to commencement of patching operations. Sounding
surface shall be part of examination. Delaminations noted during sounding shall be
removed as specified in this Section.
B.
All debris shall be removed from site prior to commencement of patching.
END OF SECTION 03 01 01
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SURFACE PREPARATION FOR PATCHING
03 01 01-4
SECTION 03 01 05
CONCRETE REPAIR MATERIALS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes the provisions of all labor, materials, supervision and incidentals
required to prepare deteriorated or damaged concrete surfaces and install patching
materials to restore original surface condition and integrity.
B.
Related Sections include the following:
1.
1.3
1.4
Division 03 Section “Surface Preparation for Patching.”
C.
Contractor shall fully acquaint himself with the existing job site conditions and discuss the
accessibility of the work areas with the Owner.
D.
Contractor shall ensure that there is adequate ventilation in areas where repair work is
being performed and that no work results in nauseating, annoying or toxic fumes and
odors from entering occupied areas. Provide barricades around the work area with
appropriate signage to keep non-construction people from entering work area.
SUBMITTALS
A.
Make submittals in accordance with requirements of Division 01 and as specified in this
Section.
B.
At the preconstruction meeting, contractor shall submit procedures to protect fresh
patches from weather and traffic (if applicable).
QUALITY ASSURANCE
A.
Work shall conform to requirements of the American Concrete Institute (ACI) as
applicable except where more stringent requirements are shown on Drawings or
specified in this Section.
B.
Manufacturer's Qualifications: Companies furnishing the repair materials shall have a
proven track record of at least five years. Furthermore, they shall have in existence a
program of training, certifying, and supporting a nationally organized program of
approved contractors. Evidence of this shall be made available to the Engineer/Owner
upon request.
C.
Contractor's Qualifications: Contractor performing the work shall be an approved
contractor by the manufacturer furnishing the repair materials, and shall have no less
than five years experience in the various types of polymer related work required in this
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONCRETE REPAIR MATERIALS
03 01 05-1
project. Upon request by the Engineer, a notarized certification from the manufacturer
attesting to the training shall be submitted to the Engineer/Owner.
1.5
REFERENCES
A.
Applicable Standards:
1.
American Concrete Institute (ACI), latest version:
ACI 301R
ACI 305R
ACI 306R
ACI 308R
ACI 318R
ACI 548.1R
2.
Specifications for Structural Concrete
Hot Weather Concreting
Cold Weather Concreting
Guide to Curing Concrete
Building Code Requirements for Structural Concrete
Guide for Use of Polymers in Concrete
American Society for Testing and Materials (ASTM):
ASTM C109
Test Method for Compressive Strength of Hydraulic
Cement Mortars
PART 2 - PRODUCTS
2.1
GENERAL REQUIREMENTS FOR POLYMER MODIFIED CEMENTITIOUS MORTARS
A.
2.2
Mortar used for bonding, patching, and resurfacing in exposed or exterior environmental
conditions with large cyclic temperature changes shall have the following properties:
1.
Mortar shall be non-sagging.
2.
Acceptable materials shall have minimum 3-day compressive strength of 3,000
psi, and 5,000 psi at 28 days as certified by manufacturer.
3.
Coefficient of thermal expansion shall be comparable with that of concrete (5.5 x
10-6 in/in/°F).
4.
Sand used in preparing mortar shall be graded oven dry quartzite furnished in
bags.
5.
The mortar patch material shall match the existing texture and color of existing
exposed/cured concrete without giving a blotchy appearance. A test patch shall
be applied for approval prior to final acceptance of the mortar. Size of test patch
shall be approximately equal to the size of the average mortar patch to be used
on the project.
PRODUCTS AND MANUFACTURERS
A.
Acceptable materials for this Work are:
1.
EMACO R300 CI, EMACO R310 Cl by BASF
2.
SikaTop 122 Plus by Sika
3.
Sika 222 with Latex R by Sika
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONCRETE REPAIR MATERIALS
03 01 05-2
Substitutions may be considered provided complete technical information and job references are
furnished to the Owner/Engineer and approved prior to commencement of work.
Changes in products required to suit temperature and environmental conditions at the time of
material application shall be specified as separate line items by the Contractor showing credit or
additions to the price for the various tasks.
In using the above products, follow strictly the manufacturer's specifications and directions for
mixing and application. Also read all label warnings by manufacturer. Make application in
accordance with applicable safety laws.
PART 3 - EXECUTION
3.1
POLYMER MODIFIED CEMENTITIOUS MORTAR PATCH
A.
B.
Applicator's Qualifications
1.
Mortar repair work shall only be performed by contractors who have successfully
used this process on at least three similar structural repairs of equal scope which
have performed successfully for a minimum period of five years.
2.
Only adequately trained and experienced personnel shall be used on the job.
Surface Preparation
1.
Concrete surface to which the mortar is to be applied shall be exposed parent
concrete free of loose and unsound materials. Preparation of cavity to receive
new mortar shall be in accordance to Section “Surface Preparation for Patching”
and manufacturer’s instructions.
C.
Concrete Surface Inspection: Ensure that the surface and ambient temperature is at
least 45°F and rising at the time of application.
D.
Bonding Grout
E.
1.
Apply bonding grout in strict accordance with manufacturer’s recommendations.
2.
If bonding grout dries, cavity shall not be patched until it has been re-cleaned and
prepared as indicated in Section “Surface Preparation for Patching.” Grout shall
not be applied to more cavities than can be patched within 15 min. by available
manpower.
3.
Patching materials shall be placed immediately following grout application in
strict accordance with manufacturer’s instructions.
Mortar Application
1.
Condition polymer mortar material to 65°F-80°F unless otherwise recommended by
the manufacturer. Materials beyond this range of temperature shall not be used.
2.
Mix the two components in a clean container free of contaminants as
recommended by the manufacturer.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONCRETE REPAIR MATERIALS
03 01 05-3
F.
G.
3.2
3.
Thoroughly blend components and aggregates with portable mixers to a uniform
and homogenous mixture. Small batches of one quart or less may be mixed by
spatulas, palette knives or similar devices.
4.
Mixing should be accomplished within three minutes when using Jiffy mixer or
five minutes when mixed by hand.
5.
Apply mortar by means suitable for the consistency of the mortar mix.
6.
Use appropriate forms as required for retaining mortar if mixed to a flowable
consistency.
7.
Consolidate the mortar thoroughly to remove entrapped air.
8.
Supplemental wire mesh shall be required for delamination and spall repairs
greater than 2” in depth. Fresh bonding grout is required between successive lifts
of patching material.
9.
Finish surface of mortar to match the texture and contours of existing concrete.
Curing
1.
Immediately after finishing, keep patch material continually moist for at least 24
hrs. Continue curing for first 7 days after patch placement. During initial and final
curing periods maintain patch material above 50 °F.
2.
Prevent rapid drying at end of curing period.
3.
Provide additional curing as required by manufacturer’s recommendations.
Cleanup
1.
Protect surfaces surrounding the work areas against spillage.
2.
Material spillage shall be cleaned before they set and become difficult to remove.
3.
Cleanup all portions of the existing structure that are soiled or stained in the
process of mortar repair work.
ACCEPTANCE OF REPAIRS
A.
Acceptance of completed concrete repair will be in accordance to ACI 301.
B.
Patched areas shall be sounded by Engineer and Contractor after curing for 72 hours.
Contractor shall repair all hollowness detected by removing and replacing patch or
affected area at no cost to Owner.
C.
If shrinkage cracks appear in patch area after the initial curing period is concluded, the
patch in question shall be considered unacceptable, and it shall be removed and
replaced by Contractor at no cost to Owner.
END OF SECTION 03 01 05
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
CONCRETE REPAIR MATERIALS
03 01 05-4
SECTION 05 01 10
STEEL FIELD RE-COATING
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
1.3
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division-1 Specification sections, apply to work of this section.
DESCRIPTION OF WORK
A.
Furnish all labor, materials, services, equipment and appliances required in conjunction
with or related to the re-coating of concealed structural steel lintels.
B.
Furnish all labor, materials, services, equipment and appliances required in conjunction
with or related to the re-coating of exposed structural steel architectural features.
QUALITY ASSURANCE
The Contractor is responsible for quality control, including workmanship and materials furnished
by his subcontractors and suppliers.
A.
Codes and Standards: Comply with provisions of following, except as otherwise
indicated. Certain sections in this specification contain requirements that are more
restrictive and/or different than contained in the standards listed. In such cases, the
requirements of this specification shall control.
1.
1.4
SUBMITTALS
A.
Product Data: Submit producer's or manufacturer's specifications and installation
instructions for following products; include laboratory test reports and other data to show
compliance with specifications (including the specified standards):
1.
B.
Structural steel protective paint system, including primer, intermediate, and finish
products.
Qualification Data:
1.
1.5
"Steel Structures Painting Manual", Volumes 1 and 2, Society for Protective
Coatings, formerly Steel Structures Painting Council.
Submit qualification data for firms and persons specified in Article 1.04
“Qualifications” to demonstrate their capabilities and experience. Include lists of
completed projects with project names and addresses, names and addresses of
engineers and owners, and other information specified.
DELIVERY, STORAGE AND HANDLING
A.
Deliver materials to site at such intervals to ensure uninterrupted progress of work.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
STEEL FIELD RECOATING
05 01 10-1
B.
Furnish all fuel, maintenance, and equipment required for hoisting and placement of
materials under this contract.
PART 2 - PRODUCTS
2.1
PRODUCTS, MANUFACTURERS, AND SUBSTITUTIONS
A.
In other Part 2 articles where titles below introduce lists, the following requirements apply
for product selection:
1.
2.
B.
2.2
Available Products: Subject to compliance with requirements, products that may
be incorporated into the Work include, but are not limited to, the products
specified.
Products: Subject to compliance with requirements, provide one of the products
specified.
Substitutions: Where specific products or services are specified, Contractor may request
a substitution to be reviewed and approved or rejected by Owner and Engineer, following
the procedures outlined in Section “Product Substitution Procedures”.
MATERIALS
A.
Exposed Structural Steel Architectural Features
1.
Approved Products:
a.
ICI Devoe Coatings, www.devoecoatings.com
Primer Coat:
Intermediate Coat:
Finish Coat:
b.
Sherwin Williams, www.sherwin-williams.com
Primer Coat:
Intermediate Coat:
Finish Coat:
c.
Macropoxy 920 Pre-Prime
Macropoxy HS High Solids Epoxy
Acrolon 218 HS Acrylic Polyurethane
Tnemec, www.tnemec.com
Primer Coat:
Intermediate Coat:
Finish Coat:
d.
Pre-Prime 167
Devran 224HS High Build Epoxy
Devthane 379H Aliphatic Urethane Enamel
Series 27 F. C. Typoxy Polyamide Epoxy
Series 66 | Hi-Build Epoxoline
Series 73 | Endurashield
Approved Equal Paint Systems (with similar performance characteristics
to specified painting systems)
Primer Coat:
Intermediate Coat:
Finish Coat:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
Epoxy Primer
Hi-Build Epoxy Coating
Aliphatic Acrylic Polyurethane Enamel
STEEL FIELD RECOATING
05 01 10-2
2.3
SURFACE PREPARATION
A.
Specification: Surface preparation, paint, and painting practices shall conform to the
"Steel Structures Painting Manual", Volumes 1 and 2, as published by the Society for
Protective Coatings (formerly the Steel Structures Painting Council (SSPC)).
Unless recommended otherwise by primer manufacturer, minimum level of clean for
existing steel surfaces shall be SSPC-SP 6/NACE No. 3, “Commercial Blast
Cleaning”.
B.
Surface Preparation and Coating Coordination:
1.
Surface Preparation: Cover and protect window glazing and gaskets prior to
commencement of work. Prepare the surface of all steel specified to be field
painted as required by the Society for Protective Coatings specification SSPCSP2, followed by a pressure water wash at all areas with 1000 – 2000 lbs. psi at
the tip. Do not damage window glazing or gaskets. Finish with a clean water
rinse.
2.
Primer Coat: Apply a test patch to confirm compatibility of primer with existing
coating systems prior to applying primer to all cleaned surfaces. Allow primer to
dry one week before testing adhesion.
Immediately after surface preparation, apply primer to all structural steel
specified to be field primed in strict accordance with manufacturer’s instructions
and the Society for Protective Coatings specifications. Apply paint at a rate to
conform to the manufacturer’s written instructions to achieve minimum dry film
thickness given above. Use coating methods that result in full coverage of joints,
corners, edges, welds, and all exposed surfaces.
3.
Intermediate Coat: Coordinate primer coat requirements with intermediate coat
requirements, including minimum cure time and any between-coat surface
preparation. The primer coat selected must be compatible with any specified
intermediate and/or finish coats.
4.
Finish Coat: Coordinate intermediate coat requirements with finish coat
requirements, including minimum cure time and any between-coat surface
preparation. The intermediate coat selected must be compatible with any
specified finish coats.
Where structural steel is exposed, the finish coat color shall be per
Owner’s selection from coating manufacturer’s standard colors.
PART 3 - EXECUTION
3.1
APPLICATION
A.
Steel Field Re-coating:
1.
2.
3.
Steel surfaces to be coated shall be clean, i.e. devoid of grease, oil, mill scale,
oxidation, loosely adherent rust, paint, etc.
Clean steel surfaces as specified above.
Mix different coatings per manufacturer’s directions.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
STEEL FIELD RECOATING
05 01 10-3
4.
5.
6.
7.
8.
B.
Use air spray, 1/4-inch synthetic woven nap rollers, or high quality natural bristle
brushes to apply coatings.
Prepare surfaces and apply specified primer paint. Apply coating by brush or
spray at sufficient wet film thickness to achieve a minimum dry film build as given
above, using manufacturer’s recoat time directions.
Apply intermediate coat (if specified) at sufficient wet film thickness to achieve a
minimum dry film build as given above.
Apply specified finish coat. Apply coating by brush or spray at sufficient wet film
thickness to achieve a minimum dry film build as given above.
The Contractor shall ensure that, at the substantial completion of the project, all
structural steel required to be painted shall have all necessary steel surfaces
painted (including touch-up painting as required) to prevent corrosion bleeding.
Clean Up: Clean up all debris caused by the Work of this Section, keeping the premises
neat and clean at all times.
END OF SECTION 05 01 10
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
STEEL FIELD RECOATING
05 01 10-4
SECTION 06 10 00
ROUGH CARPENTRY
PART 1 – GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of Contract, including General and Supplementary
Conditions, and Conditions included by the Owner apply to this Section.
DESCRIPTION OF WORK
A.
Definition: Rough carpentry includes carpentry work not specified as part of other
sections and which is generally not exposed, except as otherwise indicated. Types of
work in this section include rough carpentry for:
1.
2.
1.3
Wood grounds, nailers, blocking and sleepers.
Sheathing, insulating sheathing.
QUALITY ASSURANCE
The Contractor is responsible for quality control, including workmanship and materials furnished
by his subcontractors and suppliers.
A.
Lumber Standards: Comply with PS 20 and with applicable rules of the respective
grading and inspecting agencies for species and products indicated.
B.
Plywood Product Standards: Comply with PS 1 (ANSI A 199.1) or, for products not
manufactured under PS 1 provisions, with applicable APA Performance Standard for type
of panel indicated.
C.
Source Inspection: Lumber of the specified species furnished under this section shall be
inspected and comply with the grading rules of the appropriate following associations:
1.
2.
3.
4.
5.
D.
1.4
Northeastern Lumber Manufacturer's Association, Inc. (NELMA).
Southern Pine Inspection Bureau (SPIB).
West Coast Lumber55 Inspection Bureau (WCLIB).
Western Wood Products Association (WWPA).
Redwood Inspection Service (RIS).
Factory-mark each piece of lumber with type, grade, mill and grading agency, except
omit marking from surfaces to be exposed with transparent finish or without finish.
SUBMITTALS
A.
Product Data: Submit manufacturer's specifications and installation instructions for
materials listed below:
1.
2.
Wood grounds, nailers, blocking and sleepers.
Sheathing, insulating sheathing.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
ROUGH CARPENTRY
06 10 00-2
B.
Material Certificates: Where dimensional lumber is provided to comply with minimum
allowable unit stresses, submit listing of species and grade selected for each use, and
submit evidence of compliance with specified requirements. Compliance may be in form
of a signed copy of applicable portion of lumber producer's grading rules showing design
values for selected species and grade. Design values shall be as approved by the Board
of Review of American Lumber Standards Committee.
C.
Wood Treatment Data: Submit treatment manufacturer's instructions for proper use of
each type of treated material.
1.
2.
3.
1.5
PRODUCT HANDLING
A.
1.6
Pressure Treatment: For each type specified, include certification by treating
plant stating chemicals and process used, net amount of preservative retained
and conformance with applicable standards.
Water-Borne Preservatives: Include statement that moisture content of treated
materials was reduced to a maximum of 15% prior to shipment to project site.
Fire-Retardant Treatment: Include certification by treating plant that treatment
material complies with governing ordinances and that treatment will not bleed
through finished surfaces.
Delivery and Storage: Keep materials dry at all times. Protect against exposure to
weather and contact with damp or wet surfaces. Stack lumber and plywood, and provide
air circulation within stacks.
JOB CONDITIONS
A.
Coordination: Fit carpentry work to other work; scribe and cope as required for accurate
fit. Correlate location of nailers, blocking, and similar supports to allow proper
attachment of other work.
PART 2 – PRODUCTS
2.1
MATERIALS
A.
Lumber, General:
1.
Nominal sizes are indicated, except as shown by detail dimensions. Provide
actual sizes as required by PS 20, for moisture content specified for each use.
a.
b.
c.
B.
Provide dressed lumber, S4S, unless otherwise indicated.
Provide seasoned lumber with 19% maximum moisture content at time of
dressing.
Provide unseasoned lumber with moisture content in excess of 19%
allowed at time of dressing.
Framing Lumber (2" through 4" thick) (Wd-Frm):
1.
2.
For light framing (less than 6" wide), provide "Stud" grade lumber for stud
framing and "Standard" grade for other light framing, any species.
For structural light framing (less than 6" wide), provide the following grade and
species:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
ROUGH CARPENTRY
06 10 00-2
a.
b.
c.
3.
Any species and grade which meets or exceeds the following values:
a.
b.
C.
Construction grade, any species.
Standard grade, any species.
Utility grade, any species.
Fb (minimum extreme fiber stress in bending); 1500 psi.
E (minimum modulus of elasticity); 1,500,000.
Boards (less than 2" thick):
1.
Concealed Boards: Where boards will be concealed by other work, provide
lumber of 19% maximum moisture content (S-DRY) and of following species and
grade:
Redwood Construction Common (RIS), Southern Pine No. 2 boards (SPIB), or
any species graded construction boards (WCLIB or WWPA).
Redwood Merchantable (RIS), Southern Pine No. 3 boards (SPIB), or any
species graded standard boards (WCLIB or WWPA).
2.
D.
Miscellaneous Lumber: Provide wood for support or attachment of other work including
cant strips, bucks, nails, blocking, furring, grounds, stripping and similar members.
Provide lumber of sizes indicated, worked into shapes shown, with a moisture content of
15% maximum for lumber items not specified to receive wood preservative treatment.
1.
E.
Board Sizes: Provide sizes indicated or, if not indicated (for sheathing,
subflooring and similar uses), provide 1" x 8" boards.
Grade: Construction Grade light framing size lumber of any species or board
size lumber as required. Provide construction grade boards (RIS or WCLIB) or
No. 2 boards (SPIB or WWPA).
Miscellaneous Materials:
1.
Fasteners and Anchorages: Provide size, type, material and finish as indicated
and as recommended by applicable standards, complying with applicable
Federal Specifications for nails, staples, screws, bolts, nuts, washers and
anchoring devices. Provide metal hangers and framing anchors of the size and
type recommended by the manufacturer for each use including recommended
nails.
Where rough carpentry work is exposed to weather, in ground contact, or in area
of high relative humidity, provide fasteners and anchorages with a hot-dip zinc
coating (ASTM A 153).
2.
2.7
Building Paper: Asphalt saturated felt, non-perforated, ASTM D 226.
WOOD TREATMENT
A.
Preservative Treatment: Where lumber or plywood is indicated as "Trt-Wd" or "Treated,"
or is specified herein to be treated, comply with applicable requirements of American
Wood Preservers Association (AWPA) Standards C2 (Lumber) and C9 (Plywood) and of
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
ROUGH CARPENTRY
06 10 00-2
American Wood Preservers Bureau (AWPB) Standards listed below. Mark each treated
item with the AWPB Quality Mark Requirements.
1.
Pressure-treat above-ground items with water-borne preservatives complying
with AWPB LP-2. After treatment, kiln-dry to a maximum moisture content of
15%. Treat indicated items and the following:
a.
b.
c.
2.
Pressure-treat the following with water-borne preservatives for ground contact
use complying with AWPB LP-22:
a.
b.
3.
B.
Wood cants, nailers, curbs, blocking, stripping, and similar members in
connection with roofing, flashing, vapor barriers and waterproofing.
Wood sills, sleepers, blocking, furring, stripping and similar concealed
members in contact with masonry or concrete.
Wood framing members less than 18" above grade.
Wood members in contact with ground.
Wood members in contact with fresh water.
Complete all fabrication of treated items prior to treatment, where possible. If cut
after treatment, coat cut surfaces with heavy brush coat of same chemical used
for treatment. Inspect each piece of lumber or plywood after drying and discard
damaged or defective pieces.
Inspection: Inspect each piece of treated lumber or plywood after drying and discard
damaged or defective pieces.
PART 3 - EXECUTION
3.1
INSTALLATION
A.
General:
1.
2.
3.
4.
B.
Discard units of material with defects which might impair quality of work, and
units which are too small to use in fabricating work with minimum joints or
optimum joint arrangement.
Set carpentry work accurately to required levels and lines, with members plumb
and true and accurately cut and fitted.
Securely attach carpentry work to substrate by anchoring and fastening as
shown and as required by recognized standards. Countersink nail heads on
exposed carpentry work and fill holes.
Use common wire nails, except as otherwise indicated. Use finishing nails for
finish work. Select fasteners of size that will not penetrate members where
opposite side will be exposed to view or will receive finish materials. Make tight
connections between members. Install fasteners without splitting of wood;
predrill as required.
Wood Grounds, Nailers, Blocking and Sleepers:
1.
2.
Provide wherever shown and where required for screeding or attachment of
other work. Form to shapes as shown and cut as required for true line and level
of work to be attached. Coordinate location with other work involved.
Attach to substrates as required to support applied loading. Countersink bolts
and nuts flush with surfaces, unless otherwise show. Build into masonry during
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
ROUGH CARPENTRY
06 10 00-2
3.
installation of masonry work. Where possible, anchor to formwork before
concrete placement.
Provide permanent grounds of dressed, preservative treated, key-bevelled
lumber not less than 1-1/2" wide and of thickness required to bring face of
ground to exact thickness of finish material involved. Remove temporary
grounds when no longer required.
END OF SECTION 06100
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
ROUGH CARPENTRY
06 10 00-2
SECTION 07 55 00
MODIFIED BITUMINOUS MEMBRANE ROOFING
PART 1 - GENERAL
1.1
DESCRIPTION
A.
1.2
1.3
Scope: To install a modified bitumen roofing system over lightweight insulating concrete;
and flashings, and roof pavers to comprise a roofing system.
RELATED SECTIONS
A.
Section 06100 - Rough Carpentry: Roof blocking installation and requirements.
B.
Section 07620 - Sheet Metal Flashing and Trim: Metal flashing and counter flashing
installation and requirements.
REFERENCES
A.
American Society of Civil Engineers (ASCE).
1.
1.4
B.
Factory Mutual (FM Global) - Factory Mutual Standard 4470 - Approval Standard for
Class 1 Roof Covers.
C.
National Roofing Contractors Association (NRCA) - Low Slope Roofing and
Waterproofing Manual, Current Edition.
D.
NBS-BSS #55: Tensile strength for fully adhered, asphalt based roof systems.
E.
Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA) Architectural Sheet Metal Manual.
F.
Underwriters Laboratories (UL) - Roofing Systems and Materials Guide (TGFU).
DEFINITIONS
A.
1.5
ASCE 7 - Minimum Design Loads for Buildings and Other Structures.
Roofing Terminology: Refer to ASTM D1079 and the glossary of the National Roofing
Contractors Association (NRCA) Roofing and Waterproofing Manual for definitions of
roofing terms related to this section.
PERFORMANCE REQUIREMENTS
A.
Provide an installed roofing membrane and base flashing system that does not permit the
passage of water, and will withstand the design pressures calculated in accordance with
the most current revision of ASCE 7.
B.
The applicator shall submit evidence that the proposed roof system meets the
requirements of the local building code and has been tested and approved or listed by
the following test organizations. These requirements are minimum standards and no
roofing work shall commence without written documentation of the system's compliance,
as required in the "Submittals" section of this specification.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-1
1.6
SUBMITTALS
A.
Submit the following prior to ordering materials.
B.
Product Data: Manufacturer's data sheets on each product to be used, including:
1.
2.
3.
4.
5.
C.
Shop Drawings: Provide plan, section, elevation and perspective drawings as necessary
to depict all flashing and project conditions on the project, including but not limited to the
following:
1.
2.
3.
4.
5.
1.7
Preparation instructions and recommendations.
Storage and handling requirements and recommendations.
Installation methods.
Manufacturer's published specifications, base flashing details, and installation
instructions for the specified system.
Submit Material Safety Data Sheets on all roofing materials to be used.
Roof system and base flashing configuration.
Penetration details.
Termination details.
Fastening patterns, if applicable.
Insulation design, if applicable.
D.
Submit written proof of contractor's approval by specified roof system manufacturer
including written confirmation that the manufacturer has reviewed the project documents
and that the roof system as specified meets the requirements for the manufacturers
guaranty.
E.
Submit copies of proposed manufacturer’s guaranty.
F.
Selection Samples: For each product specified, two samples representing
manufacturer’s full range of available colors and types.
G.
Verification Samples: For each finish product specified, two samples representing actual
product, color, and finish.
QUALITY ASSURANCE
A.
Manufacturer Qualifications: All roof membrane, lightweight insulating concrete and
primary products specified in this section will be supplied by a single manufacturer with a
minimum of ten (10) years experience in both SBS Modified and Lightweight Insulating
Concrete manufacture.
1.
2.
B.
ISO 9001 Certification: The manufacturer must provide documentation showing
the manufacturer has current ISO 9001:2009 certification for the specific
manufacturing plant where the modified bitumen membrane products are
produced.
ISO 9001 Certification: The manufacturer must provide documentation showing
current ISO 9001:2009 certification for the specific manufacturing plant where the
modified bitumen membrane products are produced. A certificate of analysis
for reporting/confirming the tested values of the actual material being supplied for
the project will be required prior to project close-out.
Agency Approvals:
The proposed roof system shall conform to the following
requirements. No other testing agency approvals will be accepted.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-2
1.
Underwriters Laboratories Class A acceptance of the proposed roofing system
(including mopping asphalt or cold adhesive) without additional requirements
for gravel or coatings.
2.
Evidence by an accredited independent testing agency or agencies that the
roof configuration meets a design windload pressure of – 157.5 psf or greater.
B.
Installer Qualifications: All products listed in this section are to be installed by a single
installer with a minimum of five (5) years demonstrated experience in installing products
of the same type and scope as specified.
C.
A pre-installation conference will be held approximately two weeks prior to commencing
Work specified in this section. Representatives of the owner, specifier, roofing
contractor, sub-contractors, and manufacturer must be present.
1.
2.
3.
4.
5.
1.8
Review installation procedures, materials to be used, submittals, schedules, and
all related work required under this section. Finalize construction schedule and
confirm availability of materials, equipment, contractor's personnel, and facilities
needed to complete work as planned.
Review forecasted weather conditions and procedures for coping with
unfavorable conditions, and maintaining the water tightness of the roof system.
Tour representative areas of roofing substrates, inspect and discuss condition of
substrate, roof drains, penetrations, curbs, and any work performed by other
trades.
Review structural loading limitations of deck and inspect deck for acceptability as
roof substrate.
Review inspection and quality control procedures to be used.
D.
Record discussions of conference, including decisions and agreements reached. Furnish
copy of record to each party attending. If disagreements exist at the conclusion of the
conference, determine how disagreements will be resolved, and set a date for
reconvening conference.
E.
The roofing systems manufacturer will provide qualified company personnel to attend
pre-construction and in-progress meetings, and to perform periodic job site visits as
necessary. The manufacturer will also provide company personnel that are non-sales
related field in house technical reps/auditors for the purpose of performing quality
assurance inspections, both in-progress and final inspections. Provide copies of the
manufacturer's field auditor inspection report to the contractor, specifier, and building
owner.
DELIVERY, STORAGE, AND HANDLING
A.
Store products in manufacturer's unopened packaging until ready for installation.
B.
Deliver roofing materials to the site in original containers, with factory seals intact.
C.
Store pail goods in their original undamaged containers in a clean, dry location within
their specified temperature range.
D.
Store roll goods on end on pallets in a clean, dry, protected area. Do not double stack
modified bitumen products.
E.
Store and dispose of hazardous materials, and materials contaminated by hazardous
materials, in accordance with requirements of local authorities having jurisdiction.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-3
1.9
1.10
PROJECT CONDITIONS
A.
Maintain environmental conditions (temperature, humidity, and ventilation) within limits
recommended by manufacturer for optimum results. Do not install products under
environmental conditions outside manufacturer's absolute limits.
B.
Torch Safety: Crew members handling torches shall be trained by an Authorized Certified
Roofing Torch Applicator (CERTA) Trainer, be certified according to CERTA torch safety
guidelines as published by the National Roofing Contractor's Association (NRCA), and
follow torch safety practices as required by the contractor's insurance carrier. Designate
one person on each crew to perform a daily fire watch. The designated crew member
shall watch for fires or smoldering materials on all areas during roof construction activity,
and for the minimum period required by CERTA guidelines after roofing material
application has been suspended for the day.
WARRANTIES
A.
Provide manufacturer's roof system guaranty with single source coverage and no
monetary limitation (NDL) where the single manufacturer (lightweight insulating concrete
and roof membrane) agrees to repair or replace components in the roofing system, which
cause a leak due to a failure in materials or workmanship.
1.
B.
Duration: Twenty (20) years from the date of completion.
The Applicator shall supply the Owner with a separate workmanship warranty. In the
event any work related to roofing, flashing, or metal is found to be within the Applicator
warranty term, defective or otherwise not in accordance with the Contract Documents, the
Applicator shall repair that defect at no cost to the Owner. The Applicator's warranty
obligation shall run directly to the Owner, and a copy shall be sent to the membrane
manufacturer.
1.
Duration: Two (2) years from the date of completion.
C.
Warranty for the Roofing Contractor and the Roofing Membrane Manufacturer shall begin
retroactively on the date of a 90-day contiguous no leak period. Until such time period has
successfully been complete roof installation shall be considered unfinished.
D.
Provide roofing accessory warranty for sheet metal finish.
1.
Duration: Ten (10) years from the date of completion.
PART 2 - PRODUCTS
2.1
MANUFACTURERS
A.
Acceptable Manufacturer:
1.
Siplast.
B.
Approved equal based on roofing membrane performance requirements specified herein.
Requests to use equivalent products of other manufacturers shall be submitted in
accordance section, “Project Substitution Procedures”, five (5) days prior to the bid due
date for approval by the Engineer and Owner.
C.
Contractor may at his option provide a “Torch Grade” equivalent of the specified Siplast
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-4
membrane systems below.
2.2
AIR/VAPOR BARRIER
A.
Air/Vapor Barrier Membrane. Air and vapor barrier must be acceptable to roofing
membrane manufacturer. The acceptance letter shall be submitted in writing.
1. Available Products:
a. Siplast Paradiene 20 or Paradiene 20 SA
2.3
SUBSTRATE BOARD AND COVER BOARD
A.
Siliconized gypsum, fire-tested hardboard with glass-mat facers. Available in 4 ft x 8 ft
(1.2 m C2.4 m) board size and in thickness of 1/4 inch.
B.
2.4
1.
Thickness: 1/4 inch.
2.
Manufacturers:
a.
Georgia Pacific DensDeck Prime.
b.
Securock by USG.
Fasteners suitable for attaching protection board to metal and cementitious wood fiber
roof decks.
BASE SHEET
A.
High performance fiberglass base sheet consisting of a lightweight random fibrous glass mat
impregnated and coated with a specially formulated, high quality, oxidized asphalt, and a
polyolefin firm backing.
1.
Siplast Paradiene 20 EG
a.
2.5
Thickness: 118 mils avg., 114 mils min.
CAP PLY SHEET
A.
Granular-surfaced, fiberglass reinforced, SBS modified asphalt reinforced consisting of a
lightweight random fibrous glass mat impregnated and coated with high quality styrenebutadiene-styrene modified bitumen. Cap sheet shall meet ASTM D 6163, Type II,
Grade G.
1.
Siplast Paradiene 30 FR
a.
Thickness: 130 mils avg.
Add Alternative Option
2.
Siplast Paradiene 30 CR FR
a.
2.5
Thickness 110 mils, avg.
FLASHING PLY
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-5
A.
High performance, foil clad, modified bitumen finish ply designed for use in multi-layer
modified bitumen roof systems consisting of a fiberglass scrim/fiberglass mat composite
impregnated and coated with high quality styrene-butadiene-styrene (SBS) modified
bitumen and surfaced with a protective aluminum foil facing. Meets or exceeds the
requirements of ASTM D 6298.
1.
Siplast Veral Aluminum
a.
2.6
INSULATION
A.
Foam rigid board insulation: A closed cell, rigid polyisocyanurate foam core material,
integrally laminated between glass fiber facers, in full compliance with ASTM C 1289,
Type II, Class 1, Grade 2. Panels shall have a nominal thickness of 1.5 inches.
Acceptable types are as follows.
1.
B.
2.9
Siplast Paratherm.
SHEET METAL AND FLASHINGS
A.
2.8
Siplast Paratherm.
Polyisocyanurate Crickets: Tapered panels and standard fill panels composed of a closed
cell, rigid polyisocyanurate foam core material, integrally laminated between glass fiber
facers, in full compliance with ASTM C 1289, Type II, Class 1, Grade 2. The tapered
system shall provide for a roof slope of 1/4 inch per foot. Acceptable types are as follows.
1.
2.7
Thickness: 150 mils avg., 146 mils min.
See Section 07620.
FASTENERS AND ACCESSORIES
A.
Wood Nailers and Curbs: #2 pressure treated dimensional lumber.
B.
Fasteners designed for attaching base sheet to lightweight insulating concrete deck.
ADHESIVES, COATINGS AND PRIMERS
A.
Insulation Adhesive: A single component, moisture cured, polyurethane foam adhesive,
dispensed from a portable, pre-pressurized container used to adhere insulation panels to
the substrate as well to other insulation panels.
1.
B.
Membrane Cold Adhesive: An asphalt, solvent blend conforming to ASTM D 4479, Type II
requirements for use with modified bitumen membranes, intermediate ply sheets, and
other cold process roofing system components as specified by membrane manufacturer.
1.
C.
Siplast Para-Stik Insulation Adhesive.
Siplast PA-311 M Adhesive.
Flashing Adhesive: A slump resistant, asphalt cutback flashing adhesive, reinforced with
non-asbestos fibers, conforming to ASTM D 4586 Type II requirements.
1.
Siplast PA-828 Flashing Cement.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-6
B.
Mopping Asphalt: Type IV asphalt certified for full compliance with the requirements
listed in Table I, ASTM D 312. Each container or bulk shipping ticket shall indicate the
equiviscous temperature, EVT, the finished blowing temperature, FBT, and the flash
point, FP. Mopping asphalt shall be approved in writing by the roof membrane
manufacturer.
C.
Primer: A high flash, quick drying, asphalt solvent blend which meets or exceeds ASTM
D 41 requirements.
1.
D.
Mastics: An asphalt cutback mastic, reinforced with non-asbestos fibers, used as a base
for setting metal flanges conforming to ASTM D 4586 Type II requirements.
1.
E.
Siplast PA-1125 Asphalt Primer.
Siplast PA-1021 Plastic Cement.
Sealant:
A moisture-curing, non-slump elastomeric sealant designed for roofing
applications. The sealant shall be approved by the roof membrane manufacturer for use
in conjunction with the roof membrane materials. Acceptable types are as follows:
1.
Siplast PS-304 Elastomeric Sealant
F.
Ceramic Granules: No. 11 grade specification ceramic granules of color scheme
matching the granule surfacing of the finish ply.
G.
Perlite Cant Strips: A cant strip composed of expanded volcanic minerals combined with
waterproofing binders. The top surface shall be pre-treated with an asphalt based
coating. The face of the cant shall have a nominal 4 inch dimension.
H.
One Way Vents: Install at every 900 square feet at new roofing membrane.
1.
I.
Marathon One-Way Vent Spun Aluminum.
Fasteners
1.
Flashing Reinforcing Sheet Fasteners for Wood/Plywood Substrates to Receive
Flashing Coverage: Fasteners shall be approved by the manufacturer of the
primary roofing products. Acceptable fasteners for specific substrate types are
listed below.
a)
J.
Walktread: A prefabricated, puncture resistant polyester core reinforced, polymer
modified bitumen sheet material topped with a ceramic-coated granule wearing surface.
1.
K.
Wood/Plywood Substrates: A 12 gauge, spiral or annular threaded
shank, zinc coated steel roofing fastener having a minimum 1 inch head.
Siplast Paratread Roof Protection Material.
Catalyzed Acrylic Resin Flashing System: A specialty flashing system consisting of a
liquid-applied, fully reinforced, multi-component acrylic membrane installed over a
prepared or primed substrate. The flashing system consists of a catalyzed acrylic resin
primer, basecoat and topcoat, combined with a non-woven polyester fleece. The resin
and catalyst are pre-mixed immediately prior to installation. The use of the specialty
flashing system shall be specifically approved in advance by the membrane manufacturer
for each application.
1.
Siplast Parapro 123 Flashing System.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-7
PART 3 - EXECUTION
3.1
3.2
EXAMINATION
A.
Do not begin installation until substrates have been properly prepared.
B.
If substrate preparation is the responsibility of another installer, notify Architect of
unsatisfactory preparation before proceeding.
PREPARATION
A.
Clean surfaces thoroughly prior to installation. Sweep or vacuum all surfaces, removing
all loose aggregate and foreign substances prior to commencement of roofing
B.
Prepare surfaces using the methods recommended by the manufacturer for achieving the
best result for the substrate under the project conditions.
C.
Lightweight Insulating Concrete Decks:
1.
2.
3.
3.3
Ensure substrate is solid and appropriate for base sheet attachment.
Patch ponding, saturated, delaminated or spalled lightweight insulated concrete.
Allow the roof deck patches to properly fully cure prior to application of the
roofing system.
MEMBRANE INSTALLATION, GENERAL
A.
Roofing Application: Apply all layers of roofing free of wrinkles, creases or fishmouths.
Exert sufficient pressure on the roll during application to ensure prevention of air pockets.
B.
Apply all layers of roofing perpendicular to the slope of the deck.
C.
Fully bond the base ply to the prepared substrate, utilizing minimum 3 inch side and end
laps. Apply each sheet directly behind the torch/cold adhesive applicator. Cut a dog ear
angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top
pressure to top seal T-laps immediately following sheet application. Stagger end laps a
minimum of 3 feet.
D.
Fully bond the finish ply to the base ply, utilizing minimum 3 inch side and end laps.
Apply each sheet directly behind the torch/cold adhesive applicator. Stagger end laps of
the finish ply a minimum 3 feet. Cut a dog ear angle at the end laps on overlapping
selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately
following sheet application. Stagger side laps of the finish ply a minimum 12 inches from
side laps in the underlying base ply. Stagger end laps of the finish ply a minimum 3 feet
from end laps in the underlying base ply.
E.
Heat weld all side and end laps of the modified bitumen plies during each day’s
application.
F.
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.
G.
Alternative Option, Torching Application: Prior to application of the finish ply, ensure that
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-8
the base ply seams are firmly sealed without wrinkles and/or fishmouths. Fully torch the
finish ply, to the base ply, utilizing minimum 3 inch side and end laps. Apply each sheet
directly behind the torch applicator. Stagger end laps of the finish ply a minimum 3 feet.
Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel,
apply top pressure to top seal T-laps immediately following sheet application. Stagger
side laps of the finish ply a minimum 12 inches from side laps in the underlying base ply.
Stagger end laps of the finish ply a minimum 3 feet from end laps in the underlying base
ply.
H.
3.6
Walktread: Cut the walktread into maximum 5 foot lengths and allow to relax until flat.
Adhere the sheet using the specified plastic cement. Apply the specified cement in a 3/8
inch thickness to the back of the product in 5 inch by 5 inch spots in accordance with the
pattern as supplied by the walktread manufacturer. Walk-in each sheet after application
to ensure proper adhesion. Use a minimum spacing of 2 inches between sheets to allow
for proper drainage.
MEMBRANE BASE FLASHING
A.
Maximum flashing length is 3 feet when the membrane flashings are between 8 inches
and 14 inches high.
B.
Priming: Prime all metal surfaces with asphalt primer and allow them to dry prior to
application of the flashing membrane.
C.
Sequence of Base Flashing Membrane:
D.
After the base ply has been applied to the top of the cant, fully adhere the reinforcing
sheet, utilizing minimum 3 inch side laps and extend a minimum of 3 inches onto the
base ply surface and 3 inches up the parapet wall above the cant. After the final roofing
ply has been applied to the top of the cant, prepare the surface area that is to receive
flashing coverage by torch heating granular surfaces or by application of asphalt primer;
allowing primer to dry thoroughly. Torch apply the metal foil-faced flashing into place
using three foot widths (cut off the end of roll) always lapping the factory selvage edge.
Stagger the laps of the metal foil flashing layer from lap seams in the reinforcing layer.
Extend the flashing sheet a minimum of 4 inches beyond the toe of the cant onto the
prepared surface of the finished roof and up the wall to the desired flashing height. Exert
pressure on the flashing sheet during application to ensure complete contact with the
wall/roof surfaces, preventing air pockets; this can be accomplished by using a damp
sponge or shop rag. Check and seal all loose laps and edges. Nail the top edge of the
flashing on 9 inch centers. (See manufacturer's schematic for visual interpretation).Install
the first base flashing ply after completing the field base ply.
E.
Stripping Plies:
1.
2.
3.
4.
F.
At metal flanges, install a stripping ply over the field base ply, extending a
minimum of four (4) inches (102mm) beyond the flange of the metal.
Set the metal flange over the stripping ply in a bed of asphalt flashing cement
and mechanically anchor.
Apply top ply over the primed metal flange.
Where the edge of stripping plies meets the metal detail (i.e., outside edge of
perimeter metal or against vent pipes), apply a bead of asphalt flashing cement
to provide a continuous seal and fill in any gaps that may allow standing water at
this point.
Seal the top edges of all base flashings with asphalt flashing cement and reinforcing
fabric to provide protection until metal counter flashing is installed.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-9
G.
Curb and Corner Flashings:
1.
2.
3.
H.
Mechanically fasten the top of all vertical base flashing membranes. Install fasteners
appropriate to the substrate 8 inches (203mm) on center.
I.
Metal Counter Flashing: All vertical base flashings must be covered by metal counter
flashing to form a continuous water shedding surface over the top of membrane flashing.
Extend metal counter flashing a minimum of 3 inches (76mm) over the top of the
membrane flashing.
J.
Metal Face Securement: Install Hook strips (cleats) on all metal extending over roof
edges (coping metal, gravel stop/eave strip, perimeter curb metal, etc.) in accordance
with recommendations in the NRCA Roofing and Waterproofing Manual. Appropriate
provision must be made in accessory metal to allow for expansion and contraction of the
metal sections without interrupting the integrity of the waterproofing assembly.
K.
Pitch Pockets:
1.
2.
3.
4.
5.
6.
7.
8.
3.7
Fabricate and install new pitch pockets from galvanized steel in accordance with
NRCA recommendations.
Fill the pocket halfway to the top with non-shrink grout and the remainder with
pourable sealer.
Slope fill away from the penetration to the edge of the pocket.
Install metal rain collars with drawbands that cover and overlap the entire pocket
and caulk the top of the drawband with sealant.
Strip in the metal flanges of the pitch pocket per the sequence described above
for stripping plies.
Catalyzed Acrylic Resin Flashing System: Install the liquid-applied primer and
flashing system in accordance with the membrane system manufacturer’s printed
installer’s guidelines and other applicable written recommendations as provided
by the manufacturer.
Water Cut-Off: At end of day's work, or when precipitation is imminent, construct
a water cut-off at all open edges. Cut-offs can be built using asphalt or plastic
cement and roofing felts, constructed to withstand protracted periods of service.
Cut-offs must be completely removed prior to the resumption of roofing.
Sealant: Apply a smooth continuous bead of the sealant at the exposed finish
ply edge transition to metal flashings incorporated into the roof system.
INSPECTION AND QUALITY CONTROL
A.
3.8
All inside and outside corners require a boot to provide weather protection at the
lap joint. Boot must be a minimum 2 inch (51mm) radius beyond all intersecting
surfaces, and have a minimum of 1/4 inch (6mm) follow of modified bitumen
beyond all edges.
Install boots at the inside and outside corners (underneath) prior to installing the
flashing membrane.
In lieu of membrane boots, the corners may be reinforced with a five-course
treatment, consisting of alternating layers of flashing and glass fabric mesh.
The primary manufacturer will provide a qualified, trained auditor to perform a final
inspection to insure the roof system has been installed properly and according to the
manufacturer's recommendations and guaranty requirements. Upon completion of the
inspection, copies of the inspection report will be provided to the Owner and Contractor.
Any corrective action deemed necessary to comply with the manufacturer's specifications
must be completed by the contractor prior to final close-out.
PROTECTION AND FINAL CLEANING
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-10
A.
Protect new roof system during remainder of construction period. Plan work so traffic
over new roof system is kept to a minimum. Where traffic must continue over new roof
system, provide protection for the finished roof.
B.
Provide protection for masonry and other building surfaces against damage of staining
from roofing operations. Any surfaces damaged or stained as a result of roofing
operations shall be cleaned, repaired or replaced as necessary by the roofing contractor.
C.
Job site shall be maintained in a clean, orderly fashion, and free of debris.
materials and equipment so operations of building are not interrupted.
D.
Loose Chip Removal: Broom the surface of the finish ply in both machine and crossmachine direction using a stiff nylon bristle broom. Remove excess chips from the roof
area
Store
END OF SECTION
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00 MODIFIED BITUMINOUS MEMBRANE ROOFING
07 55 00-11
SECTION 076200
SHEET METAL FLASHING AND TRIM
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUMMARY
A.
This Section includes the following sheet metal flashing and trim:
1.
2.
3.
B.
Related Sections include the following:
1.
2.
3.
1.3
Formed roof drainage system.
Formed low-slope roof flashing and trim.
Formed wall flashing and trim.
Division 6 Section "Rough Carpentry".
Division 7 Section “Modified Bituminous Membrane Roofing”.
Division 7 Section "Joint Sealants".
PERFORMANCE REQUIREMENTS
A.
General: Install sheet metal flashing and trim to withstand wind loads, structural
movement, thermally induced movement, and exposure to weather without failing,
rattling, leaking, and fastener disengagement.
1.
FM Rating: Provide fastener type and spacing for sheet metal flashings and trim
which will achieve the following rating as listed in the current FM Approval Guide:
Factory Mutual Loss Prevention Data Sheet 1-49.
B.
Fabricate and install roof edge flashing and coping flashing capable of resisting the
following forces according to wind uplift pressures as specified in General Notes in
project drawings.
C.
Thermal Movements: Provide sheet metal flashing and trim that allow for thermal
movements resulting from the following maximum change (range) in ambient and surface
temperatures by preventing buckling, opening of joints, hole elongation, overstressing of
components, failure of joint sealants, failure of connections, and other detrimental effects.
Provide clips that resist rotation and avoid shear stress as a result of sheet metal and trim
thermal movements. Base engineering calculation on surface temperatures of materials
due to both solar heat gain and nighttime-sky heat loss.
1.
D.
Temperature Change (Range): 120 deg F (67 deg C), ambient; 180 deg F (100
deg C), material surfaces.
Water Infiltration: Provide sheet metal flashing and trim that do not allow water infiltration
to building interior.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-1
1.4
SUBMITTALS
A.
Product Data: For each type of product indicated. Include construction details, material
descriptions, dimensions of individual components and profiles, and finishes.
B.
Shop Drawings: Show layouts of sheet metal flashing and trim, including plans and
elevations. Distinguish between shop- and field-assembled work. Include the following:
1.
2.
3.
4.
C.
Samples for Initial Selection: For each type of sheet metal flashing and trim indicated
with factory-applied color finishes.
1.
D.
Include similar Samples of trim and accessories involving color selection.
Samples for Verification: For each type of exposed finish required, prepared on Samples
of size indicated below:
1.
2.
3.
1.5
Identify material, thickness, weight, and finish for each item and location in
Project.
Details for forming sheet metal flashing and trim, including profiles, shapes,
seams, and dimensions.
Details for fastening, joining, supporting, and anchoring sheet metal flashing and
trim, including fasteners, clips, cleats, and attachments to adjoining work.
Details of expansion-joint covers, including showing direction of expansion and
contraction.
Sheet Metal Flashing: 12 inches (300 mm) long. Include fasteners, cleats, clips,
closures, and other attachments.
Trim: 12 inches (300 mm) long. Include fasteners and other exposed
accessories.
Accessories: Full-size Sample.
QUALITY ASSURANCE
A.
Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet
Metal Manual." Conform to dimensions and profiles shown unless more stringent
requirements are indicated.
B.
Mockups: Build mockups to demonstrate aesthetic effects and set quality standards for
fabrication and installation.
1.
2.
3.
C.
Approval of mockups is for other material and construction qualities specifically
approved by Architect in writing.
Approval of mockups does not constitute approval of deviations from the
Contract Documents contained in mockups unless such deviations are
specifically approved by Architect in writing.
Approved mockups may become part of the completed Work if undisturbed at
time of Substantial Completion.
Preinstallation Conference:
Conduct conference at Project site to comply with
requirements in Division 1 Section "Project Management and Coordination."
1.
Meet with Owner, Architect, Owner's insurer if applicable, Installer, and installers
whose work interfaces with or affects sheet metal flashing and trim including
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-2
2.
3.
4.
1.6
1.7
installers of roofing materials, roof accessories, unit skylights, and roof-mounted
equipment.
Review methods and procedures related to sheet metal flashing and trim.
Examine substrate conditions for compliance with requirements, including
flatness and attachment to structural members.
Document proceedings, including corrective measures and actions required, and
furnish copy of record to each participant.
DELIVERY, STORAGE, AND HANDLING
A.
Deliver sheet metal flashing materials and fabrications undamaged. Protect sheet metal
flashing and trim materials and fabrications during transportation and handling.
B.
Unload, store, and install sheet metal flashing materials and fabrications in a manner to
prevent bending, warping, twisting, and surface damage.
C.
Stack materials on platforms or pallets, covered with suitable weathertight and ventilated
covering. Do not store sheet metal flashing and trim materials in contact with other
materials that might cause staining, denting, or other surface damage.
COORDINATION
A.
Coordinate installation of sheet metal flashing and trim with interfacing and adjoining
construction to provide a leakproof, secure, and noncorrosive installation.
PART 2 - PRODUCTS
2.1
SHEET METALS
A.
Stainless-Steel Sheet: ASTM A 240/A 240M, Type 316.
1.
B.
Finish: No. 2D (dull finish).
Prefinished Steel Sheet: Manufacture coping caps, parapet flashing, and other visible
flashing as directed from pre-painted metallic-coated steel sheet metal flashing. Sheet
metal shall receive Manufacturer’s standard high-performance 2-coat fluoropolymer
system.
1.
Available Products:
a.
Una-Clad, manufacturer by Firestone Metal Products.
1) Color: Owner shall make final color approval.
2.2
MISCELLANEOUS MATERIALS
A.
General: Provide materials and types of fasteners, solder, welding rods, protective
coatings, separators, sealants, and other miscellaneous items as required for complete
sheet metal flashing and trim installation.
B.
Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets
and bolts, and other suitable fasteners designed to withstand design loads.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-3
1.
2.
3.
4.
2.3
C.
Sealing Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealing
tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic,
nonstaining tape.
D.
Elastomeric Sealant: ASTM C 920, elastomeric polyurethane or silicone polymer
sealant; of type, grade, class, and use classifications required to seal joints in sheet metal
flashing and trim and remain watertight.
FABRICATION, GENERAL
A.
General:
Custom fabricate sheet metal flashing and trim to comply with
recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design,
dimensions, metal, and other characteristics of item indicated. Shop fabricate items
where practicable. Obtain field measurements for accurate fit before shop fabrication.
B.
Fabricate sheet metal flashing and trim in thickness or weight needed to comply with
performance requirements, but not less than that specified for each application and
metal.
C.
Fabricate sheet metal flashing and trim without excessive oil canning, buckling, and tool
marks and true to line and levels indicated, with exposed edges folded back to form
hems.
1.
Seams for Other Than Aluminum: Fabricate nonmoving seams in accessories
with flat-lock seams. Tin edges to be seamed, form seams, and solder.
D.
Sealed Joints: Form nonexpansion but movable joints in metal to accommodate
elastomeric sealant to comply with SMACNA recommendations.
E.
Expansion Provisions: Where lapped or bayonet-type expansion provisions in the Work
cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1
inch (25 mm) deep, filled with elastomeric sealant concealed within joints.
F.
Conceal fasteners and expansion provisions where possible on exposed-to-view sheet
metal flashing and trim, unless otherwise indicated.
G.
Fabricate cleats and attachment devices from same material as accessory being
anchored or from compatible, noncorrosive metal.
1.
2.4
Exposed Fasteners: Heads matching color of sheet metal by means of plastic
caps or factory-applied coating.
Fasteners for Flashing and Trim: Blind fasteners or self-drilling screws,
gasketed, with hex washer head.
Blind Fasteners: High-strength aluminum or stainless-steel rivets.
Spikes and Ferrules: Same material as gutter; with spike with ferrule matching
internal gutter width.
Thickness:
As recommended by SMACNA's "Architectural Sheet Metal
Manual" and FMG Loss Prevention Data Sheet 1-49 for application but not less
than thickness of metal being secured. Cleats shall be 1 gage heavier than
thickness being secured.
LOW-SLOPE ROOF SHEET METAL FABRICATIONS
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-4
A.
Copings: Fabricate in minimum 96-inch- (2400-mm-) long, but not exceeding 10-foot- (3m) long, sections. Furnish with continuous cleats to support edge of external leg and drill
elongated holes for fasteners on interior leg. Miter corners, seal, and solder or weld
watertight.
1.
2.
Joint Style: 12-inch cap plate with 6-inch backup plate set in sealant.
Fabricate copings from the following material:
a.
2.5
Prefinished Steel Sheet.
B.
Base Flashing: Fabricate from Stainless Steel.
C.
Counterflashing: Fabricate from Stainless Steel.
FINISHES
A.
Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for
recommendations for applying and designating finishes.
B.
Protect mechanical and painted finishes on exposed surfaces from damage by applying a
strippable, temporary protective covering before shipping.
C.
Appearance of Finished Work: Variations in appearance of abutting or adjacent pieces
are acceptable if they are within one-half of the range of approved Samples. Noticeable
variations in the same piece are not acceptable. Variations in appearance of other
components are acceptable if they are within the range of approved Samples and are
assembled or installed to minimize contrast.
PART 3 - EXECUTION
3.1
EXAMINATION
A.
Examine substrates, areas, and conditions, with Installer present, to verify actual
locations, dimensions and other conditions affecting performance of work.
1.
2.
3.2
Verify that substrate is sound, dry, smooth, clean, sloped for drainage, and
securely anchored.
Proceed with installation only after unsatisfactory conditions have been
corrected.
INSTALLATION, GENERAL
A.
General: Anchor sheet metal flashing and trim and other components of the Work
securely in place, with provisions for thermal and structural movement. Use fasteners,
solder, welding rods, protective coatings, separators, sealants, and other miscellaneous
items as required to complete sheet metal flashing and trim system.
1.
B.
Torch cutting of sheet metal flashing and trim is not permitted.
Metal Protection: Where dissimilar metals will contact each other or corrosive substrates,
protect against galvanic action by painting contact surfaces with bituminous coating or by
other permanent separation as recommended by fabricator or manufacturers of dissimilar
metals.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-5
1.
2.
3.
Coat side of stainless-steel metal flashing and trim with bituminous coating where
flashing and trim will contact wood, ferrous metal, or cementitious construction.
Underlayment: Where installing metal flashing directly on cementitious or wood
substrates, install a course of membrane underlayment and cover with a slip
sheet or install a course of polyethylene underlayment.
Bed flanges in thick coat of asphalt roofing cement where required for waterproof
performance.
C.
Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and
tool marks.
D.
Install sheet metal flashing and trim true to line and levels indicated. Provide uniform,
neat seams with minimum exposure of solder, welds, and elastomeric sealant.
E.
Install sheet metal flashing and trim to fit substrates and to result in watertight
performance. Verify shapes and dimensions of surfaces to be covered before fabricating
sheet metal.
1.
Install continuous cleats. Fasten at 6 inches (150 mm) on center with screw or
ring shanks.
F.
Expansion Provisions: Provide for thermal expansion of exposed flashing and trim.
Space movement joints at a maximum of 10 feet (3 m) with no joints allowed within 24
inches (600 mm) of corner or intersection. Where lapped or bayonet-type expansion
provisions cannot be used or would not be sufficiently watertight, form expansion joints of
intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with elastomeric
sealant concealed within joints.
G.
Fasteners: Use fasteners of sizes that will penetrate substrate not less than 1-1/4 inches
(32 mm) for nails and not less than 3/4 inch (19 mm) for wood screws.
a.
b.
H.
Seal joints with elastomeric sealant as required for watertight construction.
1.
2.
I.
Prefinished Steel Sheet: Use stainless-steel fasteners.
Stainless Steel: Use stainless-steel fasteners.
Where sealant-filled joints are used, embed hooked flanges of joint members not
less than 1 inch (25 mm) into sealant. Form joints to completely conceal sealant.
When ambient temperature at time of installation is moderate, between 40 and
70 deg F (4 and 21 deg C), set joint members for 50 percent movement either
way.
Adjust setting proportionately for installation at higher ambient
temperatures. Do not install sealant-type joints at temperatures below 40 deg F
(4 deg C).
Prepare joints and apply sealants to comply with requirements in Division 7
Section "Joint Sealants."
Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pretin
edges of sheets to be soldered to a width of 1-1/2 inches (38 mm) except where
pretinned surface would show in finished Work.
1.
2.
Do not solder prefinished steel and aluminum sheet.
Stainless-Steel Soldering: Pretin edges of uncoated sheets to be soldered using
solder recommended for stainless steel and phosphoric acid flux. Promptly wash
off acid flux residue from metal after soldering.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-6
3.
3.3
ROOF FLASHING INSTALLATION
A.
General: Install sheet metal roof flashing and trim to comply with performance
requirements, sheet metal manufacturer's written installation instructions, and SMACNA's
"Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set
units true to line, and level as indicated. Install work with laps, joints, and seams that will
be permanently watertight.
B.
Copings: Anchor to resist uplift and outward forces according to recommendations in
FMG Loss Prevention Data Sheet 1-49 for specified wind zone and as indicated.
1.
2.
C.
Secure in a waterproof manner by means of anchor and washer at 36-inch (900mm) centers.
WALL FLASHING INSTALLATION
A.
3.5
Interlock exterior bottom edge of coping with continuous cleats anchored to
substrate at 12-inch (50-mm) centers.
Anchor interior leg of coping with screw fasteners and washers at 12-inch (600mm) centers.
Counterflashing: Coordinate installation of counterflashing with installation of base
flashing. Insert counterflashing in receivers and fit tightly to base flashing. Extend
counterflashing 4 inches (100 mm) over base flashing. Lap counterflashing joints a
minimum of 4 inches (100 mm) and bed with elastomeric sealant.
1.
3.4
Do not use open-flame torches for soldering. Heat surfaces to receive solder
and flow solder into joints. Fill joints completely. Completely remove flux and
spatter from exposed surfaces.
General: Install sheet metal wall flashing to intercept and exclude penetrating moisture
according to SMACNA recommendations and as indicated. Coordinate installation of wall
flashing with installation of wall-opening components such as windows, doors, and louvers.
CLEANING AND PROTECTION
A.
Clean exposed metal surfaces of substances that interfere with uniform oxidation and
weathering.
B.
Clean and neutralize flux materials. Clean off excess solder and sealants.
C.
Remove temporary protective coverings and strippable films as sheet metal flashing and
trim are installed. On completion of installation, clean finished surfaces, including
removing unused fasteners, metal filings, pop rivet stems, and pieces of flashing.
Maintain in a clean condition during construction.
D.
Replace sheet metal flashing and trim that have been damaged or that have deteriorated
beyond successful repair by finish touchup or similar minor repair procedures.
END OF SECTION 076200
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
SHEET METAL FLASHING AND TRIM
07 62 01-7
SECTION 07 90 00
JOINT SEALANTS
PART 1 - GENERAL
1.1
RELATED DOCUMENTS
A.
1.2
1.3
1.4
1.5
Drawings and general provisions of Contract, including General and Supplementary
Conditions and Division 1 Specification Sections, apply to this Section.
SUBMITTALS
A.
Product Data: Submit manufacturer's technical data for each joint sealant product
required, including instructions for joint preparation and joint sealant application.
B.
Certificates: Submit certificates from manufacturers of joint sealants attesting that their
products comply with Specification requirements and are suitable for the use indicated.
QUALITY ASSURANCE
A.
Single Source Responsibility for Joint Sealant Materials: Obtain joint sealant materials
from a single manufacturer for each different product required. Provide one year
warranty on installation and materials.
B.
Review and approve joint details before construction.
DELIVERY, STORAGE, AND HANDLING
A.
Deliver materials to Project Site in original unopened containers, or bundles with labels
informing about manufacturer, product name and designation, color, expiration period for
use, pot life, curing time and mixing instructions for multicomponent materials.
B.
Store and handle materials to prevent their deterioration or damage due to moisture,
temperature changes, contaminants, or other causes.
PROJECT CONDITIONS
A.
Environmental Conditions: Do not proceed with installation of joint sealants under the
following conditions:
1.
2.
3.
When ambient and substrate temperature conditions are outside the limits
permitted by joint sealant manufacturers.
When joint substrates are wet due to rain, frost, condensation or other causes.
Joint Width Conditions: Do not proceed with installation of joint sealants when
joint widths are less than allowed by sealant manufacturer for application
indicated.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
JOINT SEALANTS
07 90 00-1
PART 2 - PRODUCTS
2.1
MATERIALS, GENERAL
A.
2.2
Compatibility: Provide joint sealants, joint fillers and other related materials that are
compatible with one another and with joint substrates under conditions of service and
application, as demonstrated by testing and field experience.
SEALANT FOR HORIZONTAL (NON-COVE) JOINTS:
A.
Products: Acceptable joint sealants:
1.
2.
3.
2.3
B.
Compounds used for sealants shall not stain concrete or masonry. Aluminum pigmented
compounds not acceptable..
C.
The color of sealants shall match adjacent surfaces.
SEALANT FOR VERTICAL JOINTS AND COVE JOINTS:
A.
Products: Acceptable joint sealants:
1.
2.
3.
2.4
“Sonolastic NP-1” by BASF.
"Sonolastic NP-2" by BASF.
“Sikaflex-2c NS” by Sika Corp.
“Sonolastic NP-1” by BASF.
“Sikaflex-2c NS” by Sika Corp.
"Sonolastic NP-2" by BASF.
B.
Compound used for sealants shall not stain concrete or masonry. Aluminum pigmented
compounds not acceptable.
C.
The color of sealants shall match adjacent surfaces.
JOINT SEALANT BACKING
A.
General: Provide sealant backings of material and type which are non-staining; are
compatible with joint substrates, sealants, primers and other joint fillers; and are
approved for applications indicated by sealant manufacturer based on field experience
and laboratory testing.
B.
Plastic Foam Joint-Fillers: Preformed, compressible, resilient, non-waxing, non-extruding
strips of plastic foam of material indicated below, and of size, shape and density to
control sealant depth and otherwise contribute to producing optimum sealant
performance.
C.
Flexible, non-gassing, closed-cell polyethylene foam, unless otherwise indicated, subject
to approval of sealant manufacturer.
D.
Bond-Breaker Tape: Polyethylene tape or other plastic tape as recommended by sealant
manufacturer for preventing bond between sealant and joint filler or other materials at
back (3rd) surface of joint. Provide self-adhesive taper where applicable.
E.
Acceptable Backer rods:
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
JOINT SEALANTS
07 90 00-2
1.
2.
2.5
“Sof Rod,” Momaco Inc.
“ITP Soft Type Backer Rod,” Industrial Thermo Polymers Limted
MISCELLANEOUS MATERIALS
A.
Primer: Provide type recommended by joint sealant manufacturer where required for
adhesion of sealant to joint substrates indicated, as determined from preconstruction joint
sealant-substrate and field tests.
B.
Cleaners for Nonporous Surfaces: Provide non-staining, chemical cleaner of type
acceptable to manufacturer of sealant and sealant backing materials which are not
harmful to substrates and adjacent nonporous materials.
C.
Masking Tape: Provide non-staining, non-absorbent type compatible with joint sealants
and to surfaces adjacent to joints.
D.
Sealing Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealing
tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic,
nonstaining tape.
PART 3 - EXECUTION
3.1
INSPECTION
A.
3.2
Require installer to inspect joints indicated to receive joint sealants for compliance with
requirements for joint configuration, installation tolerances and other conditions affecting
joint sealant performance.
Obtain installer's written report listing any condition
detrimental to performance of joint sealant work. Do not allow joint sealant work to
proceed until unsatisfactory conditions have been corrected.
PREPARATION
A.
Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to
comply with recommendations of joint sealant manufacturers and the following
requirements:
1.
2.
3.
B.
Remove all foreign material from joint substrates which could interfere with
adhesion of joint sealant, including dust; paint, except for permanent, protective
coatings tested and approved for sealant adhesion and compatibility by sealant
manufacturer; oil; grease; waterproofing; water repellants; water; surface dirt and
frost.
Clean concrete, substrate surfaces, by brushing, grinding, mechanical abrading,
or a combination of these methods to produce a clean, sound substrate capable
of developing optimum bond with joint sealants. Remove loose particles
remaining from above cleaning operations by vacuuming or blowing out joints
with oil-free compressed air.
Remove laitance from concrete.
Joint Priming: Prime joint substrates where indicated or where recommended by joint
sealant manufacturer based on preconstruction joint sealant-substrate tests or prior
experience. Apply primers to areas of joint sealant bond. Do not allow spillage or
migration onto adjoining surfaces.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
JOINT SEALANTS
07 90 00-3
C.
3.3
Masking Tape: Use masking tape where required to prevent contact of sealant with
adjoining surfaces which otherwise would be permanently stained or damaged by such
contact or by cleaning methods required to remove sealant smears. Remove tape
immediately after tooling without disturbing joint seal.
INSTALLATION OF JOINT SEALERS
A.
General: Comply with joint sealant manufacturers' printed installation instructions
applicable to products and applications indicated, except where more stringent
requirements apply.
B.
Elastomeric Sealant Installation Standard:
Comply with recommendations of
ASTM C 962 for use of joint sealants as applicable to materials, applications, and
conditions indicated.
C.
Installation of Sealant Backings: Install sealant backings to comply with the following
requirements:
1.
2.
3.
4.
5.
3.4
Install joint fillers of type indicated to provide support of sealants during
application and at position required to produce the cross-sectional shapes and
depths of installed sealants relative to joint widths which allow optimum sealant
movement capability.
Do not leave gaps between ends of joint-fillers.
Do not stretch, twist, puncture or tear joint-fillers.
Remove absorbent joint-fillers which have become wet prior to sealant
application and replace with dry material.
Install bond breaker tape between sealants and joint-fillers, compression seals or
back of joint where required to prevent third-side adhesion of sealant to back of
joint.
D.
Installation of Sealants: Install sealants by proven techniques that result in sealants
directly contacting and fully wetting joint substrates, completely filling recesses provided
for each joint configuration and providing uniform, cross-sectional shapes and depths
relative to joint widths which allow optimum sealant movement capability.
E.
Tooling of Nonsag Sealants: Immediately after sealant application and prior to time
skinning or curing begins, tool sealants in concave joint configuration per ASTM C 962,
unless otherwise indicated to form smooth, uniform beads of configuration indicated, to
eliminate air pockets and to ensure contact and adhesion of sealant with sides of joint.
Remove excess sealants from surfaces adjacent to joint. Do not use tooling agents
which discolor sealants or adjacent surfaces or are not approved by sealant
manufacturer.
PROTECTION AND CLEANING
A.
Protect joint sealants during and after curing period from contact with contaminating
substances or from damage resulting from construction operations. If, despite such
protection, damage or deterioration occurs, cut out and remove damaged or deteriorated
joint sealants immediately and reseal joints with new materials to produce sealant
installations with repaired areas indistinguishable from original work.
B.
Clean off excess sealants or sealant smears adjacent to joints as work progresses by
methods and with cleaning materials approved by the manufacturer of the sealants and
of the products used in the joints.
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
JOINT SEALANTS
07 90 00-4
END OF SECTION 07 90 00
JCCC ROOFING REPLACEMENTS
OVERLAND PARK, KS
WALTER P MOORE PROJECT NO: D08.15001.00
JOINT SEALANTS
07 90 00-5