Loading...
Agenda 03/28/2017 Item #16E 303/28/2017 EXECUTIVE SUMMARY Recommendation to award Invitation to Bid #17-7087 “Re-Roof Collier County Museum Main Building” to Target Roofing & Sheet Metal, Inc. In the amount of $114,208 and authorize the Chair to execute the contract. _____________________________________________________________________________________ OBJECTIVE: To replace the deteriorated metal roof on the Collier County Museum Main Building. CONSIDERATIONS: The Facilities Management Division is responsible for the maintenance, repair, and replacement of all County building roofs and roof accessories. The Division contracts out major roofing repairs and replacements. The project scope includes removal and replacement of only the metal roof portions of the museum building. The roof is comprised of multiple roofing materials. However, the metal portions of the roof are failing due to material and fastener deterioration and have been repaired numerous times. The large metal roof sections have reached the end of their useful life and will be completely replaced with corrosion protected aluminum roofing and secured with appropriate concealed fasteners. On January 24, 2017, notices were sent to two hundred seventy nine (279) vendors. Thirty-two (32) bid packages were downloaded, and a total of two (2) qualified vendors submitted bids on the due date of February 24, 2017. Staff reviewed the two bids and is recommending award to Target Roofing & Sheet Metal Inc., the lowest responsive and responsible bidder. Contractor Bid 1 Target Roofing & Sheet Metal, Inc. $114,208.00 2 Crowther Roofing & Sheet Metal of FL, Inc. $116,025.00 FISCAL IMPACT: The total amount of the award is $114,208.00. Funding for this project is provided for within the Roofing Replacement Project number 52161 in the County Wide Capital Improvement Fund 301. The source of funding is a transfer from the General Fund 001. GROWTH MANAGEMENT IMPACT: There is no impact to the Collier County Growth Management Plan. LEGAL CONSIDERATIONS: This item is approved as to form and legality, and requires majority vote for Board approval. - SRT RECOMMENDATION: To award Invitation to Bid #17-7087 “Re-Roof Collier County Museum Main Building” to Target Roofing & Sheet Metal, Inc. In the amount of $114,208.00 and authorize the Chair to execute the contract. Prepared by: Robert Fuentes, Project Manager, Facilities Management Division ATTACHMENT(S) 1. [linked]17-7087 TargetRoofing_CAO (PDF) 2. 17-7087 Tab_Sheet 3 13 17 (PDF) 3. Museum NORA1 (PDF) 03/28/2017 COLLIER COUNTY Board of County Commissioners Item Number: 16.E.3 Doc ID: 2875 Item Summary: Recommendation to award Invitation to Bid #17-7087 “Re-Roof - Collier County Museum Main Building” to Target Roofing & Sheet Metal, Inc. in the amount of $114,208.00 and authorize the Chair to execute the contract. Meeting Date: 03/28/2017 Prepared by: Title: Project Manager, Principal – Facilities Management Name: Hank Jones 03/08/2017 4:35 PM Submitted by: Title: Division Director - Facilities Mgmt – Facilities Management Name: Dennis Linguidi 03/08/2017 4:35 PM Approved By: Review: Administrative Services Department Michael Cox Level 1 Division Reviewer Completed 03/08/2017 8:29 PM Procurement Services Lissett DeLaRosa Level 1 Purchasing Gatekeeper Completed 03/09/2017 8:19 AM Facilities Management Dennis Linguidi Additional Reviewer Completed 03/14/2017 11:06 AM Procurement Services Brenda Brilhart Additional Reviewer Completed 03/16/2017 7:46 AM Procurement Services Ted Coyman Additional Reviewer Completed 03/16/2017 5:45 PM Administrative Services Department Len Price Level 2 Division Administrator Review Completed 03/17/2017 12:24 PM County Attorney's Office Michael Cox Level 2 Attorney Review Skipped 03/17/2017 12:49 PM County Attorney's Office Scott Teach Additional Reviewer Completed 03/17/2017 1:37 PM County Attorney's Office Scott Teach Level 3 County Attorney's Office Review Completed 03/17/2017 1:39 PM Office of Management and Budget Valerie Fleming Level 3 OMB Gatekeeper Review Completed 03/17/2017 4:49 PM Office of Management and Budget Susan Usher Additional Reviewer Completed 03/20/2017 9:10 AM County Manager's Office Nick Casalanguida Level 4 County Manager Review Completed 03/20/2017 10:16 PM Board of County Commissioners MaryJo Brock Meeting Pending 03/28/2017 9:00 AM CONSTRUCTION AGREEMENT THE BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA, ("Owner") hereby contracts with Target Roofing & Sheet Metal, Inc ("Contractor") of 2043 West First Street, Fort Myers, FL 33901, a corporation, authorized to do business in the State of Florida, to perform all work ("Work") in connection with Re -Roof Collier County Museum Main Building, Bid No. 17-7087 ("Project"), as said Work is set forth in the Plans and Specifications prepared by Don Cahill Architect Builder and Amec Foster Wheeler Environment and Infrastructure, the Engineers and Architect of Record ("Design Professional') and other Contract Documents hereafter specified. Owner and Contractor, for the consideration herein set forth, agree as follows: A. The Contract Documents consist of this Agreement, the Exhibits described in Section 6 hereof, the Legal Advertisement, the Bidding Documents and any duly executed and issued addenda, Change Orders, Work Directive Changes, Field Orders and amendments relating thereto. All of the foregoing Contract Documents are incorporated by reference and made a part of this Agreement (all of said documents including the Agreement sometimes being referred to herein as the "Contract Documents" and sometimes as the "Agreement" and sometimes as the "Contract"). A copy of the Contract Documents shall be maintained by Contractor at the Project site at all times during the performance of the Work. B. Owner shall furnish to the Contractor one reproducible set of the Contract Documents and the appropriate number of sets of the Construction Documents, signed and sealed by the Design Professional, as are reasonably necessary for permitting. Section 2. Scope of Work. Contractor agrees to furnish and pay for all management, supervision, financing, labor, materials, tools, fuel, supplies, utilities, equipment and services of every kind and type necessary to diligently, timely, and fully perform and complete in a good and workmanlike manner the Work required by the Contract Documents. Section 3. Contract Amount. In consideration of the faithful performance by Contractor of the covenants in this Agreement to the full satisfaction and acceptance of Owner, Owner agrees to pay, or cause to be paid, to Contractor the following amount (herein "Contract Amount"), in accordance with the terms of this Agreement: One Hundred Fourteen Thousand Two Hundred Eight Dollars and Zero Cents (114,208.00). Section 4. Bonds. A. Contractor shall provide Performance and Payment Bonds, in the form prescribed in Exhibit A, in the amount of 100% of the Contract Amount, the costs of which are to be paid by Contractor. The Performance and Payment Bonds shall be underwritten by a surety authorized 2s Construction Services Agreement: Revised 1103016 to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall meet the requirements of the Department of the Treasury Fiscal Service, "Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsurance Companies" circular. This circular may be accessed via the web at www,fms.treas.g.ov/c570/c570.html#certified. Should the Contract Amount be less than $500,000, the requirements of Section 287.0935, F.S. shall govern the rating and classification of the surety. B. If the surety for any bond furnished by Contractor is declared bankrupt, becomes insolvent, its right to do business is terminated in the State of Florida, or it ceases to meet the requirements imposed by the Contract Documents, the Contractor shall, within five (5) calendar days thereafter, substitute at its cost and expense another bond and surety, both of which shall be subject to the Owner's approval. Section 5. Contract Time and Liquidated Damages. A. Time of Performance. Time is of the essence in the performance of the Work under this Agreement. The "Commencement Date" shall be established in the written Notice to Proceed to be issued by the Project Manager, as hereinafter defined. Contractor shall commence the Work within five (5) calendar days from the Commencement Date. No Work shall be performed at the Project site prior to the Commencement Date. Any Work performed by Contractor prior to the Commencement Date shall be at the sole risk of Contractor. Contractor shall achieve Substantial Completion within Seventy Five (75) calendar days from the Commencement Date (herein "Contract Time"). The date of Substantial Completion of the Work (or designated portions thereof) is the date certified by the Design Professional when construction is sufficiently complete, in accordance with the Contract Documents, so Owner can occupy or utilize the Work (or designated portions thereof) for the use for which it is intended. Contractor shall achieve Final Completion within Fifteen (15) calendar days after the date of Substantial Completion. Final Completion shall occur when the Agreement is completed in its entirety, is accepted by the Owner as complete and is so stated by the Owner as completed. As used herein and throughout the Contract Documents, the phrase "Project Manager' refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. B. Liquidated Damages in General. Owner and Contractor recognize that, since time is of the essence for this Agreement, Owner will suffer financial loss if Contractor fails to achieve Substantial Completion within the time specified above, as said time may be adjusted as provided for herein. In such event, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. Should Contractor fail to achieve Substantial Completion within the number of calendar days established herein, Owner shall be entitled to assess, as liquidated damages, but not as a penalty, One Hundred Fifty Dollars ($150.00) for each calendar day thereafter until Substantial Completion is achieved. Further, in the event Substantial Completion is reached, but the Contractor fails to reach Final Completion within the required time period, Owner shall also be entitled to assess and Contractor shall be liable for all actual damages incurred by Owner as a result of Contractor failing to timely achieve Final Completion. The Project shall be deemed to be substantially completed on the date the Project Manager (or at his/her direction, the Design Professional) issues a Certificate of Substantial Completion pursuant to the terms hereof. Contractor hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree 29 Construction Services Agreement: Revised 1103016 represents a fair and reasonable estimate of the Owner's actual damages at the time of contracting if Contractor fails to Substantially or Finally Complete the Work within the required time periods. C. Computation of Time Periods. When any period of time is referenced by days herein, it shall be computed to exclude the first day and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day shall be omitted from the computation, and the last day shall become the next succeeding day which is not a Saturday, Sunday or legal holiday. D. Determination of Number of Days of Default. For all contracts, regardless of whether the Contract Time is stipulated in calendar days or working days, the Owner will count default days in calendar days. E. Right of Collection. The Owner has the right to apply any amounts due Contractor under this Agreement or any other agreement between Owner and Contractor, as payment on such liquidated damages due under this Agreement in Owner's sole discretion. Notwithstanding anything herein to the contrary, Owner retains its right to liquidated damages due under this Agreement even if Contractor, at Owner's election and in its sole discretion, is allowed to continue and to finish the Work, or any part of it, after the expiration of the Contract Time including granted time extensions. F. Completion of Work by Owner. In the event Contractor defaults on any of its obligations under the Agreement and Owner elects to complete the Work, in whole or in part, through another contractor or its own forces, the Contractor and its surety shall continue to be liable for the liquidated damages under the Agreement until Owner achieves Substantial and Final Completion of the Work. Owner will not charge liquidated damages for any delay in achieving Substantial or Final Completion as a result of any unreasonable action or delay on the part of the Owner. G. Final Acceptance by Owner. The Owner shall consider the Agreement complete when the Contractor has completed in its entirety all of the Work and the Owner has accepted all of the Work and notified the Contractor in writing that the Work is complete. Once the Owner has approved and accepted the Work, Contractor shall be entitled to final payment in accordance with the terms of the Contract Documents. H. Recovery of Damages Suffered by Third Parties. Contractor shall be liable to Owner to the extent Owner incurs damages from a third party as a result of Contractor's failure to fulfill all of its obligations under the Contract Documents. Owner's recovery of any delay related damages under this Agreement through the liquidated damages does not preclude Owner from recovering from Contractor any other non -delay related damages that may be owed to it arising out of or relating to this Agreement. Section 6. Exhibits Incorporated. Exhibits Incorporated: The following documents are expressly agreed to be incorporated by reference and made a part of this Agreement for Solicitation ITB #17-7087 Re -Roof Collier County Museum Main Building. 30 Construction Services Agreement: Revised 1103016 Exhibit A: Performance and Payment Bond Forms Exhibit B: Insurance Requirements Exhibit C: Release and Affidavit Form Exhibit D: Contractor Application for Payment Form Exhibit E: Change Order Form Exhibit F: Certificate of Substantial Completion Form Exhibit G: Final Payment Checklist Exhibit H: General Terms and Conditions Exhibit I: Supplemental Terms and Conditions Exhibit J: Technical Specifications — Amec Foster Wheeler Environment & Infrastructure Exhibit K: Permits Exhibit L: Standard Details (if applicable) Exhibit M: Plans and Specifications prepared by Don Cahill Architect Builder and identified as follows: Collier County Museum as shown on Plan Sheets 1 through 5. Exhibit N: Contractor's List of Key Personnel Section 7. Notices & All notices required or made pursuant to this Agreement by the Contractor to the Owner shall be shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Collier County Government— Facilities Management Division 3335 Tamiami Trail East, Naples, FL 34112 (239) 252-8380 Telephone Robert Fuentes, Senior Project Manager RobertFuentes@colliergov.net B. All notices required or made pursuant to this Agreement by Owner to Contractor shall be made in writing and shall be deemed duly served if delivered by U.S. Mail, E-mail or Facsimile, addressed to the following: Target Roofing & Sheet Metal, Inc. 2043 West First Street Fort Myers, FL 33901 Tel: 239.332.5707; Fax: 239.332.5708 Casey D. Crowther, President Email: admin@targetroofers.com C. Either party may change its above noted address by giving written notice to the other party in accordance with the requirements of this Section. Section 8. PUBLIC ENTITY CRIMES. 8.1 By its execution of this Contract, Construction Contractor acknowledges that it has been informed by Owner of the terms of Section 287.133(2)(a) of the Florida Statutes which read as follows: 31 Construction Services Agreement: Revised 1103016 "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." No modification or change to the Agreement shall be valid or binding upon the parties unless in writing and executed by the party or parties intended to be bound by it. r Subject to other provisions hereof, the Agreement shall be binding upon and shall inure to the benefit of the successors and assigns of the parties to the Agreement. Section 11. Governing Law. The Agreement shall be interpreted under and its performance governed by the laws of the State of Florida. Section 12. No Waiver. The failure of the Owner to enforce at any time or for any period of time any one or more of the provisions of the Agreement shall not be construed to be and shall not be a waiver of any such provision or provisions or of its right thereafter to enforce each and every such provision. Section 13. Entire Agreement. Each of the parties hereto agrees and represents that the Agreement comprises the full and entire agreement between the parties affecting the Work contemplated, and no other agreement or understanding of any nature concerning the same has been entered into or will be recognized, and that all negotiations, acts, work performed, or payments made prior to the execution hereof shall be deemed merged in, integrated and superseded by the Agreement. Section 14. Severability. Should any provision of the Agreement be determined by a court to be unenforceable, such a determination shall not affect the validity or enforceability of any other section or part thereof. Section 15. Chanqe Order Authorization. The Project Manager shall have the authority on behalf of the Owner to execute all Change Orders and Work Directive Changes to the Agreement to the extent provided for under the Owner's procurement ordinance and policies and accompanying administrative procedures. 32 Construction Services Agreement: Revised 1103016 •; • Any doubtful or ambiguous language contained in this Agreement shall not be construed against the party who physically prepared this Agreement. The rule sometimes referred to as "fortius contra proferentum" (pursuant to which ambiguities in a contractual term which appears on its face to have been inserted for the benefit of one of the parties shall be construed against the benefited party) shall not be applied to the construction of this Agreement. Section 17. Order of Precedence In the event of any conflict between or among the terms of any of the Contract Documents, the terms of the Construction Agreement and the General Terms and Conditions shall take precedence over the terms of all other Contract Documents, except the terms of any Supplemental Conditions shall take precedence over the Construction Agreement and the General Terms and Conditions. To the extent any conflict in the terms of the Contract Documents including the Owner's Board approved Executive Summary cannot be resolved by application of the Supplemental Conditions, if any, or the Construction Agreement and the General Terms and Conditions, the conflict shall be resolved by imposing the more strict or costly obligation under the Contract Documents upon the Contractor at Owner's discretion. 33 Construction Services Agreement: Revised 1103016 IN WITNESS WHEREOF, the parties have executed this Agreement on the date(s) indicated below. TWO WITNESSES: By: FIRST WITNESS Print Name SECOND WITNESS Print Name Date: ATTEST: Dwight E. Brock, Clerk BY: Approved as to Form and Legality: Deputy County Attorney Print Name CONTRACTOR: Target Roofing & Sheet Metal, Inc. Print Name and Title Date OWNER: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY FLORIDA An Penny Taylor Date Chairman 140 Construction Services Agreement: Revised 1103016 -' - -• -• r .. Went I. • KNOW ALL MEN BY THESE PRESENTS: That Bond No. Contract No. 17-7087 as Principal, and as Surety, located at (Business Address) are held and firmly bound to as Obligee in the sum of ($ ) for the payment whereof we bind ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2017, with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Promptly makes payment to all claimants as defined in Section 255.05(1), Florida Statutes, supplying Principal with labor, materials or supplies, used directly or indirectly by Principal in the prosecution of the work provided for in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The provisions of this bond are subject to the time limitations of Section 255.05(2). In no event will the Surety be liable in the aggregate to claimants for more than the penal sum of this Payment Bond, regardless of the number of suits that may be filed by claimants. IN WITNESS WHEREOF, the above parties have executed this instrument this day of 2017, the name of each party being affixed and these presents duly signed by its under -signed representative, pursuant to authority of its governing body. 35 Construction Services Agreement: Revised 1103016 Signed, sealed and delivered in the presence of: Witnesses as to Principal STATE OF _ COUNTY OF The foregoing instrument was acknowledged before me this day of 20 by as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath. My Commission Expires: RAW (AFFIX OFFICIAL SEAL) ATTEST: Witnesses to Surety (Signature of Notary) (Legibly Printed) Notary Public, State of Commission No.: SURETY: (Printed Name) (Business Address (Authorized Signature) (Printed Name) 36 Construction Services Agreement: Revised 1103016 Witnesses STATE OF COUNTY OF The foregoing instrument was 2017, by of behalf of Surety. He/She is oath. My Commission Expires: (AFFIX OFFICIAL SEAL) As Attorney in Fact (Attach Power of Attorney) (Printed Name) (Business Address) (Telephone Number) acknowledged before me this day of as Surety, on personally known to me OR has produced as identification and who did (did not) take an (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 37 Construction Services Agreement: Revised 1103016 �. Ril ,ee • KNOW ALL MEN BY THESE PRESENTS: That as Principal, and as Bond No. Contract No. 17-7087 Surety, located at (Business Address) are held and firmly bound to , as Obligee in the sum of ($ ) for the payment whereof we bond ourselves, our heirs, executors, personal representatives, successors and assigns, jointly and severally. WHEREAS, Principal has entered into a contract dated as of the day of 2017, with Obligee for in accordance with drawings and specifications, which contract is incorporated by reference and made a part hereof, and is referred to herein as the Contract. THE CONDITION OF THIS BOND is that if Principal: Performs the Contract at the times and in the manner prescribed in the Contract; and 2. Pays Obligee any and all losses, damages, costs and attorneys' fees that Obligee sustains because of any default by Principal under the Contract, including, but not limited to, all delay damages, whether liquidated or actual, incurred by Obligee; and 3. Performs the guarantee of all work and materials furnished under the Contract for the time specified in the Contract, then this bond is void; otherwise it remains in full force. Any changes in or under the Contract and compliance or noncompliance with any formalities connected with the Contract or the changes do not affect Sureties obligation under this Bond. The Surety, for value received, hereby stipulates and agrees that no changes, extensions of time, alterations or additions to the terms of the Contract or other work to be performed hereunder, or the specifications referred to therein shall in anywise affect its obligations under this bond, and it does hereby waive notice of any such changes, extensions of time, alterations or additions to the terms of the Contract or to work or to the specifications. This instrument shall be construed in all respects as a common law bond. It is expressly understood that the time provisions and statute of limitations under Section 255.05, Florida Statutes, shall not apply to this bond. In no event will the Surety be liable in the aggregate to Obligee for more than the penal sum of this Performance Bond regardless of the number of suits that may be filed by Obligee. IN WITNESS WHEREOF, the above parties have executed this instrument this day of , 2017, the name of each party being affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body. 38 Construction Services Agreement: Revised 1103016 Signed, sealed and delivered in the presence of: PRINCIPAL Witnesses as to Principal ITS: STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of , 2017, by as of a corporation, on behalf of the corporation. He/she is personally known to me OR has produced as identification and did (did not) take an oath My Commission Expires: Name: (Signature) (Legibly Printed) (AFFIX OFFICIAL SEAL) Notary Public, State of: Commission No.: 39 Construction Services Agreement: Revised 1103016 ATTEST: SURETY: (Printed Name) (Business Address) (Authorized Signature) (Printed Name) Witnesses as to Surety OR As Attorney in Fact (Attach Power of Attorney) (Printed Name) Witnesses (Business Address) (Telephone Number) STATE OF COUNTY OF The foregoing instrument was acknowledged before me this 2017, by as day of of , a wreiy, on oenarr or Surety. He/She is personally known to me OR has produced as identification and who did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature) Name: (Legibly Printed) Notary Public, State of: Commission No.: 40 Construction Services Agreement: Revised 1103016 The Vendor shall at its own expense, carry and maintain insurance coverage from responsible companies duly authorized to do business in the State of Florida as set forth in EXHIBIT B of this solicitation. The Vendor shall procure and maintain property insurance upon the entire project, if required, to the full insurable value of the scope of work. The County and the Vendor waive against each other and the County's separate Vendors, Contractors, Design Consultant, Subcontractors, agents and employees of each and all of them, all damages covered by property insurance provided herein, except such rights as they may have to the proceeds of such insurance. The Vendor and County shall, where appropriaie, require similar waivers of subrogation from the County's separate Vendors, Design Consultants and Subcontractors and shall require each of them to include similar waivers in their contracts. Collier County shall be responsible for purchasing and maintaining its own liability insurance. Certificates issued as a result of the award of this solicitation must identify "For any and all work performed on behalf of Collier County", or, the specific solicitation number and title. The General Liability Policy provided by Vendor to meet the requirements of this solicitation shall name Collier County, Florida, as an additional insured as to the operations of Vendor under this solicitation and shall contain a severability of interests provisions. The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. The amounts and types of insurance coverage shall conform to the minimum requirements set forth in EXHIBIT B with the use of Insurance Services Office (ISO) forms and endorsements or their equivalents. If Vendor has any self-insured retentions or deductibles under any of the below listed minimum required coverage, Vendor must identify on the Certificate of Insurance the nature and amount of such self- insured retentions or deductibles and provide satisfactory evidence of financial responsibility for such obligations. All self-insured retentions or deductibles will be Vendor's sole responsibility. Coverages shall be maintained without interruption from the date of commencement of the Work until the date of completion and acceptance of the scope of work by the County or as specified in this solicitation, whichever is longer. The Vendor and/or its insurance carrier shall provide thirty (30) days written notice to the County of policy cancellation or non -renewal on the part of the insurance carrier or the Vendor. The Vendor shall also notify the County, in a like manner, within twenty-four (24) hours after receipt, of any notices of expiration, cancellation, non -renewal or material change in coverage or limits received by Vendor from its insurer and nothing contained herein shall relieve Vendor of this requirement to provide notice. In the event of a reduction in the aggregate limit of any policy to be provided by Vendor hereunder, Vendor shall immediately take steps to have the aggregate limit reinstated to the full extent permitted under such policy. Should at any time the Vendor not maintain the insurance coverages required herein, the County may terminate the Agreement or at its sole discretion shall be authorized to purchase such coverage(s) and charge the Vendor for such coverage(s) purchased. If Vendor fails to reimburse the County for such costs within thirty (30) days after demand, the County has the right to offset these costs from any amount due Vendor under this 41 Construction Services Agreement: Revised 1103016 Agreement or any other agreement between the County and Vendor. The County shall be under no obligation to purchase such insurance, nor shall it be responsible for the coverages purchased or the insurance company or companies used. The decision of the County to purchase such insurance coverage(s) shall in no way be construed to be a waiver of any of its rights under the Contract Documents. If the initial or any subsequently issued Certificate of Insurance expires prior to the completion of the scope of work, the Vendor shall furnish to the County renewal or replacement Certificate(s) of Insurance not later than ten (10) calendar days after the expiration date on the certificate. Failure of the Vendor to provide the County with such renewal certificate(s) shall be considered justification for the County to terminate any and all contracts. 42 Construction Services Agreement: Revised 1103016.= Insurance / Bond Type Required Limits 1. ® Worker's Statutory Limits of Florida Statutes, Chapter 440 and all Federal Government Compensation Statutory Limits and Requirements 2. ® Employer's Liability $1,000,000 single limit per occurrence 3. ® Commercial General Bodily Injury and Property Damage Liability (Occurrence Form) patterned after the current $1,000,000 per occurrence, $2,000,000 aggregate for Bodily Injury Liability ISO form and Property Damage Liability. This shall include Premises and Operations; Independent Contractors; Products and Completed Operations and Contractual Liability. 4. ® Indemnification To the maximum extent permitted by Florida law, the ContractorNendor/Consultant shall indemnify and hold harmless Collier County, its officers and employees from any and all liabilities, damages, losses and costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the ContractorNendor/Consultant or anyone employed or utilized by the Contractor/Vendor/Consultant in the performance of this Agreement. This indemnification obligation shall not be construed to negate, abridge or reduce any other rights or remedies which otherwise may be available to an indemnified party or person described in this paragraph. This section does not pertain to any incident arising from the sole negligence of Collier County. 4. ® Automobile Liability $ 1,000,000 Each Occurrence; Bodily Injury & Property Damage, Owned/Non- owned/Hired; Automobile Included 5. ❑ Other insurance as ❑ Watercraft $ Per Occurrence noted: ❑ United States Longshoreman's and Harborworker's Act coverage shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Maritime Coverage (Jones Act) shall be maintained where applicable to the completion of the work. $ Per Occurrence ❑ Aircraft Liability coverage shall be carried in limits of not less than $5,000,000 each occurrence if applicable to the completion of the Services under this Agreement. $ Per Occurrence ❑ Pollution $ Per Occurrence ❑ Professional Liability $ per claim and in the aggregate • $1,000,000 per claim and in the aggregate • $2,000,000 per claim and in the aggregate ❑ Project Professional Liability $ Per Occurrence 43 Construction Services Agreement: Revised 1103016 ❑ Valuable Papers Insurance $ Per Occurrence ❑ Employee Dishonesty / Crime $ Per Occurrence Including Employee Theft, Funds Transfer Fraud, Include a Joint Loss Payee endorsement naming Collier County. 6. ® Bid bond Shall be submitted with proposal response in the form of certified funds, cashiers' check or an irrevocable letter of credit, a cash bond posted with the County Clerk, or proposal bond in a sum equal to 5% of the cost proposal. All checks shall be made payable to the Collier County Board of County Commissioners on a bank or trust company located in the State of Florida and insured by the Federal Deposit Insurance Corporation. 7. ® Performance and For projects in excess of $200,000, bonds shall be submitted with the Payment Bonds executed contract by Proposers receiving award, and written for 100% of the Contract award amount, the cost borne by the Proposer receiving an award. The Performance and Payment Bonds shall be underwritten by a surety authorized to do business in the State of Florida and otherwise acceptable to Owner; provided, however, the surety shall be rated as "A-" or better as to general policy holders rating and Class V or higher rating as to financial size category and the amount required shall not exceed 5% of the reported policy holders' surplus, all as reported in the most current Best Key Rating Guide, published by A.M. Best Company, Inc. of 75 Fulton Street, New York, New York 10038. 8. ® Vendor shall ensure that all subcontractors comply with the same insurance requirements that he is required to meet. The same Vendor shall provide County with certificates of insurance meeting the required insurance provisions. 9. ® Collier County must be named as "ADDITIONAL INSURED" on the Insurance Certificate for Commercial General Liability where required. 10. ® The Certificate Holder shall be named as Collier County Board of County Commissioners, OR, Board of County Commissioners in Collier County, OR Collier County Government, OR Collier County. The Certificates of Insurance must state the Contract Number, or Project Number, or specific Project description, or must read: For any and all work performed on behalf of Collier County. 11. ® Thirty (30) Days Cancellation Notice required. RLC 12/30/16 Vendor's Insurance Statement We understand the insurance requirements of these specifications and that the evidence of insurability may be required within five (5) days of the award of this solicitation. Name of Firm Vendor Signature Print Name Insurance Agency Date 44 Construction Services Agreement: Revised 1103016 Agent Name COUNTY OF COLLIER ) STATE OF FLORIDA ) Telephone Number Before me, the undersigned authority, personally appeared who after being duly sworn, deposes and says: (1) In accordance with the Contract Documents and in consideration of $ paid, ("Contractor") releases and waives for itself and its subcontractors, material -men, successors and assigns, all claims demands, damages, costs and expenses, whether in contract or in tort, against the Board of County Commissioners of Collier County, Florida, relating in any way to the performance of the Agreement between Contractor and Owner dated 1 2017 for the period from to excluding all retainage withheld and any pending claims or disputes as expressly specified as follows: (2) Contractor certifies for itself and its subcontractors, material -men, successors and assigns, that all charges for labor, materials, supplies, lands, licenses and other expenses for which Owner might be sued or for which a lien or a demand against any payment bond might be filed, have been fully satisfied and paid. (3) To the maximum extent permitted by law, Contractor agrees to indemnify, defend and save harmless Owner from all demands or suits, actions, claims of liens or other charges filed or asserted against the Owner arising out of the performance by Contractor of the Work covered by this Release and Affidavit. (4) This Release and Affidavit is given in connection with Contractor's [monthly/final] Application for Payment No. CONTRACTOR BY: ITS: DATE: Witnesses STATE OF COUNTY OF The foregoing instrument was acknowledged before me this day of resident , 2017, by , as of corporation, on behalf of the corporation. He/she is personally known to me or has produced as identification and did (did not) take an oath. My Commission Expires: (AFFIX OFFICIAL SEAL) (Signature of Notary) NAM E: (Legibly Printed) Notary Public, State of Commissioner No.: 45 Construction Services Agreement: Revised 1103016 9011kyj WrtIGIVIM114461 47 Construction Services Agreement: Revised 1103016 An electronic data entry form may be found at: http://bccsoOl/SiteDirectory/ASD/Purchasinq/Formsl/Forms/-Def�Ufault.a�s x Change Order Form CDntraztk Change#:= Purchase Order#: Project Contractor)Firm Name:F Project Name: Projecthlanaper Name I Department: Original C,.-ntTsc-VvVcTk. Order Amount criginal B1- Appfoisl Data: Agends, Item CurTcnt KC Apprcvsd An-c-urtt C I qst BG-- ACprcvaI Date, Apenas Item* Current 11 on tr a MW orx Ord ef Am cunt SAP C antra ct Expiration Ds t,-- ( klas ter) Dc lbr Arr*un t Gf th is C ha nge *.Ch C.hh'T Ttsl Charge fromOrginal Aront Revised Contract%Alck- Order Total 5 0.00A changefrLmCurrent BCC Approved Ancum umulafirChanW. , 0,00 114V ChangcfromCurrentAncnt Completion Date, Description ofthe Task(slChange, and Rationale for the Change Completion Dat- Date Revised Date Notice to Pro Original LastApprovc-d Date F VOUCIaE, t'VZI wn Iq a; #of Days Added SelectTasks0 Add newtask(s) C3 Deletetask(sl 0 Changetask(5[ El Other,1-sae-De,',1'(,, Provide a respDn seto the following: 11.$ detailed and specift sxp lanationkationaleof the requestedchange(s) to the taskfs) and l or the additional days added (if requesteA; 2.1 why thi a change was not incl udad in the original contract; and, 3j desoribe the impact if this change is not processed, Anaclr aL:,2?,iara1 ifformal*r from li,,a DeEgr FT0fs5SZPa! Rr,-I'OT C0r1raZ1,1r *1 Prepared by: Dale: Marager Name arz Depa"Imer".1; Acce-pe'arc a of I r i's 0 t"ar"'le ardef 5 tZM,"ralM.,L- a M-2 ffr-,a�,P 10 CON ra,--1 ' Work, crier 36CVe RN.' W M t�e B Loj 1. to a R I ta, 5SMe lerms amn cz:rcn,,�rs a's corlamed m the conlracl i—doorkordsi irdraalec atave, as fi-,IiYaa fflh,a sarnEhsrs m IN4 a>_cer4arce. Tbe ,3,,j , Lszmem. 6 ary, ic, I re Com raa ahali cor.l. aule a fi 11 ar,�j fir -al BeIllen-ert Jary arc aii c4irn a of ! re C vnvacrx : Ver,�,or 1� Cons u�tari Des Flr�Dfs-ssrora� arisirg nul of or relalec To,: C'r, r�e ar,;e gel. frxl, tefeir, irr'g r4irns forinlpa,-Ot arc,,eley v5s. Accepted by: Date: (Comracl-or. 1.IerdorCansuhari,, Dz-sigr Frofaas)ora larz Namsof F!rm, I pro,_capplicz.T�j Ap p roved by: Data: ,0=5 ;r Rrofessioraisr,�Nameof Fimi, ff pr{i; Iapp hcab le} Ap p roved by: Date: (F, r,Tsmerl 48 Construction Services Agreement: Revised 1103016 OWNER'S Project No. PROJECT: Design Professional's Project No. CONTRACTOR Contract For Contract Date This Certificate of Substantial Completion applies to all Work under the Contract Documents or to the following specified parts thereof: And To Substantial Completion is the state in the progress of the Work when the Work (or designated portion) is sufficiently complete in accordance with the Contract Documents so that the Owner can occupy or utilize the Work for its intended use. The Work to which this Certificate applies has been inspected by authorized representatives of OWNER, CONTRACTOR AND DESIGN PROFESSIONAL, and that Work is hereby declared to be substantially complete in accordance with the requirements of the Contract Documents on: DATE OF SUBSTANTIAL COMPLETION A tentative list of items to be completed or corrected is attached hereto. This list may not be all-inclusive, and the failure to include an item in it does not alter the responsibility of CONTRACTOR to complete all the Work in accordance with the Contract Documents. The items in the tentative list shall be completed or corrected by CONTRACTOR within days of the above date of Substantial Completion. The responsibilities between OWNER and CONTRACTOR for security, operation, safety, maintenance, heat, utilities, insurance and warranties shall be as follows: 49 Construction Services Agreement: Revised 1103016 [0 my I, IA 0 we]IIIZUT" to] 1:1 This certificate does not constitute an acceptance of Work not in accordance with the Contract 2 Contract Documents. Executed by Design Professional on 12017 Design Professional By: Type Name and Title CONTRACTOR accepts this Certificate of Substantial Completion on CONTRACTOR By: Type Name and Title OWNER accepts this Certificate of Substantial Completion on 12017 OWNER By: Type Name and Title MH 50 Construction Services Agreement: Revised 1103016 Bid No.: Project No.: Date: 12017 Contractor: The following items have been secured by the for the Project known as 11 1 0 Original Contract Amount: Final Contract Amount: Commencement Date: Substantial Completion Time as set forth in the Agreement: Calendar Days. Actual Date of Substantial Completion: Final Completion Time as set forth in the Agreement: Calendar Days. Actual Final Completion Date: YES NO 1 . All Punch List items completed • 2. Warranties and Guarantees assigned to Owner (attach to this form). 3. Effective date of General one year warranty from Contractor is: 4. 2 copies • Operation and Maintenance manuals for equipment and system submitted (list manuals in attachment to this form). 5. As -Built drawings obtained and dated: 6. Owner personnel trained on system and equipment operation. 7. Certificate • Occupancy No.: • • (attach to this form). 8. Certificate of Substantial Completion issued on 9. Final Payment Application and •. received from Contractor • 10. Consent of Surety received on 11. Operating Department personnel notified • is in operating • 12. All Spare Parts or Special Tools provided to Owner: 13. Finished Floor Elevation Certificate provided to Owner: 14. • If any of the above is not applicable, indicate by N/A. If NO is checked for any of the above, attach explanation. Acknowledgments: By Contractor: (Company Name) (Signature) (Typed Name & Title) *19 (Firm Name) (Signature) (Typed Name & Title) (Department Name) (Signature) (Name & Title) 51 Construction Services Agreement: Revised 1103016 I HIA \ Selasiol k, I fam A • • 1.1 It is the intent of the Contract Documents to describe a functionally complete Project (or portion thereof) to be constructed in accordance with the Contract Documents. Any work, materials or equipment that may reasonably be inferred from the Contract Documents as being required to produce the intended result shall be supplied whether or not specifically called for. When words which have a well known technical or trade meaning are used to describe work, materials or equipment, such words shall be interpreted in accordance with that meaning. Reference to standard specifications, manuals or codes of any technical society, organization or association or to the laws or regulations of any governmental authority having jurisdiction over the Project, whether such reference be specific or by implication, shall mean the latest standard specification, manual, code, law or regulation in effect at the time the Work is performed, except as may be otherwise specifically stated herein. 1.2 If before or during the performance of the Work Contractor discovers a conflict, error or discrepancy in the Contract Documents, Contractor immediately shall report same to the Project Manager in writing and before proceeding with the Work affected thereby shall obtain a written interpretation or clarification from the Project Manager; said interpretation or clarification from the Project Manager may require Contractor to consult directly with Design Professional or some other third party, as directed by Project Manager. Contractor shall take field measurements and verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing any portion of the Work. 1.3 Drawings are intended to show general arrangements, design and extent of Work and are not intended to serve as shop drawings. Specifications are separated into divisions for convenience of reference only and shall not be interpreted as establishing divisions for the Work, trades, subcontracts, or extent of any part of the Work. In the event of a discrepancy between or among the drawings, specifications or other Contract Document provisions, Contractor shall be required to comply with the provision which is the more restrictive or stringent requirement upon the Contractor, as determined by the Project Manager. Unless otherwise specifically mentioned, all anchors, bolts, screws, fittings, fillers, hardware, accessories, trim and other parts required in connection with any portion of the Work to make a complete, serviceable, finished and first quality installation shall be furnished and installed as part of the Work, whether or not called for by the Contract Documents. 2. INVESTIGATION AND UTILITIES. 2.1 Subject to Section 2.3 below, Contractor shall have the sole responsibility of satisfying itself concerning the nature and location of the Work and the general and local conditions, and particularly, but without limitation, with respect to the following: those affecting transportation, access, disposal, handling and storage of materials; availability and quality of labor; water and electric power; availability and condition of roads; work area; living facilities; climatic conditions and seasons; physical conditions at the work -site and the project area as a whole; topography and ground surface conditions; nature and quantity of the surface materials to be encountered; subsurface conditions; equipment and facilities needed preliminary to and during performance of the Work; and all other costs associated with such performance. The failure of Contractor to acquaint itself with any applicable conditions shall not relieve Contractor from any of its 52 Construction Services Agreement: Revised 1103016 responsibilities to perform under the Contract Documents, nor shall it be considered the basis for any claim for additional time or compensation. 2.2 Contractor shall locate all existing roadways, railways, drainage facilities and utility services above, upon, or under the Project site, said roadways, railways, drainage facilities and utilities being referred to in this Sub -Section 2.2 as the "Utilities". Contractor shall contact the owners of all Utilities to determine the necessity for relocating or temporarily interrupting any Utilities during the construction of the Project. Contractor shall schedule and coordinate its Work around any such relocation or temporary service interruption. Contractor shall be responsible for properly shoring, supporting and protecting all Utilities at all times during the course of the Work. The Contractor is responsible for coordinating all other utility work so as to not interfere with the prosecution of the Work (except those utilities to be coordinated by the Owner as may be expressly described elsewhere in the Contract Documents). 2.3 Notwithstanding anything in the Contract Documents to the contrary, if conditions are encountered at the Project site which are (i) subsurface or otherwise concealed physical conditions which differ materially from those indicated in the Contract Documents or (ii) unknown physical conditions of an unusual nature, which differ materially from those ordinarily found to exist and generally recognized as inherent in construction activities of the character provided for in the Contract Documents, and which reasonably should not have been discovered by Contractor as part of its scope of site investigative services required pursuant to the terms of the Contract Documents, then Contractor shall provide Owner with prompt written notice thereof before conditions are disturbed and in no event later than three (3) calendar days after first observance of such conditions. Owner and Design Professional shall promptly investigate such conditions and, if they differ materially and cause an increase or decrease in Contractor's cost of, or time required for, performance of any part of the Work, Owner will acknowledge and agree to an equitable adjustment to Contractor's compensation or time for performance, or both, for such Work. If Owner determines that the conditions at the site are not materially different from those indicated in the Contract Documents or not of an unusual nature or should have been discovered by Contractor as part of its investigative services, and that no change in the terms of the Agreement is justified, Owner shall so notify Contractor in writing, stating its reasons. Claims by Contractor in opposition to such determination by Owner must be made within seven (7) calendar days after Contractor's receipt of Owner's written determination notice. If Owner and Contractor cannot agree on an adjustment to Contractor's cost or time of performance, the dispute resolution procedure set forth in the Contract Documents shall be complied with by the parties. 3. SCHEDULE. 3.1 The Contractor, within ten (10) calendar days after receipt of the Notice of Award, shall prepare and submit to Project Manager, for their review and approval, a progress schedule for the Project (herein "Progress Schedule"). The Progress Schedule shall relate to all Work required by the Contract Documents, and shall utilize the Critical Path method of scheduling and shall provide for expeditious and practicable execution of the Work within the Contract Time. The Progress Schedule shall indicate the dates for starting and completing the various stages of the Work. 3.2 The Progress Schedule shall be updated monthly by the Contractor. All monthly updates to the Progress Schedule shall be subject to the Project Manager's review and approval. Contractor shall submit the updates to the Progress Schedule with its monthly Applications for Payment noted below. The Project Manager's review and approval of the 53 Construction Services Agreement: Revised 1103016 submitted Progress Schedule updates shall be a condition precedent to the Owner's obligation to pay Contractor. 3.3 All work under this Agreement shall be performed in accordance with the requirements of all Collier County Noise Ordinances then in effect. Unless otherwise specified, work will generally be limited to the hours of 7:00 a.m. to 5:00 p.m., Monday through Friday. No work shall be performed outside the specified hours without the prior approval of the Project Manager. . PROGRESS PAYMENTS. 4.1 Prior to submitting its first monthly Application for Payment, Contractor shall submit to Project Manager, for their review and approval, a schedule of values based upon the Contract Price, listing the major elements of the Work and the dollar value for each element. After its approval by the Project Manager, this schedule of values shall be used as the basis for the Contractor's monthly Applications for Payment. This schedule shall be updated and submitted each month along with a completed copy of the Application for Payment form signed by the Contractor's authorized representative and attached to the Agreement as Exhibit D. 4.2 Prior to submitting its first monthly Application for Payment, Contractor shall provide to the Project Manager the list of its Subcontractors and materialmen submitted with its Bid showing the work and materials involved and the dollar amount of each subcontract and purchase order. Contractor acknowledges and agrees that any modifications to the list of Subcontractors submitted with Contractor's Bid and any subsequently identified Subcontractors are subject to Owner's prior written approval. The first Application for Payment shall be submitted no earlier than thirty (30) days after the Commencement Date. Notwithstanding anything herein to the contrary, if approved by Owner in its sole discretion, Contractor may submit its invoice for any required Payment and Performance Bonds prior to the first Application of Payment provided that Contractor has furnished Owner certified copies of the receipts evidencing the premium paid by Contractor for the bonds. 4.3 Unless expressly approved by Owner in advance and in writing, said approval at Owner's sole discretion, Owner is not required to make any payment for materials or equipment that have not been incorporated into the Project. If payment is requested on the basis of materials and equipment not incorporated into the Project, but delivered and suitably stored at the site or at another location, and such payment and storage have been agreed to by Owner in writing, the Application for Payment also shall be accompanied by a bill of sale, invoice or other documentation warranting that the Owner has received the materials and equipment free and clear of all liens, charges, security interests and encumbrances, together with evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect Owner's interest therein, all of which shall be subject to the Owner's satisfaction. Thereafter, with each Application for Payment, Contractor also shall complete and submit to Owner as part of its Application for Payment, the Stored Materials Record attached hereto and made a part hereof as Exhibit D. 4.4 Contractor shall submit six (6) copies of its monthly Application for Payment to the Project Manager or his or her designee, as directed by Owner (which designee may include the Design Professional). After the date of each Application for Payment is stamped as received and within the timeframes set forth in Section 218.735 F.S., the Project Manager, or Design Professional, shall either: (1) Indicate its approval of the requested payment; (2) indicate its approval of only a portion of the requested payment, stating in writing its reasons therefore; or 54 Construction Services Agreement: Revised 1103016 (3) return the Application for Payment to the Contractor indicating, in writing, the reason for refusing to approve payment. Payments of proper invoices in the amounts approved shall be processed and paid in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department respectively. In the event of a total denial by Owner and return of the Application for Payment by the Project Manager, the Contractor may make the necessary corrections and re -submit the Application for Payment. The Owner shall, within ten (10) business days after the Application for Payment is stamped and received and after Project Manager approval of an Application for Payment, pay the Contractor the amounts so approved. 4.5 Owner shall retain ten percent (10%) of the gross amount of each monthly payment request or ten percent (10%) of the portion thereof approved by the Project Manager for payment, whichever is less. Such sum shall be accumulated and not released to Contractor until final payment is due unless otherwise agreed to by the Owner in accordance with Florida Statute 255.078. The Project Manager shall have the discretion to establish, in writing, a schedule to periodically reduce the percentage of cumulative retainage held throughout the course of the Project schedule. Owner shall reduce the amount of the retainage withheld on each payment request subsequent to fifty percent (50%) completion subject to the guidelines set forth in Florida Statute 255.078 and as set forth in the Owner's procurement ordinance and policies. 4.6 Monthly payments to Contractor shall in no way imply approval or acceptance of Contractor's Work. 4.7 Each Application for Payment, subsequent to the first pay application, shall be accompanied by a Release and Affidavit, in the form attached as Exhibit C, acknowledging Contractor's receipt of payment in full for all materials, labor, equipment and other bills that are then due and payable by Owner with respect to the current Application for Payment. Further, to the extent directed by Owner and in Owner's sole discretion, Contractor shall also submit a Release and Affidavit from each Subcontractor, sub -subcontractor, or supplier in the form attached as Exhibit C acknowledging that each Subcontractor, sub -subcontractor or supplier has been paid in full through the previous month's Application for Payment. The Owner shall not be required to make payment until and unless these affidavits are furnished by Contractor. 4.8 Contractor agrees and understands that funding limitations exist and that the expenditure of funds must be spread over the duration of the Project at regular intervals based on the Contract Amount and Progress Schedule. Accordingly, prior to submitting its first monthly Application for Payment, Contractor shall prepare and submit for Project Manager's review and approval, a detailed Project Funding Schedule, which shall be updated as necessary and approved by Owner to reflect approved adjustments to the Contract Amount and Contract Time. No voluntary acceleration or early completion of the Work shall modify the time of payments to Contractor as set forth in the approved Project Funding Schedule. 4.9 Notwithstanding anything in the Contract Documents to the contrary, Contractor acknowledges and agrees that in the event of a dispute concerning payments for Work performed under this Agreement, Contractor shall continue to perform the Work required of it under this Agreement pending resolution of the dispute provided that Owner continues to pay Contractor all amounts that Owner does not dispute are due and payable. 55 Construction Services Agreement: Revised 1103016 4. 10 Payments will be made for services furnished, delivered, and accepted, upon receipt and approval of invoices submitted on the date of services or within six (6) months after completion of contract. Any untimely submission of invoices beyond the specified deadline period is subject to non-payment under the legal doctrine of "laches" as untimely submitted. Time shall be deemed of the essence with respect to the timely submission of invoices under this agreement. 4.12 The County may, at its discretion, use VISA/MASTER card credit network as a payment vehicle for goods and/or services purchased as a part of this contract. The County may not accept any additional surcharges (credit card transaction fees) as a result of using the County's credit card for transactions relating to this solicitation 5.1 The Project Manager may decline to approve any Application for Payment, or portions thereof, because of subsequently discovered evidence or subsequent inspections that reveal non-compliance with the Contract Documents. The Project Manager may nullify the whole or any part of any approval for payment previously issued and Owner may withhold any payments otherwise due Contractor under this Agreement or any other agreement between Owner and Contractor, to such extent as may be necessary in the Owner's opinion to protect it from loss because of: (a) Defective Work not remedied; (b) third party claims filed or reasonable evidence indicating probable filing of such claims; (c) failure of Contractor to make payment properly to subcontractors or for labor, materials or equipment; (d) reasonable doubt that the Work can be completed for the unpaid balance of the Contract Amount; (e) reasonable indication that the Work will not be completed within the Contract Time; (f) unsatisfactory prosecution of the Work by the Contractor; or (g) any other material breach of the Contract Documents by Contractor. 5.2 If any conditions described in 5.1. are not remedied or removed, Owner may, after three (3) days written notice, rectify the same at Contractor's expense. Provided however, in the event of an emergency, Owner shall not be required to provide Contractor any written notice prior to rectifying the situation at Contractor's expense. Owner also may offset against any sums due Contractor the amount of any liquidated or non -liquidated obligations of Contractor to Owner, whether relating to or arising out of this Agreement or any other agreement between Contractor and Owner. 5.3 In instances where the successful contractor may owe debts (including, but not limited to taxes or other fees) to Collier County and the contractor has not satisfied nor made arrangement to satisfy these debts, the County reserves the right to off -set the amount owed to the County by applying the amount owed to the vendor or contractor for services performed of for materials delivered in association with a contract. 6. FINAL PAYMENT. 6.1 Owner shall make final payment to Contractor in accordance with Section 218.735, F.S. and the administrative procedures established by the County's Procurement Services Division and the Clerk of Court's Finance Department after the Work is finally inspected and accepted by Project Manager as set forth with Section 20.1 herein, provided that Contractor first, and as an explicit condition precedent to the accrual of Contractor's right to final payment, shall have furnished Owner with a properly executed and notarized copy of the Release and Affidavit attached as Exhibit C, as well as, a duly executed copy of the Surety's consent to final payment 56 Construction Services Agreement: Revised 1103016 and such other documentation that may be required by the Contract Documents and the Owner. Prior to release of final payment and final retainage, the Contractor's Representative and the Project Manager shall jointly complete the Final Payment Checklist, a representative copy of which is attached to this Agreement as Exhibit G. 6.2 Contractor's acceptance of final payment shall constitute a full waiver of any and all claims by Contractor against Owner arising out of this Agreement or otherwise relating to the Project, except those previously made in writing in accordance with the requirements of the Contract Documents and identified by Contractor as unsettled in its final Application for Payment. Neither the acceptance of the Work nor payment by Owner shall be deemed to be a waiver of Owner's right to enforce any obligations of Contractor hereunder or to the recovery of damages for defective Work not discovered by the Design Professional or Project Manager at the time of final inspection. 7. SUBMITTALS AND SUBSTITUTIONS. 7.1 Contractor shall carefully examine the Contract Documents for all requirements for approval of materials to be submitted such as shop drawings, data, test results, schedules and samples. Contractor shall submit all such materials at its own expense and in such form as required by the Contract Documents in sufficient time to prevent any delay in the delivery of such materials and the installation thereof. 7.2 Whenever materials or equipment are specified or described in the Contract Documents by using the name of a proprietary item or the name of a particular supplier, the naming of the item is intended to establish the type, function and quality required. Unless the name is followed by words indicating that no substitution is permitted, materials or equipment of other suppliers may be accepted by Owner if sufficient information is submitted by Contractor to allow the Owner to determine that the material or equipment proposed is equivalent or equal to that named. Requests for review of substitute items of material and equipment will not be accepted by Owner from anyone other than Contractor and all such requests must be submitted by Contractor to Project Manager within thirty (30) calendar days after Notice of Award is received by Contractor, unless otherwise mutually agreed in writing by Owner and Contractor. 7.3 If Contractor wishes to furnish or use a substitute item of material or equipment, Contractor shall make application to the Project Manager for acceptance thereof, certifying that the proposed substitute shall adequately perform the functions and achieve the results called for by the general design, be similar and of equal substance to that specified and be suited to the same use as that specified. The application shall state that the evaluation and acceptance of the proposed substitute will not prejudice Contractor's achievement of substantial completion on time, whether or not acceptance of the substitute for use in the Work will require a change in any of the Contract Documents (or in the provisions of any other direct contract with Owner for the Project) to adapt the design to the proposed substitute and whether or not incorporation or use by the substitute in connection with the Work is subject to payment of any license fee or royalty. All variations of the proposed substitute from that specified will be identified in the application and available maintenance, repair and replacement service shall be indicated. The application also shall contain an itemized estimate of all costs that will result directly or indirectly from acceptance of such substitute, including costs for redesign and claims of other contractors affected by the resulting change, all of which shall be considered by the Project Manager in evaluating the proposed substitute. The Project Manager may require Contractor to furnish at Contractor's expense additional data about the proposed substitute. 57 Construction Services Agreement: Revised 1103016 7.4 If a specific means, method, technique, sequence or procedure of construction is indicated in or required by the Contract Documents, Contractor may furnish or utilize a substitute means, method, sequence, technique or procedure of construction acceptable to the Project Manager, if Contractor submits sufficient information to allow the Project Manager to determine that the substitute proposed is equivalent to that indicated or required by the Contract Documents. The procedures for submission to and review by the Project Manager shall be the same as those provided herein for substitute materials and equipment. 7.5 The Project Manager shall be allowed a reasonable time within which to evaluate each proposed substitute and, if need be, to consult with the Design Professional. No substitute will be ordered, installed or utilized without the Project Manager's prior written acceptance which shall be evidenced by a Change Order, a Work Directive Change, a Field Order or an approved Shop Drawing. The Owner may require Contractor to furnish at Contractor's expense a special performance guarantee or other surety with respect to any substitute. The Project Manager will record time required by the Project Manager and the Project Manager's consultants in evaluating substitutions proposed by Contractor and making changes in the Contract Documents occasioned thereby. Whether or not the Owner accepts a proposed substitute, Contractor shall reimburse Owner for the charges of the Design Professional and the Design Professional's consultants for evaluating each proposed substitute. 8. DAILY REPORTS, SIGNED AND SEALED AS-BUILTS AND MEETINGS. 8.1 Unless waived in writing by Owner, Contractor shall complete and submit to Project Manager on a weekly basis a daily log of the Contractor's work for the preceding week in a format approved by the Project Manager. The daily log shall document all activities of Contractor at the Project site including, but not limited to, the following: 8.1.1 Weather conditions showing the high and low temperatures during work hours, the amount of precipitation received on the Project site, and any other weather conditions which adversely affect the Work; 8.1.2 Soil conditions which adversely affect the Work; 8.1.3 The hours of operation by Contractor's and Sub -Contractor's personnel; 8.1.4 The number of Contractor's and Sub -Contractor's personnel present and working at the Project site, by subcontract and trade; 8.1.5 All equipment present at the Project site, description of equipment use and designation of time equipment was used (specifically indicating any down time); 8.1.6 Description of Work being performed at the Project site; 8.1.7 Any unusual or special occurrences at the Project site; 8.1.8 Materials received at the Project site; 8.1.9 A list of all visitors to the Project 58 Construction Services Agreement: Revised 1103016 8.1.10 Any problems that might impact either the cost or quality of the Work or the time of performance. The daily log shall not constitute nor take the place of any notice required to be given by Contractor to Owner pursuant to the Contract Documents. 8.2 Contractor shall maintain in a safe place at the Project site one record copy of the Contract Documents, including, but not limited to, all drawings, specifications, addenda, amendments, Change Orders, Work Directive Changes and Field Orders, as well as all written interpretations and clarifications issued by the Design Professional, in good order and annotated to show all changes made during construction. The annotated drawings shall be continuously updated by the Contractor throughout the prosecution of the Work to accurately reflect all field changes that are made to adapt the Work to field conditions, changes resulting from Change Orders, Work Directive Changes and Field Orders, and all concealed and buried installations of piping, conduit and utility services. All buried and concealed items, both inside and outside the Project site, shall be accurately located on the annotated drawings as to depth and in relationship to not less than two (2) permanent features (e.g. interior or exterior wall faces). The annotated drawings shall be clean and all changes, corrections and dimensions shall be given in a neat and legible manner in a contrasting color. The "As -Built" record documents, together with all approved samples and a counterpart of all approved shop drawings shall be available to the Project Manager or Design Professional for reference. Upon completion of the Work and as a condition precedent to Contractor's entitlement to final payment, these "As -Built" record documents, samples and shop drawings shall be delivered to Project Manager by Contractor for Owner. 8.3 Contractor shall keep all records and supporting documentation, which concern or relate to the Work hereunder for a minimum of five (5) years from the date of termination of this Agreement or the date the Project is completed or such longer period as may be required by law, whichever is later, pursuant to Florida Public Records Law Chapter 119 and comply with specifically those contractual requirements in 119.0701(2)(a) -(b) as follows: IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT: Communication and Customer Relations Division 3299 Tamiami Trail East, Suite 102 Naples, FL 34112-5746 Telephone: (239) 252-8383 The Contractor must specifically comply with the Florida Public Records Law to: 1. Keep and maintain public records required by the public agency to perform the service. 2. Upon request from the public agency's custodian of public records, provide the public agency with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law. 3. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for 59 Construction Services Agreement: Revised 1103016 the duration of the contract term and following completion of the contract if the Contractor does not transfer the records to the public agency. 4. Upon completion of the contract, transfer, at no cost, to the public agency all public records in possession of the Contractor or keep and maintain public records required by the public agency to perform the service. If the Contractor transfers all public records to the public agency upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the public agency, upon request from the public agency's custodian of public records, in a format that is compatible with the information technology systems of the public agency. 9.1 Contractor shall diligently pursue the completion of the Work and coordinate the Work being done on the Project by its subcontractors and material -men, as well as coordinating its Work with all work of others at the Project Site, so that its Work or the work of others shall not be delayed or impaired by any act or omission by Contractor. Contractor shall be solely responsible for all construction means, methods, techniques, sequences, and procedures, as well as coordination of all portions of the Work under the Contract Documents, and the coordination of Owner's suppliers and contractors as set forth in Paragraph 12.2. herein. 9.2 Should Contractor be obstructed or delayed in the prosecution of or completion of the Work as a result of unforeseeable causes beyond the control of Contractor, and not due to its fault or neglect, including but not restricted to acts of Nature or of the public enemy, acts of government, fires, floods, epidemics, quarantine regulation, strikes or lockouts, Contractor shall notify the Owner in writing within forty-eight (48) hours after the commencement of such delay, stating the cause or causes thereof, or be deemed to have waived any right which Contractor may have had to request a time extension. 9.3 No interruption, interference, inefficiency, suspension or delay in the commencement or progress of the Work from any cause whatever, including those for which Owner may be responsible, in whole or in part, shall relieve Contractor of its duty to perform or give rise to any right to damages or additional compensation from Owner. Contractor expressly acknowledges and agrees that it shall receive no damages for delay. Contractor's sole remedy, if any, against Owner will be the right to seek an extension to the Contract Time; provided, however, the granting of any such time extension shall not be a condition precedent to the aforementioned "No Damage For Delay' provision. This paragraph shall expressly apply to claims for early completion, as well as to claims based on late completion. 9.4 In no event shall any approval by Owner authorizing Contractor to continue performing Work under this Agreement or any payment issued by Owner to Contractor be deemed a waiver of any right or claim Owner may have against Contractor for delay damages hereunder. 10. CHANGES IN THE WORK. 10.1 Owner shall have the right at any time during the progress of the Work to increase or decrease the Work. Promptly after being notified of a change, Contractor shall submit an itemized estimate of any cost or time increases or savings it foresees as a result of the change. 60 Construction Services Agreement: Revised 1103016 Except in an emergency endangering life or property, or as expressly set forth herein, no addition or changes to the Work shall be made except upon written order of Owner, and Owner shall not be liable to the Contractor for any increased compensation without such written order. No officer, employee or agent of Owner is authorized to direct any extra or changed work orally. Any alleged changes must be approved by Owner in writing prior to starting such items. Owner will not be responsible for the costs of any changes commenced without Owner's express prior written approval. Failure to obtain such prior written approval for any changes will be deemed: (i) a waiver of any claim by Contractor for such items and (ii) an admission by Contractor that such items are in fact not a change but rather are part of the Work required of Contractor hereunder. 10.2 A Change Order, in the form attached as Exhibit E to this Agreement, shall be issued and executed promptly after an agreement is reached between Contractor and Owner concerning the requested changes. Contractor shall promptly perform changes authorized by duly executed Change Orders. The Contract Amount and Contract Time shall be adjusted in the Change Order in the manner as Owner and Contractor shall mutually agree. 10.3 If Owner and Contractor are unable to agree on a Change Order for the requested change, Contractor shall, nevertheless, promptly perform the change as directed by Owner in a written Work Directive Change. In that event, the Contract Amount and Contract Time shall be adjusted as directed by Owner. If Contractor disagrees with the Owner's adjustment determination, Contractor must make a claim pursuant to Section 11 of these General Conditions or else be deemed to have waived any claim on this matter it might otherwise have had. 10.4 In the event a requested change results in an increase to the Contract Amount, the amount of the increase shall be limited to the Contractor's reasonable direct labor and material costs and reasonable actual equipment costs as a result of the change (including allowance for labor burden costs) plus a maximum ten percent (10%) markup for all overhead and profit. In the event such change Work is performed by a Subcontractor, a maximum ten percent (10%) markup for all overhead and profit for all Subcontractors' and sub -subcontractors' direct labor and material costs and actual equipment costs shall be permitted, with a maximum five percent (5%) markup thereon by the Contractor for all of its overhead and profit, for a total maximum markup of fifteen percent (15%). All compensation due Contractor and any Subcontractor or sub -subcontractor for field and home office overhead is included in the markups noted above. Contractor's and Sub -Contractor's bond costs associated with any change order shall be included in the overhead and profit expenses and shall not be paid as a separate line item. No markup shall be placed on sales tax, shipping or subcontractor markup. 10.5 Owner shall have the right to conduct an audit of Contractor's books and records to verify the accuracy of the Contractor's claim with respect to Contractor's costs associated with any Change Order or Work Directive Change. 10.6 The Project Manager shall have authority to order minor changes in the Work not involving an adjustment to the Contract Amount or an extension to the Contract Time and not inconsistent with the intent of the Contract Documents. Such changes may be effected by Field Order or by other written order. Such changes shall be binding on the Contractor. 10.7 Any modifications to this Contract shall be in compliance with the County procurement ordinance and policies and Administrative Procedures in effect at the time such modifications are authorized. 61 Construction Services Agreement: Revised 1103016 1 1/ —3 q, I NJ 0 11.1 Claim is a demand or assertion by one of the parties seeking an adjustment or interpretation of the terms of the Contract Documents, payment of money, extension of time or other relief with respect to the terms of the Contract Documents. The term "Claim" also includes other disputes and matters in question between Owner and Contractor arising out of or relating to the Contract Documents. The responsibility to substantiate a Claim shall rest with the party making the Claim. 11.2 Claims by the Contractor shall be made in writing to the Project Manager within forty- eight (48) hours from when the Contractor knew or should have known of the event giving rise to such Claim or else the Contractor shall be deemed to have waived the Claim. Written supporting data shall be submitted to the Project Manager within fifteen (15) calendar days after the occurrence of the event, unless the Owner grants additional time in writing, or else the Contractor shall be deemed to have waived the Claim. All Claims shall be priced in accordance with the provisions of Subsection 10.4. 11.3 The Contractor shall proceed diligently with its performance as directed by the Owner, regardless of any pending Claim, action, suit or administrative proceeding, unless otherwise agreed to by the Owner in writing. Owner shall continue to make payments in accordance with the Contract Documents during the pendency of any Claim. 12. OTHER WORK. 12.1 Owner may perform other work related to the Project at the site by Owner's own forces, have other work performed by utility owners or let other direct contracts. If the fact that such other work is to be performed is not noted in the Contract Documents, written notice thereof will be given to Contractor prior to starting any such other work. If Contractor believes that such performance will involve additional expense to Contractor or require additional time, Contractor shall send written notice of that fact to Owner and Design Professional within forty-eight (48) hours of being notified of the other work. If the Contractor fails to send the above required forty- eight (48) hour notice, the Contractor will be deemed to have waived any rights it otherwise may have had to seek an extension to the Contract Time or adjustment to the Contract Amount. 12.2 Contractor shall afford each utility owner and other contractor who is a party to such a direct contract (or Owner, if Owner is performing the additional work with Owner's employees) proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such work and shall properly connect and coordinate its Work with theirs. Contractor shall do all cutting, fitting and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. Contractor shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the Project Manager and the others whose work will be affected. The duties and responsibilities of Contractor under this paragraph are for the benefit of such utility owners and other Contractors to the extent that there are comparable provisions for the benefit of Contractor in said direct contracts between Owner and such utility owners and other contractors. 12.3 If any part of Contractor's Work depends for proper execution or results upon the work of any other contractor or utility owner (or Owner), Contractor shall inspect and promptly report to Project Manager in writing any delays, defects or deficiencies in such work that render it 62 Construction Services Agreement: Revised 1103016 unavailable or unsuitable for such proper execution and results. Contractor's failure to report will constitute an acceptance of the other work as fit and proper for integration with Contractor's Work. 13.1 To the maximum extent permitted by Florida law, Contractor shall indemnify and hold harmless Owner and its officers and employees from any and all liabilities, claims, damages, penalties, demands, judgments, actions, proceedings, losses or costs, including, but not limited to, reasonable attorneys' fees and paralegals' fees, whether resulting from any claimed breach of this Agreement by Contractor, any statutory or regulatory violations, or from personal injury, property damage, direct or consequential damages, or economic loss, to the extent caused by the negligence, recklessness, or intentional wrongful misconduct of Contractor or anyone employed or utilized by the Contractor in the performance of this Agreement. 13.2 The duty to defend under this Article _1.3 is independent and separate from the duty to indemnify, and the duty to defend exists regardless of any ultimate liability of the Contractor, Owner and any indemnified party. The duty to defend arises immediately upon presentation of a claim by any party and written notice of such claim being provided to Contractor. Contractor's obligation to indemnify and defend under this Article 13 will survive the expiration or earlier termination of this Agreement until it is determined by final judgment that an action against the Owner or an indemnified party for the matter indemnified hereunder is fully and finally barred by the applicable statute of limitations. 13.3 Contractor shall obtain and carry, at all times during its performance under the Contract Documents, insurance of the types and in the amounts set forth in Exhibit B to the Agreement. Further, the Contractor shall at all times comply with all of the terms, conditions, requirements and obligations set forth under Exhibit B. 14. COMPLIANCE WITH LAWS. 14.1 Contractor agrees to comply, at its own expense, with all federal, state and local laws, codes, statutes, ordinances, rules, regulations and requirements applicable to the Project, including but not limited to those dealing with taxation, worker's compensation, equal employment and safety (including, but not limited to, the Trench Safety Act, Chapter 553, Florida Statutes), If Contractor observes that the Contract Documents are at variance therewith, it shall promptly notify Project Manager in writing. To the extent any law, rule, regulation, code, statute, or ordinance requires the inclusion of certain terms in this Agreement in order for this Agreement to be enforceable, such terms shall be deemed included in this Agreement. Notwithstanding anything in the Contract Documents to the contrary, it is understood and agreed that in the event of a change in any applicable laws, ordinances, rules or regulations subsequent to the date this Agreement was executed that increases the Contractor's time or cost of performance of the Work, Contractor is entitled to a Change Order for such increases, except to the extent Contractor knew or should have known of such changes prior to the date of this Agreement. 14.2 By executing and entering into this agreement, the Contractor is formally acknowledging without exception or stipulation that it is fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended. Failure by the Contractor to comply with 63 Construction Services Agreement: Revised 1103016 the laws referenced herein shall constitute a breach of this agreement and the County shall have the discretion to unilaterally terminate this agreement immediately. 14.3 Statutes and executive orders require employers to abide by the immigration laws of the United States and to employ only individuals who are eligible to work in the United States. The Employment Eligibility Verification System (E -Verify) operated by the Department of Homeland Security (DHS) in partnership with the Social Security Administration (SSA), provides an Internet -based means of verifying employment eligibility of workers in the United States; it is not a substitute for any other employment eligibility verification requirements. The program will be used for Collier County formal Invitations to Bid (ITB) and Request for Proposals (RFP) including professional services and construction services. Exceptions to the program: • Commodity based procurement where no services are provided. • Where the requirement for the affidavit is waived by the Board of County Commissioners Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Vendors are also required to provide the Collier County Procurement Services Division an executed affidavit certifying they shall comply with the E -Verify Program. The affidavit is attached to the solicitation documents. If the Bidder/Vendor does not comply with providing both the acceptable E -Verify evidence and the executed affidavit the bidder's / vendor's proposal may be deemed non-responsive. Additionally, vendors shall require all subcontracted vendors to use the E -Verify system for all purchases not covered under the "Exceptions to the program" clause above. For additional information regarding the Employment Eligibility Verification System (E -Verify) program visit the following website: http://www.dhs.gov/E-Verify. It shall be the vendor's responsibility to familiarize themselves with all rules and regulations governing this program. Vendor acknowledges, and without exception or stipulation, any firm(s) receiving an award shall be fully responsible for complying with the provisions of the Immigration Reform and Control Act of 1986 as located at 8 U.S.C. 1324, et seq. and regulations relating thereto, as either may be amended and with the provisions contained within this affidavit. Failure by the awarded firm(s) to comply with the laws referenced herein or the provisions of this affidavit shall constitute a breach of the award agreement and the County shall have the discretion to unilaterally terminate said agreement immediately. 15. CLEANUP AND PROTECTIONS. 15.1 Contractor agrees to keep the Project site clean at all times of debris, rubbish and waste materials arising out of the Work. At the completion of the Work, Contractor shall remove all debris, rubbish and waste materials from and about the Project site, as well as all tools, appliances, construction equipment and machinery and surplus materials, and shall leave the Project site clean and ready for occupancy by Owner. 64 Construction Services Agreement: Revised 1103016 15.2 Any existing surface or subsurface improvements, including, but not limited to, pavements, curbs, sidewalks, pipes, utilities, footings, structures, trees and shrubbery, not indicated in the Contract Documents to be removed or altered, shall be protected by Contractor from damage during the prosecution of the Work. Subject to the Section 2.3 above, any such improvements so damaged shall be restored by Contractor to the condition equal to that e)asting at the time of Contractor's commencement of the Work. iI• 16.1 Contractor shall not assign this Agreement or any part thereof, without the prior consent in writing of Owner. Any attempt to assign or otherwise transfer this Agreement, or any part herein, without the Owner's consent, shall be void. If Contractor does, with approval, assign this Agreement or any part thereof, it shall require that its assignee be bound to it and to assume toward Contractor all of the obligations and responsibilities that Contractor has assumed toward Owner. 17.1 Pursuant to Section 218.80, F. S., Owner will pay for all Collier County permits and fees, including license fees, permit fees, impact fees or inspection fees applicable to the Work through an internal budget transfer(s). Contractor is not responsible for paying for permits issued by Collier County, but Contractor is responsible for acquiring all permits. Owner may require the Contractor to deliver internal budget transfer documents to applicable Collier County agencies when the Contractor is acquiring permits. Owner will not be obligated to pay for any permits obtained by Subcontractors. 17.2 All permits, fees and licenses necessary for the prosecution of the Work which are not issued by Collier County shall be acquired and paid for by the Contractor. 17.3 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. 18. TERMINATION FOR DEFAULT. 18.1 Contractor shall be considered in material default of the Agreement and such default shall be considered cause for Owner to terminate the Agreement, in whole or in part, as further set forth in this Section, if Contractor: (1) fails to begin the Work under the Contract Documents within the time specified herein; or (2) fails to properly and timely perform the Work as directed by the Project Manager or as provided for in the approved Progress Schedule; or (3) performs the Work unsuitably or neglects or refuses to remove materials or to correct or replace such Work as may be rejected as unacceptable or unsuitable; or (4) discontinues the prosecution of the Work; or (5) fails to resume Work which has been suspended within a reasonable time after being notified to do so; or (6) becomes insolvent or is declared bankrupt, or commits any act of bankruptcy; or (7) allows any final judgment to stand against it unsatisfied for more than ten (10) days; or (8) makes an assignment for the benefit of creditors; or (9) fails to obey any applicable codes, laws, ordinances, rules or regulations with respect to the Work; or (10) materially breaches any other provision of the Contract Documents. 18.2 Owner shall notify Contractor in writing of Contractor's default(s). If Owner determines that Contractor has not remedied and cured the default(s) within seven (7) calendar days 65 Construction Services Agreement: Revised 1103016 following receipt by Contractor of said written notice or such longer period of time as may be consented to by Owner in writing and in its sole discretion, then Owner, at its option, without releasing or waiving its rights and remedies against the Contractor's sureties and without prejudice to any other right or remedy it may be entitled to hereunder or by law, may terminate Contractor's right to proceed under the Agreement, in whole or in part, and take possession of all or any portion of the Work and any materials, tools, equipment, and appliances of Contractor, take assignments of any of Contractor's subcontracts and purchase orders, and complete all or any portion of Contractor's Work by whatever means, method or agency which Owner, in its sole discretion, may choose. 18.3 If Owner deems any of the foregoing remedies necessary, Contractor agrees that it shall not be entitled to receive any further payments hereunder until after the Project is completed. All moneys expended and all of the costs, losses, damages and extra expenses, including all management, administrative and other overhead and other direct and indirect expenses (including Design Professional and attorneys' fees) or damages incurred by Owner incident to such completion, shall be deducted from the Contract Amount, and if such expenditures exceed the unpaid balance of the Contract Amount, Contractor agrees to pay promptly to Owner on demand the full amount of such excess, including costs of collection, attorneys' fees (including appeals) and interest thereon at the maximum legal rate of interest until paid. If the unpaid balance of the Contract Amount exceeds all such costs, expenditures and damages incurred by the Owner to complete the Work, such excess shall be paid to the Contractor. The amount to be paid to the Contractor or Owner, as the case may be, shall be approved by the Project Manager, upon application, and this obligation for payment shall survive termination of the Agreement. 18.4 The liability of Contractor hereunder shall extend to and include the full amount of any and all sums paid, expenses and losses incurred, damages sustained, and obligations assumed by Owner in good faith under the belief that such payments or assumptions were necessary or required, in completing the Work and providing labor, materials, equipment, supplies, and other items therefore or re -letting the Work, and in settlement, discharge or compromise of any claims, demands, suits, and judgments pertaining to or arising out of the Work hereunder. 18.5 If, after notice of termination of Contractor's right to proceed pursuant to this Section, it is determined for any reason that Contractor was not in default, or that its default was excusable, or that Owner is not entitled to the remedies against Contractor provided herein, then the termination will be deemed a termination for convenience and Contractor's remedies against Owner shall be the same as and limited to those afforded Contractor under Section 19 below. 18.6 In the event (i) Owner fails to make any undisputed payment to Contractor within thirty (30) days after such payment is due or Owner otherwise persistently fails to fulfill some material obligation owed by Owner to Contractor under this Agreement, and (ii) Owner has failed to cure such default within fourteen (14) days of receiving written notice of same from Contractor, then Contractor may stop its performance under this Agreement until such default is cured, after giving Owner a second fourteen (14) days written notice of Contractor's intention to stop performance under the Agreement. If the Work is so stopped for a period of one hundred and twenty (120) consecutive days through no act or fault of the Contractor or its Subcontractors or their agents or employees or any other persons performing portions of the Work under contract with the Contractor or any Subcontractor, the Contractor may terminate this Agreement by giving written notice to Owner of Contractor's intent to terminate this Agreement. If Owner does not cure its default within fourteen (14) days after receipt of Contractor's written notice, Contractor may, upon fourteen (14) additional days' written notice to the Owner, terminate the 66 Construction Services Agreement: Revised 1103016 Agreement and recover from the Owner payment for Work performed through the termination date' but in no event Sh8U Contractor be entitled to payment for Work not performed or any other damages from Owner. 19. TERMINATION FOR CONVENIENCE AND RIGHT OF SUSPENSION. 19.1 Owner shall have the right to terminate this Agreement without cause upon seven (7) calendar days written notice to Contractor. In the event of such termination for onnv8niamoe. Contractor's recovery against Owner shall be limited to that portion of the Contract Amount earned through the date of tennin8tion, together with any retainage withheld and ne000n8N8 termination expenses incurred, but Contractor ahe|| not be endUoU to any other or further recovery against Owner, ino|uding, but not limited to, damages or any anticipated profit on portions Ofthe Work not performed. 19.2 Owner shall have the right to suspend all or any portions of the Work upon giving Contractor not less than two (2) calendar days' prior written notice of such suspension. |f8|| Or any portion of the Work is so suspended, Contractor's So|a and exclusive remedy shall be to seek an extension of time to its schedule in @CCordenms with the pr0oadunae set forth in the Contract [}UCunnonta. In no event shall the Contractor be entitled to any additional CVnopenandOn or damages. Pnovid8d, hovv8v8/. if the ordered suspension exceeds Six (8) nnnnthS. the Contractor oheU have the right to terminate the Agreement with respect to that portion 0fthe Work which iSsubject tnthe ordered suspension. 20. CC3K8PLET|C]yJ. 20.1 When the entire Work (or any portion thereof designated in writing by C}vvnoh is ready for its intended use, Contractor oh8|| notify Project K88DRQor in writing that the entire Work (or such designated portion) is substantially complete. Within a reasonable time thereafter, Owner, Contractor and Design Professional shall make an inspection of the Work (or designated portion thereof) to determine the status of o0nnp|oUon. If [)vvn8r, after conferring with the Design ProfeSoiono|, d08e not consider the Work (Or designated portion) substantially COnnp|et8. Project Manager shall notify Contractor in writing giving the reasons therefore. If Owner, after conferring with the Design Professional, considers the Work (Or designated portion) substantially complete, Project Manager oh8|| prepare and deliver to Contractor 8 Certificate of Substantial Completion which shall fix the date of Substantial Completion for the entire VV0rh /or designated portion thereof) and include 8 tentative punch -list of it8nna to be oonnp|ehad or corrected byContractor before final payment. Owner shall have the right toexclude Contractor from the Work and Project site (or designated portion thereof) after the date of Substantial Completion, but Owner shall allow Contractor reasonable access to oornp|8ha or correct items onthe tentative punoh-|ist. The Project Manager, shall coordinate with the Contractor the return ofany surplus assets, including materials, supplies, and equipment. 20.2 Upon receipt of written certification by Contractor that the Work is completed in accordance with the Contract Documents and is ready for final inspection and acceptance, Project Manager and Design Professional will make Such inspection and, if they find the Work acceptable and fully performed under the Contract Documents shall promptly approve payment, recommending that, on the basis of their observations and inopootiona, and the Contractor's certification that the Work has been Cunnp|at8d in accordance with the t8rnne and conditions of the Contract Documents, that the entire balance found tob8due Contractor iSdue and payable. Neither the final payment nor the retainage shall become due and payable until Contractor 67 (1) Receipt of Contractor's Final Application for Payment. (2) The Release and Affidavit in the form attached as Exhibit C. (3) Consent of surety to final payment. (4) Receipt of the final payment check list. (5) If required by Owner, other data establishing payment or satisfaction of all obligations, such as receipts, releases and waivers of liens, arising out of the Contract Documents, to the extent and in such form as may be designated by Owner. Owner reserves the right to inspect the Work and make an independent determination as to the Work's acceptability, even though the Design Professional may have issued its recommendations. Unless and until the Owner is completely satisfied, neither the final payment nor the retainage shall become due and payable. 21. WARRANTY. 21.1 Contractor shall obtain and assign to Owner all express warranties given to Contractor or any subcontractors by any subcontractor or material men supplying materials, equipment or fixtures to be incorporated into the Project. Contractor warrants to Owner that any materials and equipment furnished under the Contract Documents shall be new unless otherwise specified, and that all Work shall be of good quality, free from all defects and in conformance with the Contract Documents. Contractor further warrants to Owner that all materials and equipment furnished under the Contract Documents shall be applied, installed, connected, erected, used, cleaned and conditioned in accordance with the instructions of the applicable manufacturers, fabricators, suppliers or processors except as otherwise provided for in the Contract Documents. If, within one (1) year after Substantial Completion, any Work is found to be defective or not in conformance with the Contract Documents, Contractor shall correct it promptly after receipt of written notice from Owner. Contractor shall also be responsible for and pay for replacement or repair of adjacent materials or Work which may be damaged as a result of such replacement or repair. Further, in the event of an emergency, Owner may commence to correct any defective Work, without prior notice to Contractor, at Contractor's expense. These warranties are in addition to those implied warranties to which Owner is entitled as a matter of law. 21.2 No later than 30 days prior to expiration of the warranty, the Project Manager, or another representative of the Owner, shall conduct an inspection of the warranted work to verify compliance with the requirements of the Agreement. The Contractor's Representative shall be present at the time of inspection and shall take remedial actions to correct any deficiencies noted in the inspection. Failure of the Contractor to correct the cited deficiencies shall be grounds for the Owner to disqualify the Contractor from future bid opportunities with the Owner, in addition to any other rights and remedies available to Owner. 22. TESTS AND INSPECTIONS. 22.1 Owner, Design Professional, their respective representatives, agents and employees, and governmental agencies with jurisdiction over the Project shall have access at all times to the Work, whether the Work is being performed on or off of the Project site, for their observation, inspection and testing. Contractor shall provide proper, safe conditions for such access. Contractor shall provide Project Manager with timely notice of readiness of the Work for all required inspections, tests or approvals. 68 Construction Services Agreement: Revised 1103016 22.2 If the Contract Documents or any codes, laws, ordinances, rules or regulations of any public authority having jurisdiction over the Project requires any portion of the Work to be specifically inspected, tested or approved, Contractor shall assume full responsibility therefore, pay all costs in connection therewith and furnish Project Manager the required certificates of inspection, testing or approval. All inspections, tests or approvals shall be performed in a manner and by organizations acceptable to the Project Manager. 22.3 Contractor is responsible, without reimbursement from Owner, for re -inspection fees and costs; to the extent such re -inspections are due to the fault or neglect of Contractor. 22.4 If any Work that is to be inspected, tested or approved is covered without written concurrence from the Project Manager, such work must, if requested by Project Manager, be uncovered for observation. Such uncovering shall be at Contractor's expense unless Contractor has given Project Manager timely notice of Contractor's intention to cover the same and Project Manager has not acted with reasonable promptness to respond to such notice. If any Work is covered contrary to written directions from Project Manager, such Work must, if requested by Project Manager, be uncovered for Project Manager's observation and be replaced at Contractor's sole expense. 22.5 The Owner shall charge to Contractor and may deduct from any payments due Contractor all engineering and inspection expenses incurred by Owner in connection with any overtime work. Such overtime work consisting of any work during the construction period beyond the regular eight (8) hour day and for any work performed on Saturday, Sunday or holidays. 22.6 Neither observations nor other actions by the Project Manager or Design Professional nor inspections, tests or approvals by others shall relieve Contractor from Contractor's obligations to perform the Work in accordance with the Contract Documents. 23. DEFECTIVE WORK. 23.1 Work not conforming to the requirements of the Contract Documents or any warranties made or assigned by Contractor to Owner shall be deemed defective Work. If required by Project Manager, Contractor shall as directed, either correct all defective Work, whether or not fabricated, installed or completed, or if the defective Work has been rejected by Project Manager, remove it from the site and replace it with non -defective Work. Contractor shall bear all direct, indirect and consequential costs of such correction or removal (including, but not limited to fees and charges of engineers, architects, attorneys and other professionals) made necessary thereby, and shall hold Owner harmless for same. 23.2 If the Project Manager considers it necessary or advisable that covered Work be observed by Design Professional or inspected or tested by others and such Work is not otherwise required to be inspected or tested, Contractor, at Project Manager's request, shall uncover, expose or otherwise make available for observation, inspection or tests as Project Manager may require, that portion of the Work in question, furnishing all necessary labor, material and equipment. If it is found that such Work is defective, Contractor shall bear all direct, indirect and consequential costs of such uncovering, exposure, observation, inspection and testing and of satisfactory reconstruction (including, but not limited to, fees and charges of engineers, architects, attorneys and other professionals), and Owner shall be entitled to an appropriate decrease in the Contract Amount. If, however, such Work is not found to be 69 Construction Services Agreement: Revised 1103016 defective, Contractor shall be allowed an increase in the Contract Amount and/or an extension to the Contract Time, directly attributable to such uncovering, exposure, observation, inspection, testing and reconstruction. 23.3 If any portion of the Work is defective, or if Contractor fails to supply sufficient skilled workers, suitable materials or equipment or fails to finish or perform the Work in such a way that the completed Work will conform to the Contract Documents, Project Manager may order Contractor to stop the Work, or any portion thereof, until the cause for such order has been eliminated. The right of Project Manager to stop the Work shall be exercised, if at all, solely for Owner's benefit and nothing herein shall be construed as obligating the Project Manager to exercise this right for the benefit of Design Engineer, Contractor, or any other person. 23.4 Should the Owner determine, at its sole opinion, it is in the Owner's best interest to accept defective Work, the Owner may do so. Contractor shall bear all direct, indirect and consequential costs attributable to the Owner's evaluation of and determination to accept defective Work. If such determination is rendered prior to final payment, a Change Order shall be executed evidencing such acceptance of such defective Work, incorporating the necessary revisions in the Contract Documents and reflecting an appropriate decrease in the Contract Amount. If the Owner accepts such defective Work after final payment, Contractor shall promptly pay Owner an appropriate amount to adequately compensate Owner for its acceptance of the defective Work. 23.5 If Contractor fails, within a reasonable time after the written notice from Project Manager, to correct defective Work or to remove and replace rejected defective Work as required by Project Manager or Owner, or if Contractor fails to perform the Work in accordance with the Contract Documents, or if Contractor fails to comply with any of the provisions of the Contract Documents, Owner may, after seven (7) days written notice to Contractor, correct and remedy any such deficiency. Provided, however, Owner shall not be required to give notice to Contractor in the event of an emergency. To the extent necessary to complete corrective and remedial action, Owner may exclude Contractor from any or all of the Project site, take possession of all or any part of the Work, and suspend Contractor's services related thereto, take possession of Contractor's tools, appliances, construction equipment and machinery at the Project site and incorporate in the Work all materials and equipment stored at the Project site or for which Owner has paid Contractor but which are stored elsewhere. Contractor shall allow Owner, Design Professional and their respective representatives, agents, and employees such access to the Project site as may be necessary to enable Owner to exercise the rights and remedies under this paragraph. All direct, indirect and consequential costs of Owner in exercising such rights and remedies shall be charged.against Contractor, and a Change Order shall be issued, incorporating the necessary revisions to the Contract Documents, including an appropriate decrease to the Contract Amount. Such direct, indirect and consequential costs shall include, but not be limited to, fees and charges of engineers, architects, attorneys and other professionals, all court costs and all costs of repair and replacement of work of others destroyed or damaged by correction, removal or replacement of Contractor's defective Work. Contractor shall not be allowed an extension of the Contract Time because of any delay in performance of the Work attributable to the exercise by Owner of Owner's rights and remedies hereunder. 70 Construction Services Agreement: Revised 1103016 24.1 Contractor shall plan, organize, supervise, schedule, monitor, direct and control the Work competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the Work in accordance with the Contract Documents. Contractor shall be responsible to see that the finished Work complies accurately with the Contract Documents. Contractor shall keep on the Work at all times during its progress a competent resident superintendent, who shall be subject to Owner's approval and not be replaced without prior written notice to Project Manager except under extraordinary circumstances. The superintendent shall be employed by the Contractor and be the Contractor's representative at the Project site and shall have authority to act on behalf of Contractor. All communications given to the superintendent shall be as binding as if given to the Contractor. Owner shall have the right to direct Contractor to remove and replace its Project superintendent, with or without cause. Attached to the Agreement as Exhibit N is a list identifying Contractor's Project Superintendent and all of Contractor's key personnel who are assigned to the Project; such identified personnel shall not be removed without Owner's prior written approval, and if so removed must be immediately replaced with a person acceptable to Owner. 24.2 Contractor shall have a competent superintendent on the project at all times whenever contractor's work crews, or work crews of other parties authorized by the Project Manager are engaged in any activity whatsoever associated with the Project. Should the Contractor fail to comply with the above condition, the Project Manager shall, at his discretion, deduct from the Contractor's monthly pay estimate, sufficient moneys to account for the Owner's loss of adequate project supervision, not as a penalty, but as liquidated damages, separate from the liquidated damages described in Section 5.13, for services not rendered. 25. PROTECTION OF WORK. 25.1 Contractor shall fully protect the Work from loss or damage and shall bear the cost of any such loss or damage until final payment has been made. If Contractor or any one for whom Contractor is legally liable for is responsible for any loss or damage to the Work, or other work or materials of Owner or Owner's separate contractors, Contractor shall be charged with the same, and any moneys necessary to replace such loss or damage shall be deducted from any amounts due Contractor. 25.2 Contractor shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall Contractor subject any part of the Work or adjacent property to stresses or pressures that will endanger it. 25.3 Contractor shall not disturb any benchmark established by the Owner or Design Professional with respect to the Project. If Contractor, or its subcontractors, agents or anyone for whom Contractor is legally liable, disturbs the Owner or Design Professional's benchmarks, Contractor shall immediately notify Project Manager and Design Professional. The Owner or Design Professional shall re-establish the benchmarks and Contractor shall be liable for all costs incurred by Owner associated therewith. 26. EMERGENCIES. 26.1 In the event of an emergency affecting the safety or protection of persons or the Work or property at the Project site or adjacent thereto, Contractor, without special instruction or authorization from Owner or Design Professional is obligated to act to prevent threatened 71 Construction Services Agreement: Revised 1103016 damage, injury or loss. Contractor shall give Project Manager written notice within forty-eight (48) hours after Contractor knew or should have known of the occurrence of the emergency, if Contractor believes that any significant changes in the Work or variations from the Contract Documents have been caused thereby. If the Project Manager determines that a change in the Contract Documents is required because of the action taken in response to an emergency, a Change Order shall be issued to document the consequences of the changes or variations. If Contractor fails to provide the forty-eight (48) hour written notice noted above, the Contractor shall be deemed to have waived any right it otherwise may have had to seek an adjustment to the Contract Amount or an extension to the Contract Time. 27.1 Contractor shall maintain all construction equipment, the storage of materials and equipment and the operations of workers to the Project site and land and areas identified in and permitted by the Contract Documents and other lands and areas permitted by law, rights of way, permits and easements, and shall not unreasonably encumber the Project site with construction equipment or other material or equipment. Contractor shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof, or any land or areas contiguous thereto, resulting from the performance of the Work. 28.1 Contractor shall be responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. Contractor shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury or loss to: 28.1.1 All employees on or about the project site and other persons and/or organizations who may be affected thereby; 28.1.2 All the Work and materials and equipment to be incorporated therein, whether in storage on or off the Project site; and 28.1.3 Other property on Project site or adjacent thereto, including trees, shrubs, walks, pavements, roadways, structures, utilities and any underground structures or improvements not designated for removal, relocation or replacement in the Contract Documents. 28.2 Contractor shall comply with all applicable codes, laws, ordinances, rules and regulations of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss. Contractor shall erect and maintain all necessary safeguards for such safety and protection. Contractor shall notify owners of adjacent property and of underground structures and improvements and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation or replacement of their property. Contractor's duties and responsibilities for the safety and protection of the Work shall continue until such time as the Work is completed and final acceptance of same by Owner has occurred. All new electrical installations shall incorporate NFPA 70E Short Circuit Protective Device Coordination and Arc Flash Studies where relevant as determined by the engineer. 72 Construction Services Agreement: Revised 1103016 All electrical installations shall be labeled with appropriate NFPA 70E arch flash boundary and PPE Protective labels. 28.3. Contractor shall designate a responsible representative located on a full time basis at the Project site whose duty shall be the prevention of accidents. This person shall be Contractor's superintendent unless otherwise designated in writing by Contractor to Owner. 28.4 Alcohol, drugs and all illegal substances are strictly prohibited on any Owner property. All employees of Contractor, as well as those of all subcontractors and those of any other person or entity for whom Contractor is legally liable (collectively referred to herein as "Employees"), shall not possess or be under the influence of any such substances while on any Owner property. Further, Employees shall not bring on to any Owner property any gun, rifle or other firearm, or explosives of any kind. 28.5 Contractor acknowledges that the Work may be progressing on a Project site which is located upon or adjacent to an existing Owner facility. In such event, Contractor shall comply with the following: 28.5.1 All Owner facilities are smoke free. Smoking is strictly prohibited; 28.5.2 All Employees shall be provided an identification badge by Contractor. Such identification badge must be prominently displayed on the outside of the Employees' clothing at all times. All Employees working at the Project site must log in and out with the Contractor each day; 28.5.3 Contractor shall strictly limit its operations to the designated work areas and shall not permit any Employees to enter any other portions of Owner's property without Owner's expressed prior written consent; 28.5.4 All Employees are prohibited from distributing any papers or other materials upon Owner's property, and are strictly prohibited from using any of Owner's telephones or other office equipment; 28.5.5 All Employees shall at all times comply with the OSHA regulations with respect to dress and conduct at the Project site. Further, all Employees shall comply with the dress, conduct and facility regulations issued by Owner's officials onsite, as said regulations may be changed from time to time; 28.5.6 All Employees shall enter and leave Owner's facilities only through the ingress and egress points identified in the site utilization plan approved by Owner or as otherwise designated, from time to time, by Owner in writing; 28.5.7 When requested, Contractor shall cooperate with any ongoing Owner investigation involving personal injury, economic loss or damage to Owner's facilities or personal property therein; 28.5.8 The Employees may not solicit, distribute or sell products while on Owner's property. Friends, family members or other visitors of the Employees are not permitted on Owner's property; and 73 Construction Services Agreement: Revised 1103016 28.5.9 At all times, Contractor shall adhere to Owner's safety and security regulations, and shall comply with all security requirements at Owner's facilities, as said regulations and requirements may be modified or changed by Owner from time to time. 29. PROJECT MEETINGS. Prior to the commencement of Work, the Contractor shall attend a pre -construction conference with the Project Manager, Design Professional and others as appropriate to discuss the Progress Schedule, procedures for handling shop drawings and other submittals, and for processing Applications for Payment, and to establish a working understanding among the parties as to the Work. During the prosecution of the Work, the Contractor shall attend any and all meetings convened by the Project Manager with respect to the Project, when directed to do so by Project Manager or Design Professional. The Contractor shall have its subcontractors and suppliers attend all such meetings (including the pre -construction conference) as may be directed by the Project Manager. 0. VENDOR PERFORMANCE EVALUATION. Owner has implemented a Vendor Performance Evaluation System for all contracts awarded in excess of $25,000. To this end, vendors will be evaluated on their performance upon completion/termination of this Agreement. 31. MAINTENANCE OF TRAFFIC POLICY. For all projects that are conducted within a Collier County Right -of -Way, the Contractor shall provide and erect Traffic Control Devices as prescribed in the current edition of the Manual On Uniform Traffic Control Devices (MUTCD), where applicable on local roadways and as prescribed in the Florida Department of Transportations Design Standards (DS), where applicable on state roadways. These projects shall also comply with Collier County's Maintenance of Traffic Policy, #5807, incorporated herein by reference. Copies are available through Risk Management and/or Procurement Services Division, and is available on-line at colliergov.net/purchasing. The Contractor will be responsible for obtaining copies of all required manuals, MUTCD, FDOT Roadway & Traffic Design Standards Indexes, or other related documents, so to become familiar with their requirements. Strict adherence to the requirements of the Maintenanoe of Traffic ("MOT") policy will be enforced under this Contract. All costs associated with the Maintenance of Traffic shall be included on the line item on the bid page. If MOT is required, MOT is to be provided within ten (10) days of receipt of Notice of Award. 32. SALES TAX SAVINGS AND DIRECT PURCHASE. 32.1 Contractor shall pay all sales, consumer, use and other similar taxes associated with the Work or portions thereof, which are applicable during the performance of the Work. No markup shall be applied to sales tax. Additionally, as directed by Owner and at no additional cost to Owner, Contractor shall comply with and fully implement the sales tax savings program with respect to the Work, as set forth in section 32.2 below: 74 Construction Services Agreement: Revised 1103016 32.2 Notwithstanding anything herein to the contrary, because Owner is exempt from sales tax and may wish to generate sales tax savings for the Project, Owner reserves the right to make direct purchases of various construction materials and equipment included in the Work ("Direct Purchase"). Contractor shall prepare purchase orders to vendors selected by Contractor, for execution by Owner, on forms provided by Owner. Contractor shall allow two weeks for execution of all such purchase orders by Owner. Contractor represents and warrants that it will use its best efforts to cooperate with Owner in implementing this sales tax savings program in order to maximize cost savings for the Project. Adjustments to the Contract Amount will be made by appropriate Change Orders for the amounts of each Owner Direct Purchase, plus the saved sales taxes. A Change Order shall be processed promptly after each Direct Purchase, or group of similar or related Direct Purchases, unless otherwise mutually agreed upon between Owner and Contractor. With respect to all Direct Purchases by Owner, Contractor shall remain responsible for coordinating, ordering, inspecting, accepting delivery, storing, handling, installing, warranting and quality control for all Direct Purchases. Notwithstanding anything herein to the contrary, Contractor expressly acknowledges and agrees that all Direct Purchases shall be included within and covered by Contractor's warranty to Owner to the same extent as all other warranties provided by Contractor pursuant to the terms of the Contract Documents. In the event Owner makes a demand against Contractor with respect to any Direct Purchase and Contractor wishes to make claim against the manufacturer or supplier of such Direct Purchase, upon request from Contractor Owner shall assign to Contractor any and all warranties and Contract rights Owner may have from any manufacturer or supplier of any such Direct Purchase by Owner. 32.3 Bidder represents and warrants that it is aware of its statutory responsibilities for sale tax under Chapter 212, Florida Statutes, and for its responsibilities for Federal excise taxes. 33. SUBCONTRACTS. 33.1 Contractor shall review the design and shall determine how it desires to divide the sequence of construction activities. Contractor will determine the breakdown and composition of bid packages for award of subcontracts, based on the current Project Milestone Schedule, and shall supply a copy of that breakdown and composition to Owner and Design Professional for their review and approval prior to submitting its first Application for Payment. Contractor shall take into consideration such factors as natural and practical lines of severability, sequencing effectiveness, access and availability constraints, total time for completion, construction market conditions, availability of labor and materials, community relations and any other factors pertinent to saving time and costs. 33.2 A Subcontractor is any person or entity who is performing, furnishing, supplying or providing any portion of the Work pursuant to a contract with Contractor. Contractor shall be solely responsible for and have control over the Subcontractors. Contractor shall negotiate all Change Orders, Work Directive Changes, Field Orders and Requests for Proposal, with all affected Subcontractors and shall review the costs of those proposals and advise Owner and Design Professional of their validity and reasonableness, acting in Owner's best interest, prior to requesting approval of any Change Order from Owner. All Subcontractors performing any portion of the Work on this Project must be "qualified" as defined in Collier County Ordinance 2013-69, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements with respect to its portion of the Work and has the integrity and reliability to assure good faith performance. 75 Construction Services Agreement: Revised 1103016 33.3 In addition to those Subcontractors identified in Contractor's bid that were approved by Owner, Contractor also shall identify any other Subcontractors, including their addresses, licensing information and phone numbers, it intends to utilize for the Project prior to entering into any subcontract or purchase order and prior to the Subcontractor commencing any work on the Project. The list identifying each Subcontractor cannot be modified, changed, or amended without prior written approval from Owner. Any and all Subcontractor work to be self -performed by Contractor must be approved in writing by Owner in its sole discretion prior to commencement of such work. Contractor shall continuously update that Subcontractor list, so that it remains current and accurate throughout the entire performance of the Work. 33.4 Contractor shall not enter into a subcontract or purchase order with any Subcontractor, if Owner reasonably objects to that Subcontractor. Contractor shall not be required to contract with anyone it reasonably objects to. Contractor shall keep on file a copy of the license for every Subcontractor and sub -subcontractor performing any portion of the Work, as well as maintain a log of all such licenses. All subcontracts and purchase orders between Contractor and its Subcontractors shall be in writing and are subject to Owner's approval. Further, unless expressly waived in writing by Owner, all subcontracts and purchase orders shall (1) require each Subcontractor to be bound to Contractor to the same extent Contractor is bound to Owner by the terms of the Contract Documents, as those terms may apply to the portion of the Work to be performed by the Subcontractor, (2) provide for the assignment of the subcontract or purchase order from Contractor to Owner at the election of Owner upon termination of Contractor, (3) provide that Owner will be an additional indemnified party of the subcontract or purchase order, (4) provide that Owner, Collier County Government, will be an additional insured on all liability insurance policies required to be provided by the Subcontractor except workman's compensation and business automobile policies, (5) assign all warranties directly to Owner, and (6) identify Owner as an intended third -party beneficiary of the subcontract or purchase order. Contractor shall make available to each proposed Subcontractor, prior to the execution of the subcontract, copies of the Contract Documents to which the Subcontractor will be bound. Each Subcontractor shall similarly make copies of such documents available to its sub -subcontractors. 33.5 Each Subcontractor performing work at the Project Site must agree to provide field (on- site) supervision through a named superintendent for each trade (e.g., general concrete forming and placement, masonry, mechanical, plumbing, electrical and roofing) included in its subcontract or purchase order. In addition, the Subcontractor shall assign and name a qualified employee for scheduling direction for its portion of the Work. The supervisory employees of the Subcontractor (including field superintendent, foreman and schedulers at all levels) must have been employed in a supervisory (leadership) capacity of substantially equivalent level on a similar project for at least two years within the last five years. The Subcontractor shall include a resume of experience for each employee identified by it to supervise and schedule its work. 33.6 Unless otherwise expressly waived by Owner in writing, all subcontracts and purchase orders shall provide: 33.6.1 That the Subcontractor's exclusive remedy for delays in the performance of the subcontract or purchase order caused by events beyond its control, including delays claimed to be caused by Owner or Design Professional or attributable to Owner or Design Professional and including claims based on breach of contract or negligence, shall be an extension of its contract time. 76 Construction Services Agreement: Revised 1103016 33.6.2 In the event of a change in the work, the Subcontractor's claim for adjustments in the contract sum are limited exclusively to its actual costs for such changes plus no more than 10% for overhead and profit. 33.6.3 The subcontract or purchase order, as applicable, shall require the Subcontractor to expressly agree that the foregoing constitute its sole and exclusive remedies for delays and changes in the Work and thus eliminate any other remedies for claim for increase in the contract price, damages, losses or additional compensation. Further, Contractor shall require all Subcontractors to similarly incorporate the terms of this Section 33.6 into their sub - subcontracts and purchase orders. 33.6.4 Each subcontract and purchase order shall require that any claims by Subcontractor for delay or additional cost must be submitted to Contractor within the time and in the manner in which Contractor must submit such claims to Owner, and that failure to comply with such conditions for giving notice and submitting claims shall result in the waiver of such claims. 34.1 Contractor shall maintain at the Project site, originals or copies of, on a current basis, all Project files and records, including, but not limited to, the following administrative records: 34.1.1 Subcontracts and Purchase Orders 34.1.2 Subcontractor Licenses 34.1.3 Shop Drawing Submittal/Approval Logs 34.1.4 Equipment Purchase/Delivery Logs 34.1.5 Contract Drawings and Specifications with Addenda 34.1.6 Warranties and Guarantees 34.1.7 Cost Accounting Records 34.1.8 Labor Costs 34.1.9 Material Costs 34.1.10 Equipment Costs 34.1.11 Cost Proposal Request 34.1.12 Payment Request Records 34.1.13 Meeting Minutes 34.1.14 Cost -Estimates 34.1.15 Bulletin Quotations 34.1.16 Lab Test Reports 34.1.17 Insurance Certificates and Bonds 34.1.18 Contract Changes 34.1.19 Permits 34.1.20 Material Purchase Delivery Logs 34.1.21 Technical Standards 34.1.22 Design Handbooks 34.1.23 "As -Built" Marked Prints 34.1.24 Operating & Maintenance Instruction 34.1.25 Daily Progress Reports 34.1.26 Monthly Progress Reports 34.1.27 Correspondence Files 34.1.28 Transmittal Records 34.1.29 Inspection Reports 77 Construction Services Agreement: Revised 1103016 34.1.30 Punch Lists 34.1.31 PMIS Schedule and Updates 34.1.32 Suspense (Tickler) Files of Outstanding Requirements The Project files and records shall be available at all times to Owner and Design Professional or their designees for reference, review or copying. 34.2 Contractor Presentations At the discretion of the County, the Contractor may be required to provide a brief update on the Project to the Collier County Board of County Commissioners, "Board", up to two (2) times per contract term. Presentations shall be made in a properly advertised Public Meeting on a schedule to be determined by the County Manager or his designee. Prior to the scheduled presentation date, the Contractor shall meet with appropriate County staff to discuss the presentation requirements and format. Presentations may include, but not be limited to, the following information: Original contract amount, project schedule, project completion date and any changes to the aforementioned since Notice to Proceed was issued. 35. SECURITY. The Contractor is required to comply with County Ordinance 2004-52, as amended. Background checks are valid for five (5) years and the Contractor shall be responsible for all associated costs. If required, Contractor shall be responsible for the costs of providing background checks by the Collier County Facilities Management Division for all employees that shall provide services to the County under this Agreement. This may include, but not be limited to, checking federal, state and local law enforcement records, including a state and FBI fingerprint check, credit reports, education, residence and employment verifications and other related records. Contractor shall be required to maintain records on each employee and make them available to the County for at least four (4) years. All of Contractor's employees and subcontractors must wear Collier County Government Identification badges at all times while performing services on County facilities and properties. Contractor ID badges are valid for one (1) year from the date of issuance and can be renewed each year at no cost to the Contractor during the time period in which their background check is valid, as discussed below. All technicians shall have on their shirts the name of the contractor's business. The Contractor shall immediately notify the Collier County Facilities Management Division via e- mail (DL-FMOPS(o-)collierg oq_v.net) whenever an employee assigned to Collier County separates from their employment. This notification is critical to ensure the continued security of Collier County facilities and systems. Failure to notify within four (4) hours of separation may result in a deduction of $500 per incident. CCSO requires separate fingerprinting prior to work being performed in any of their locations. This will be coordinated upon award of the contract. If there are additional fees for this process, the vendor is responsible for all costs. 78 Construction Services Agreement: Revised 1103016 Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exclusive jurisdiction on all such matters. 37. VALUE ENGINEERING. All projects with an estimated cost of $10 million or more shall be reviewed for consideration of a Value Engineering (VE) study conducted during project development. A "project" shall be defined as the collective contracts, which may include but not be limited to: design, construction, and construction, engineering and inspection (CEI) services. Additionally, any project with an estimated construction value of $2 million or more may be reviewed for VE at the discretion of the County. 38. ABOVEGROUND/UNDERGROUND TANKS. 38.1 The contractor shall ensure compliance with all NFPA regulations: specifically 110 & 30/30A; FDEP chapter 62 regulations: specifically 761, 762, 777, and 780; 376 & 403 Florida Statutes; and STI, UL, PEI, ASME, NACE, NLPA, NIST & API referenced standards pertaining to the storage of hazardous materials and petroleum products. 38.2 The contractor shall notify the Solid & Hazardous Waste Management Department (SHWMD) prior to the installation, removal, or maintenance of any storage tank, including day tanks for generators, storing / will be storing petroleum products or hazardous materials. The contractor shall provide a 10 day and 48 hour notice to SHWMD 239-252-2508 prior to commencement. The contractor shall provide the plans pertaining to the storage tank systems containing hazardous materials / petroleum products to the SHWMD prior to plans submittal to a permitting entity and then SHWMD must approve the plans prior to contractor's submittal for permitting. 39. STANDARDS OF CONDUCT: PROJECT MANAGER, SUPERVISOR, EMPLOYEES. The Contractor shall employ people to work on Owner's projects who are neat, clean, well-groomed and courteous. Subject to the Americans with Disabilities Act, Contractor shall supply competent employees who are physically capable of performing their employment duties. The Owner may require the Contractor to remove an employee it deems careless, incompetent, insubordinate or otherwise objectionable and whose continued employment on Owner's projects is not in the best interest of the County. 40. DISPUTE RESOLUTION. Prior to the initiation of any action or proceeding permitted by this Agreement to resolve disputes between the parties, the parties shall make a good faith effort to resolve any such disputes by negotiation. The negotiation shall be attended by representatives of Contractor with full decision-making authority and by Owner's staff person who would make the presentation of any settlement reached during negotiations to Owner for approval. Failing resolution, and prior to the commencement of depositions in any litigation between the parties arising out of this Agreement, the parties shall attempt to resolve the dispute through Mediation before an agreed- upon Circuit Court Mediator certified by the State of Florida. The mediation shall be attended by representatives of Contractor with full decision-making authority and by Owner's staff person or 7s Construction Services Agreement: Revised 1103016 designee who would make the presentation of any settlement reached at mediation to Owner's Board for approval. Should either party fail to submit to mediation as required hereunder, the other party may obtain a court order requiring mediation under Section 44.102, Fla. Stat. Any suit or action brought by either party to this Agreement against the other party relating to or arising out of this Agreement must be brought in the appropriate federal or state courts in Collier County, Florida, which courts have sole and exdusive jurisdiction on all such matters. 80 Construction Services Agreement: Revised 1103016 MMZMMM��� 81 Construction Services Agreement: Revised 1103016 As requested by the Collier County Facilities Management Division (hereinafter, the "Division or Department"), the Collier County Board of County Commissioners Procurement Department (hereinafter, "County") has issued this Invitation to Bid (hereinafter, "ITB") with the intent of obtaining bids from interested and qualified Contractors in accordance with the terms, conditions, and specifications stated or attached. Brief Description of Purchase The Collier County Facilities Management Division is seeking bids for the Collier County Museum Main Building located at 3331 East Tamiami Trail, Naples, FL 34112. The project consists primarily of removing the existing roof and gutters, installation of a new roof and gutters, and installation of rain diverters. Background The current roof is approximately 24 years old and is in need of replacement due to deterioration and wood rot. Exposure and time have caused the roof to slowly degrade causing the roof to leak. The current roofing system was built prior to the current code and does not currently meet code. Additionally, the new roofing system will be brought up to current codes and withstand 150 mile per hour winds, as is currently required. Scope of Work The roof replacement is located at the Collier County Museum, 3331 East Tamiami Trail, Naples, FL 34112. This work includes re -roofing the main museum building's roof and bringing the new roofing system up to code. The structural improvements will include, but is not limited to: replacement of the roof, replacement of any rotten wood and fascia, replacement of the gutters and down spouts, and installation of rain diverters. Contractor is responsible for proper disposal of all construction debris. The replacement of this roofing system will include, but are not limited to, the following items: • Remove the existing roof down to the wooden deck, • Repair the wooden deck and replace rotting wood, • Remove and re -install the current lightning protection system, • Remove the existing gutters, • Replace the gutters with all aluminum gutters and down spouts, • Supply and install 30 weight underlayment per roofing specifications, • Supply peel and stick 60 mils underlayment, • Supply and install Aluminum Kynar finish standing seam metal roof (current code requirement), • Supply all aluminum drip edge and rain diverter. Permitting: Apply and obtain all necessary Collier County permits. Deliverables: As -built Documents Warranty Documentation 82 Construction Services Agreement: Revised 1103016 Cpfl�v County � � 3 Y'',"a a 0f c foster wheeler Index Section 013300 - Submittal Procedures Section 016000 - Product Requirements Section 024100 - Roof Removal and Substrate Preparation Section 053123 - Steel Roof Deck Repair and Replacement Section 061516 - Wood Roof Deck Repair and Replacement Section 072215 - Underlayment for Roof Replacement Section 073113 - Asphalt Shingle Roofing Section 075113 - Built -Up Asphalt Roofing Section 075217 - SBS Modified Bitumen Roofing in Hot Asphalt Section 076113 - Standing Seam Metal Roofing Section 079201 - Sealants for Roofing Ve listen, understand and respond Ve agree on clear expectations Ve aspire to consistent excellence amedw.com James P. Morris Regional Environmental Manager, Cemex Construction Materials, LLC SECTION 013300 SUBMITTAL PROCEDURES 1.1 Schedule of Submittals A. In accordance with the terms and conditions of the contract provisions and clauses, including those concerning Shop Drawings, Coordination Drawings, Record As Bui/t'Drawings, and Scheda/es,' within 30 days after receiving a Notice to Proceed, the Contractor must complete the Schedule of Submittals, in the format indicated below, in duplicate, listing all items that must be furnished for review and approval by the Postal Service. The schedule must indicate the type of items (such as sample, shop drawings, catalog cut, and so forth) and include the scheduled dates of submittal. In preparing the schedule, adequate time (10 business days or more, exclusive of time in the mails) must be allowed for review and approval and possible resubmittal. Also, the schedule must be coordinated with the approved construction progress chart. The Contractor must revise and/or update the schedule as directed. Such revised schedules must be made available to the COR for monitoring. B. Within 30 days after receiving a Notice to Proceed, the Contractor must complete and submit to the COR a listing of all subcontractors, including subcontractor name, address, telephone number, fax number and email address. Include an updated list with each progress payment request. C. Schedule of Submittals Format Project Contract No. Project Description Spec. Spec. Section Description Paragraph *Submittal Date Action Assigned Number Type Taken Number Submittal Returned *Submittal Type: C — Certificate S — Sample SD — Shop Drawing CD — Catalog Data PL — Spare Parts List MM — Maintenance Manual 1.2 Shop Drawings and Related Data A. Submittal of shop drawings, samples and related data must conform to the requirements of the terms and conditions of the contract provisions and clauses, including those concerning, Record As Bui/d" Drawings, and Samoies. Prior to submittal, the Contractor must stamp the submittal to indicate that it has been reviewed and approved. The Contractor must make any corrections required by the COR. If the Contractor considers any correction indicated on the drawings to constitute a change to the contract drawings or specifications, notice, as required under the terms and conditions of the contract provisions and clauses, including those concerning Changes must be given to the COR. [Four] [ ] prints of all approved shop drawings must be given to the COR. The approval of the drawings by the COR must not be construed as a complete check but indicates only that the general method of construction and detailing 013300- 1 Collier County Date: 8/1/2016 SUBMITTAL PROCEDURES is satisfactory. Approval of the shop drawings does not relieve the Contractor of responsibility for any error that may exist because the Contractor is responsible for the dimensions and design of adequate connections and details and for satisfactory construction of all work. The submission by the Contractor must be accompanied by a transmittal letter of a type approved by the COR. 1. Each shop drawing must have a blank area of 5 by 5 inches, located adjacent to the title block. The title block must display: a. Number and title of drawing; b. Date of drawing or revision; C. Name of project building or facility; d. Name of Contractor and (if appropriate) of subcontractor submitting drawing; e. Clear identity of contents and location on the work; and f. Project title and contract number. 2. All drawings to be provided shall be clear and fully representative of the facility and fixed mechanization work. 3. Drawing files to be in .dwg and .pdf formats..dwg files to be generated from AutoCAD revision 15 or other revision level concurred by Collier County. 4. Documents other than drawings shall be provided in Microsoft Word format. 5. Interim project documentation may be provide to Collier County electronically 6. All final project documentation shall be provided to Collier County on a single CD or DVD media 1.3 Equipment Room Layout Drawings A. The Contractor must prepare and submit equipment room layout drawings as required by the technical provisions as well as for areas where equipment proposed for use could present interface or space difficulties. Room layout drawings must be submitted within 40 days after receiving a Notice to Proceed and must conform to the specified requirements for shop drawings. Submittals describing the various mechanical and electrical equipment items that are to be installed in the areas represented by the layout drawings must be assembled and submitted concurrently and must be accompanied by the room layout drawings. Room layout drawings must be consolidated for all trades, to scale, and must show all pertinent structural and fenestration features and other items, such as cabinets, that are required for installation and that affect the available space. All mechanical and electrical equipment and accessories must be shown to scale in the plan and also in elevation or section in their installation positions. Ductwork and piping must be shown. 1.4 Material, Equipment, and Fixture Lists A. When required by the technical provisions, lists of materials, equipment, and fixtures must be submitted by the Contractor in accordance with the requirements specified for shop drawings. The lists must be supported by sufficient descriptive material, such as catalogs, cuts, diagrams, and other data published by the manufacturer, as well as by evidence of compliance with safety and performance standards, to demonstrate conformance to the specification requirements. Catalog numbers alone are not acceptable. The data must include the name and address of the nearest service and maintenance organization that regularly stocks repair parts. No consideration will be given to partial lists submitted from time to time. Approval of materials and equipment is tentative, subject to submission of complete shop drawings indicating compliance with the contract documents. 1.5 Certificates of Compliance A. Any certificates required for demonstrating proof of compliance of materials with specification requirements, including mail certificates, statements of application, and extended guarantees, must be signed and submitted 4 copies to the COR at least 10 days before delivery. The Contractor must review all certificates before submissions are made to the COR, to ensure compliance with the contract 013300-2 Collier County Date: 8/1/2016 SUBMITTAL PROCEDURES specification requirements and to ensure that the affidavit is properly signed. Each certificate must be signed by an official authorized to certify on behalf of the manufacturing company and must contain the name and address of the Contractor, the project name and location, and the quantity and date or dates of shipment or delivery to which the certificates apply. Copies of laboratory test reports submitted with certificates must contain the name and address of the testing laboratory and the dates of tests to which the report applies. Certification must not be construed as relieving the Contractor from furnishing satisfactory material if, after tests are performed on selected samples, the material is found not to meet the specific requirements. 1.6 A -E's Review of Submittals A. When submittals are reviewed by the A-E on behalf of the COR, each submittal must be returned to the Contractor stamped or marked by the A-E in one of the following ways: 1. A Action: The Contractor is advised that "A Action" means that fabrication, manufacture, or construction may proceed, provided the work complies with the contract documents. 2. B Action: The Contractor is advised that "B Action" means that fabrication, manufacture, or construction may proceed, provided the work complies with the A -E's notations and the contract documents. 3. C Action: The Contractor is advised that "C Action" means that no work may be fabricated, manufactured, or constructed and that the Contractor must make a new submittal to the A-E. Any submission marked "C Action" is not permitted on the site. B. The A-E must return reproducibles stamped "A Action" or "B Action" to the Contractor, who is responsible for obtaining prints of them and for distributing them to the field and to subcontractors. C. In the case of shop drawings in the form of manufacturers' descriptive literature, catalog cuts, and brochures stamped "A Action" or "B Action," the A-E must return the stamped copies to the Contractor, who is responsible for distributing them to the field and to the subcontractors. If the shop drawings are stamped "C Action," the A-E will return stamped copies to the Contractor, who must submit new shop drawings to the A-E. D. In the case of samples stamped "A Action" or "B Action," the A-E must return one of the samples to the Contractor. In the case of samples stamped "C Action," the A-E must return all of the submitted samples. 1.7 Spare Parts Data A. Spare parts data must be submitted in quadruplicate in accordance with the terms and conditions of the contract provisions and clauses, including those concerning Spare Parts Data. 1.8 Schedule of Values A. In accordance with the terms and conditions of the contract provisions and clauses concerning, Construction Cost Breakdown, the Contractor must submit a construction cost breakdown using the attached Schedule of Values. When applicable, a separate cost breakdown form must be submitted for each separate building. However, the total cost of site work for the facility must be included in the cost estimate breakdown for the main postal building. The number of items provided on the Systems Construction Cost Estimate Breakdown form are the minimum required. Additional subdivision of these items may be used by the Contractor. B. Submit the construction cost breakdown after contract award to the COR. A Sample Schedule of Values and Definitions is attached to this Section, as Attachment A. C. Do not delete items from the Schedule of Values form. However, expand the schedule "Description of Work" as necessary to allow evaluation of work or to make partial payments. 013300-3 Collier County Date: 8/1/2016 SUBMITTAL PROCEDURES D. If the contract price changes, the Schedule of Values must be revised to reflect the change(s) and forwarded to the COR. A current Schedule of Values must accompany all Contractor Requests for Payment. 1.9 Fixed Mechanization Construction Cost Estimate Breakdown Summary A. In accordance with the terms and conditions of the contract provisions and clauses concerning, Construction Cost Breakdown, the Contractor must submit a construction cost estimate using the Fixed Mechanization Construction Cost Estimate Breakdown Summary indicated below. When applicable, a separate cost estimate breakdown form must be submitted for each separate building. The number of items provided on the form are the minimum required. Additional subdivision of these items may be used by the Contractor. Submit the Fixed Mechanization Construction Cost Estimate Breakdown Summary after contract award to the COR. 013300-4 Collier County Date: 8/1/2016 SUBMITTAL PROCEDURES Fixed Mechanization Construction Cost Estimate Breakdown Summary Project Location General Contractor Mechanization Contractor Date Prepared Checked Uy Uy 1. Bulk Conveyors Designation Cost Designation Cost Subtota/ Quantity Length (ft.) 3. Extendable Conveyors (loading) 4. Extendable Conveyors (unloading) 5 Sack Sorting Machine (belt) 6. Sack Sorting Machine (over and under) 7. Sack Sorting Machine (carousel) 8. Multi -Slide Sorter (sacks) 9. Multi -Slide Sorter(parcels) 11, Sawtooth Platforms Designation Cost Designation Cost Other Subtotal Cost Quantity (Total) Length 10. Tray Conveyors MPR (24VDC) Spirals All, (Up/DWN) Belt Diverging and Converging Gravity LCTS HSTS Other subtotal 12. Other Subtotal Tota/Fixed Mechanization Cost Collier County END OF SECTION 013300-5 Date: 8/1/2016 SUBMITTAL PROCEDURES SECTION 016000 PRODUCT REQUIREMENTS 1.1 Product Options and Substitutions A. Refer to the terms and conditions of the contract provisions and clauses, including those concerning Optional Materials or Methods (Constructlon), Materials and Workmanship, Information On `Equal" Products and Brand Name or Equal. B. Provide Products that comply with Contract Documents, which are undamaged and new at time of installation. C. Provide Products complete with accessories, trim, finish, safety guards, and other devices and details needed for complete installation and intended use and effect. D. Substitutions may be considered when the Contractor: 1. Becomes aware of a product or procedure that is more environmentally sensitive or is otherwise advantageous to Collier County; 2. Represents that he has personally investigated the proposed substitute product and determined that it is equal or superior in all respects to that specified; 3. Will provide the same guarantee for the substitution that he would for that specified; and 4. Will coordinate the installation of the accepted substitute, making such changes as may be required for the Work to be complete in all respects, at no additional cost to Collier County and at no extension of the Contract completion date. 1.2 Product Delivery Requirements A. Transport and handle Products in accordance with manufacturer's instructions, using means and methods that will prevent damage, deterioration and loss, including theft. B. Schedule Product delivery to minimize long-term storage at Project site and prevent overcrowding of construction spaces. C. Coordinate Product delivery with installation schedule to assure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. D. Deliver Products to Project site in undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing, unpacking, protecting, and installing. E. Promptly inspect shipments to ensure that Products comply with project requirements, quantities are correct, Products are undamaged, and properly protected. F. Provide equipment and personnel to handle Products by methods to prevent soiling, disfigurement, or damage. 1.3 Product Storage and Handling Requirements A. Store and protect Products in accordance with manufacturers' published instructions, with seals and labels intact and legible. 016000- 1 Collier County Date: 8/1/2016 PRODUCT REQUIREMENTS B. Store Products subject to damage by elements above ground, under cover in weathertight enclosure, with ventilation adequate to prevent condensation. Maintain temperature and humidity within range required by manufacturer's published instructions. C. For exterior storage of fabricated Products, place on sloped supports, above ground. D. Provide off-site storage and protection when Project site does not permit on-site storage or protection. E. Cover Products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of Products. F. Store loose granular materials on solid flat surfaces in a well -drained area. Prevent mixing with foreign matter. G. Provide equipment and personnel to store Products by methods to prevent soiling, disfigurement, or damage. H. Arrange storage of Products to permit access for inspection. Periodically inspect to verify Products are undamaged and are maintained in acceptable condition. END OF SECTION 016000-2 Collier County Date: 8/1/2016 PRODUCT REQUIREMENTS SECTION 024100 ROOF REMOVAL AND SUBSTRATE PREPARATION PART 1 - GENERAL 1.1 SUMMARY A. Removal of existing roofing components and substrate preparation related to roof replacement work. B. Recycling of existing ballasted single ply roof membranes, mechanically -attached single -ply roof membranes, pavers, ballast and foam insulation. 1.2 RELATED SECTIONS A. Section 053123 — Steel Roof Deck Repair and Replacement B. Section 061516 — Wood Roof Deck Repair and Replacement 1.3 ALTERNATES A. Provide alternate pricing for recycling of the following existing roof system components. Refer to Section 012300: 1. Stone ballast and/or concrete pavers. 2. Ballasted single -ply roof membrane. 3. Mechanically -attached single -ply roof membrane. 4. Rigid foam insulation board. B. Refer to PART 3 of this Section for preparation requirements related to recycling of existing components. C. Contact Nationwide Foam Recycling, Framingham, MA, (888) 820-2760, or similar recycling company, for recycling of existing roofing components. D. The recycler shall provide a certificate/letter to the Owner identifying the following: 1. Project name and location. 2. Contractor name. 3. Components recycled as part of the project. 4. Total weight and/or volume of materials recycled. 1.4 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American Society for Testing and Materials (ASTM) a. ASTM F1667 — Standard Specification for Driven Fasteners: Nails, Spikes, and Staples 2. Certified Roofing Torch Applicator (CERTA) Program, developed by the Midwest Roofing 024100-1 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION Contractors Association (MBCA) and National Roofing Contractors Association (NBCA) National Roofing Contractors Association (NRCA) 1.5 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed to install the specified products and is eligible to receive a manufacturer's warranty. The firm shall have a minimum of 5 years documented experience performing work equal or similar to the specified work. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.7 ENVIRONMENTAL REQUIREMENTS A. Do not perform roof removal work during inclement weather. B. Cold weather precautions: 1. Refer to product manufacturer and NRCA requirements and recommendations for cold weather application requirements and restrictions. C. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. 024100-2 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION PART 2 — PRODUCTS 2.1 FASTENERS A. For re-securement of steel deck to structural steel, identified in PART 3 of this Section: Teks 5 self -drilling fastener with hex washer head, manufactured by ITW B uildex or other FM -approved fastener. B. For re-securement of wood deck to underlying structural components, identified in PART 3 of this Section: 1. Minimum 8d common nails with ring shanks, complying with the requirements of ASTM F1667. Length as necessary to penetrate minimum 1 -1/4 -inch depth into underlying wood structural framing. C. For re-securement of existing perimeter wood nailers to underlying substrates, identified in PART 3 of this Section: 1. For securement to untreated wood: No. 14 fluorocarbon -coated screws, length as necessary to penetrate minimum 1 -1/4 -inch depth into underlying wood substrate. 2. For securement to treated wood: Stainless steel screws; length as necessary to penetrate minimum 1 -1/4 -inch depth into underlying wood substrate. 3. For securement to existing masonry walls: 1/4 -inch minimum diameter "Tapcon" screws or other fastener type suitable to adequately secure the wood to the existing masonry wall. PART 3 - EXECUTION 3.1 GENERAL A. Exercise caution to avoid damage to components indicated as "existing" or remaining in place. Do not disturb these components. B. Prior to any cutting, drilling, or removals, view both sides of the surface affected. If damage occurs to existing components, repair or replace components defaced or damaged during removals to the satisfaction of the Owner. C. Roof drain inspection, testing and verification: 1. Prior to work start, the contractor shall obtain the services of a licensed plumber. Verify that primary roof drains, overflow roof drains, and plumbing vents located within the project area are free of debris and properly functioning. The plumber shall perform a flood test of existing roof drains located in the project areas. The flood test shall include testing of existing roof drain bowls and connections to piping by temporarily plugging the drain pipe below the existing connection and flooding the drain bowl to its top edge. Notify the Owner immediately if defects are found in the roof drain bowl and/or roof drain assembly components, or if the roof drains and/or plumbing vents are found to be blocked, clogged, or otherwise not properly functioning. Plumbing work necessary to correct identified defects, and clear existing roof drains and vents shall be performed by a licensed plumber at the direction of the Owner. Prior to construction start, the contractor shall provide a letter to the Owner indicating this work has been completed, detailing the results of this roof drain inspection and testing, and identifying any corrective action needed. Refer to Section 013300. 2. After completion of roof replacement work, the contractor shall again obtain the services of a licensed plumber. Verify that primary roof drains, overflow roof drains and plumbing 024100-3 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION vents located within the project area are free of debris and properly functioning. The plumber shall perform a second flood test of existing roof drains located in the project areas. The flood test shall include testing of existing roof drain bowls and connections by temporarily plugging the drain pipe below the existing connection and flooding the drain bowl to its top edge. Note any defects in the roof drain bowl. Continue to flood the roof drain, up and over the installed roof drain flashing. Note any leakage at the roof drain flashing. Notify the Owner immediately if defects are found in the roof drain flashing, roof drain bowl and/or roof drain assembly components, or if the roof drains and/or plumbing vents are found to be blocked, clogged, or otherwise not properly functioning. Plumbing work necessary to correct identified defects, and clear existing roof drains and vents shall be performed by a licensed plumber at the direction of the Owner. After construction completion, the contractor shall provide a second letter to the Owner indicating this work has been completed, detailing the results of this roof drain inspection and testing, and identifying any corrective action needed. D. Use of torches during roof removal and substrate preparation: 1. Torches may only be used with the written consent of the Owner, following Owner - mandated notification requirements related to hot work. 2. Torch -related work shall be performed in full compliance with local fire codes, Owner - mandated requirements related to torch use, and the requirements and recommendations indicated within the CERTA "Torch -Applied Roof System Safety Student Manual". This manual is available at the National Roofing Contractors Association website: www.nrca.net. 3. At the request of the Owner, the use of torches may be discontinued at any time. 3.2 ROOF REMOVAL A. Removal of existing roofing and related components: Remove and discard all existing roofing materials down to the structural deck, except components designated for recycling per Article 1.4. This includes spray -applied polyurethane foam roof systems (where existing), roofing membranes, base flashings, penetration flashings, insulation, underlying roof membranes, underlayments, and sheet metal flashings and accessories, as indicated in the specifications and drawings. Remove all roofing and related components in a manner that will not cause damage to the underlying structural deck. B. Remove obsolete/abandoned roof penetrations and equipment as noted on the project drawings. Prior to removals, confirm and coordinate removal of obsolete penetrations and equipment with the Owner. Repair openings created by the removal of penetrations and equipment as specified. C. Do not begin work until the substrates have been prepared as specified, and are ready and acceptable to have materials installed. By beginning work, the Contractor acknowledges that the substrates are satisfactory. D. To the extent possible, inspect the underside of the structural deck for conduit. If conduit is found to be present directly on the underside of structural decks, take necessary precautions to protect these conduits from puncture. E. Contractor shall take all precautions during roof demolition to protect the building and adjacent surfaces from being soiled and damaged. F. Coordinate the roof demolition work with new roofing work in such a manner as to keep the new roofing materials, building and building interior dry and watertight. 024100-4 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION G. Do not stockpile or store debris on the roof or on the ground. Place all debris in a dumpster. Cover dumpsters left on site overnight with a tarp. H. Existing roof system protection 1. Do not use adjacent roof areas as storage areas for roofing materials. 2. Where excessive traffic over new or existing roofing is unavoidable, provide and use 3/4 - inch plywood, set over a minimum of 1-1/2 inch thick rigid board insulation to protect roofing components in place (expanded polystyrene insulation is not acceptable). 3. When materials are stored on the roof, provide roof protection as indicated above. Project specific removal instructions: 1. Removal of existing mechanically -attached thermoplastic roof systems and insulation over existing cementitious wood fiber and gypsum concrete roof decks: a. Cut membrane into manageable sections, leaving membrane and insulation mechanically attached to the deck in place; remove and discard. b. At remaining locations where the membrane and insulation is mechanically attached, "back -out' fasteners in a manner that will not damage the existing roof deck; Do not pull fasteners from deck. C. If fasteners cannot be "backed out', mechanically cut fasteners flush with the roof deck. Cut fasteners in a manner that will not create sparks. d. Remove and discard of fasteners and previously secured membrane and insulation. 2. Removal of underlying bituminous roofing membranes and underlayments directly over concrete, cementitious wood fiber, gypsum concrete and lightweight insulating concrete roof decks: a. If present, remove overlying roof systems and insulation. Mechanically cut the bituminous roofing membrane into manageable sections, taking care not to damage the underlying roof deck. b. Scrape the membrane off of the existing roof deck in a manner that does not damage the existing roof deck. C. If bituminous roof membrane or underlayment cannot be removed without damage to the underlying roof deck, immediately notify the Owner for further instruction. 3.3 TEMPORARY DISPLACEMENT OF ROOFTOP EQUIPMENT A. Temporary displacement of mechanical units: 1. If mechanical units are to be temporarily displaced, shut off all affected electrical, plumbing and gas lines and disconnect all electrical, plumbing, gas lines and ventilation ducts where required to allow for lifting mechanical units prior to roof removal work. All disconnection of plumbing, gas lines, electrical conduit and ventilation ducts is to be performed by a licensed mechanical/electrical contractor. Coordinate all disconnections with the Owner. 2. Lift units in a manner that will not cause damage to the mechanical unit, mechanical unit components or structural deck. 3. Prior to leaving the site, return units to their original position, resulting in a watertight condition. 4. Ensure mechanical units are returned to their previous operational condition prior to leaving the site. 5. Within high wind and hurricane zones, and if required by local codes: provide additional securement and strapping (hurricane straps) as required to mechanical units displaced during roof replacement work. 024100-5 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION B. Temporary displacement of gas lines, conduit, junction boxes and condensate lines: 1. Temporarily displace gas lines, conduit, junction boxes, condensate lines or other items that may interfere with roof replacement work. Any necessary disconnection of gas lines, conduit and junction boxes is to be performed by a licensed mechanical/electrical contractor as applicable to the work being performed. Coordinate all disconnections with the Owner. C. After completion of work, reinstall any mechanical units that have been temporarily displaced. Reconnect all electrical, plumbing, gas lines and ventilation ducts where required. All reconnection of plumbing, gas lines, electrical conduit and ventilation ducts is to be performed by a licensed mechanical/electrical contractor. Coordinate all reconnections with the Owner. D. After completion of work, reconnect any gas lines, conduit and/or junction boxes have been disconnected. Reconnection of gas lines, conduit and/or junction boxes is to be performed by a licensed mechanical/electrical contractor as applicable to the work being performed. Coordinate all reconnections with the Owner. 3.4 DECK INSPECTION AND RE-SECUREMENT A. After completion of roof removal work, inspect the existing roof deck. If damaged or deteriorated roof deck is encountered, notify the Owner immediately. B. Re-securement of steel decks: 1. In the field of the roof, re -secure the existing steel deck at a maximum spacing of 6 - inches on center (at every rib for 1-1/2 in. deck) at underlying supports in the field of the roof. At the roof perimeters and corners, re -secure the deck with two fasteners every 6 - inches on center (two fasteners at each rib location for 1-1/2 in deck) at all underlying supports. 2. At each deck side lap, secure the deck to the supporting members. For interlocking -type side laps, secure both sides of the lap (upper and lower). For overlap -type side laps, ensure securement penetrates all deck panels at the laps. 3. Ensure spacing between each side lap fastener or side lap fasteners and supports is no more than 24 -inches in the field of the roof and no more than 15 -inches on center in the perimeter and corner areas. Fasten overlap -type side laps with specified fasteners. C. Re-securement of wood decks 1. In the field of the roof, re -secure the existing wood deck at supported panel edges 6 - inches o.c. max., and 12 -inches o.c. max. at intermediate panel supports. 2. At perimeters, re -secure the existing wood deck at supported panel edges and intermediate panel supports 4 -inches o.c. max. 3. At corners, re -secure the existing wood deck at supported panel edges and intermediate panel supports 3 -inches o.c. max. 3.5 RE-SECUREMENT OF PERIMETER WOOD BLOCKING A. Re -secure wood blocking (nailers) to the underlying substrate at perimeters in a manner to resist a minimum force of 300 lbs. per linear foot, at a minimum spacing of 12 -inches on center. 024100-6 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION 3.6 ROOF DRAIN INSPECTION AND REPAIR A. If drain assemblies are found to be damaged, contact the Owner. Replace drain assemblies found to be damaged (Unit Price Work): 1. Remove and discard the entire roof drain assembly. 2. Install replacement roof drain bowl, clamping ring, strainer and related fittings at locations of original drain assembly. Connect the bowls to the existing piping in accordance with manufacturer requirements and recommendations, and all local and state plumbing codes. B. If the clamping ring is missing, damaged, or does not fit the drain strainer, install a new clamping ring (Unit Price Work). C. If the roof drain strainer is missing, damaged, or plastic, install a new roof drain strainer. 3.7 RETROFIT ROOF DRAIN INSERT INSTALLATION A. Install retrofit roof drain inserts following the requirements and recommendations of the retrofit roof drain insert manufacturer (Unit Price Work). 3.8 RECYCLING OF EXISTING ROOFING COMPONENTS (ALTERNATE WORK) A. Concrete pavers: 1. Inspect existing concrete pavers for damage. Discard pavers found to be damaged. 2. Remove stone ballast and concrete pavers from the roof surface. 3. Contact the recycler for instructions regarding storage of concrete pavers awaiting pick- up. B. Stone ballast: 1. Remove stone ballast from the roof surface. 2. Contact the recycler for instructions regarding storage of ballast awaiting pick-up. C. Rigid board foam insulation: 1. Confirm securement type of rigid board insulation. Note that rigid board foam insulation adhered using asphalt of low-rise foam adhesive cannot be recycled. 2. Inspect condition of existing rigid board foam insulation. Discard insulation boards found to be wet and/or damaged. 3. Remove insulation boards from the roof surface. 4. Contact the recycling company for instructions regarding storage of rigid board foam insulation awaiting pick-up. D. Mechanically -attached single -ply roofing membrane: 1. Confirm securement type of single -ply roofing membrane. Note that fully -adhered roofing membranes cannot be recycled. 2. Cut membrane into manageable pieces, following the instructions of the recycler. Remove and discard existing membrane seams, fastening strips, and associated fasteners. 3. Remove roofing membrane from the roof surface. 4. Contact the recycler for instructions regarding storage of roofing membrane awaiting pick-up. E. Ballasted single -ply roofing membrane: �YL�NZ�>sl Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION 1. Confirm securement type of single -ply roofing membrane. Note that fully -adhered roofing membranes cannot be recycled. 2. After ballast removal, cut membrane into manageable pieces, following the instructions of the recycler. Remove and discard existing membrane seams, fastening strips, and associated fasteners. 3. Remove roofing membrane from the roof surface. 4. Contact the recycler for instructions regarding storage of roofing membrane awaiting pick-up. END OF SECTION 024100-8 Date: 08/1/2016 ROOF REMOVAL AND Collier County SUBSTRATE PREPARATION SECTION 053123 STEEL ROOF DECK REPAIR AND REPLACEMENT 17G1�Qel=1►1��t1 1.1 SUMMARY A. Steel deck repair and replacement associated with roof replacement. 1.2 RELATED SECTIONS A. Section 024100 — Roof Removal and Substrate Preparation B. Related Documents: Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. Steel Deck Institute (SDI) 2. Factory Mutual Global (FM) 1.4 SUBMITTALS A. Prior to the start of work, submit the following to the Owner for approval. 1.5 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed to install the specified products and is eligible to receive a manufacturer's warranty. The firm shall have a minimum of 5 years documented experience performing work equal or similar to the specified work. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 053123-1 Date: 08/1/2016 STEEL ROOF DECK REPAIR Collier County AND REPLACEMENT 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.7 ENVIRONMENTAL REQUIREMENTS A. Do not perform steel deck repair/replacement work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. B. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. PART 2 — PRODUCTS 2.1 STEEL DECK REPAIR/REPLACEMENT MATERIALS A. For use at "Steel Deck Brushing and Priming", as described in paragraph 3.3.A: 1. "Rust-Oleum Industrial Enamel Quick Dry Primer" manufactured by Rust-Oleum Corporation, Vernon Hills, Illinois, "Carboline Carbocoat 150 Universal Primer," manufactured by Carboline, St. Louis, Missouri, or approved equal. B. For use at "Steel Deck Repair", as described in paragraph 3.3.8: 1. Steel plate: 16 -gauge galvanized with pre -drilled holes for fasteners. 2. For securing steel plate to steel deck: No. 14 fluorocarbon -coated screws; length as necessary to penetrate minimum 1 -inch depth through the deck. 3. For securing steel plate to underlying structural steel (1/2 -inch thick max.): 12-24 x 1-1/4 inch Hex Washer Head, Teks 5, or approved equal. C. For use at "Steel Deck Replacement", as described in Article 3.4: 1. Full sections to match existing in gauge, profile, and finish; as necessary to comply with requirements of applicable insurance agencies and local codes. 2. Refer to paragraph 2.1.13 for fastener requirements. PART 3 - EXECUTION 3.1 GENERAL A. Refer to Section 024100 for general work and substrate preparation requirements. 053123-2 Date: 08/1/2016 STEEL ROOF DECK REPAIR Collier County AND REPLACEMENT 3.2 STEEL DECK INSPECTION A. Inspect exposed steel decks for surface corrosion, severe corrosion, openings, and other defects. 3.3 STEEL DECK REPAIR A. Steel Deck Brushing and Priming (UnifPrice Work): For use at areas of light corrosion, as determined by the Owner: 1. Wire -brush or scrape the surface rust. Remove debris by power vacuum. 2. Apply primer to the repair area; allow primer time to dry. B. Steel Deck Repair (Unit Price Work): For use to repair at openings caused by obsolete roof penetration removal or other defects less than 12" by 12" in size, as determined by the Owner: 1. At locations encountered and other locations indicated by the Owner, cover the existing opening with 16 -gauge steel plate stock. Lap the plate a minimum of 8 -inches beyond the opening on all sides. Fasten the steel plate with specified fasteners and plates 6 - inches on center. Secure the plate a minimum of 2 -inches in from the outside edge of the repair plate. 3A STEEL DECK REPLACEMENT (Unit Price Work) A. Prior to the start of work, inspect the interior area below the area of damaged steel roof deck. Remove items from the replacement area that may be damaged during work activities. Provide adequate interior protection to protect interior surfaces and finishes from damage prior to the start of work. The Contractor shall provide an "Interior Protection Representative" during replacement work. B. At deck replacement locations, as indicated by the Owner: Remove defective steel deck panels and install full decking sections to match existing. Install new decking in accordance with the requirements of FM Global, Steel Deck Institute, and applicable local codes. END OF SECTION 053123-3 Date: 08/1/2016 STEEL ROOF DECK REPAIR Collier County AND REPLACEMENT SECTION 061516 WOOD ROOF DECK REPAIR AND REPLACEMENT PART 1 - GENERAL 1.1 SUMMARY A. Wood deck repair and replacement associated with roof replacement. 1.2 RELATED SECTIONS A. Section 024100 — Roof Removal and Substrate Preparation B. Related Documents: Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American National Standard Institute (ANSI) 2. American Wood Preservers Association (AWPA) 3. American Wood Preservers Institute (AWPI) 4. Western Wood Products Association (WWPA) 1.4 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed to install the specified products and is eligible to receive a manufacturer's warranty. The firm shall have a minimum of 5 years documented experience performing work equal or similar to the specified work. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 061516-1 Date: 08/1/2016 WOOD DECK REPAIR AND Collier County REPLACEMENT 1.5 PRODUCT DELIVERY, HANDLING AND STORAGE A. Deliver materials in manufacturer's original containers; dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not perform wood deck repair/replacement work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. B. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. PART 2 — PRODUCTS 2.1 WOOD DECK REPAIR/REPLACEMENT MATERIALS A. For use at "Wood Deck Inspection/Repair", as described in Article 3.2 of this Section: 1. Steel plate: 16 -gauge galvanized with pre -drilled holes for fasteners and plates. 2. For securing wood to wood and wood to steel: No. 14 fluorocarbon -coated screws; length as necessary to penetrate minimum 1 -inch depth through the deck. 3. For securing wood to underlying structural steel (1/2 -inch thick max.): 12-24 x 1-1/4 inch Hex Washer Head, Teks 5, or approved equal. B. For use at "Wood Deck Inspection/Replacement", as described in Article 3.3 of this Section: 1. Replacement wood plank: a. Wood plank dimensions and type: As required by conditions encountered; Type, grade and species to match dimensions and type of existing wood plank deck. 2. Replacement plywood: a. Plywood dimensions and type: As required by conditions encountered; Type, grade and species to match dimensions and type of existing wood plank deck. 3. Fasteners: a. For securing wood to wood: Minimum 8d common nails with ring shanks, complying with the requirements of ASTM F1667. Length as necessary to penetrate minimum 1-1/2 inch depth into underlying wood structural framing. b. For securing wood to steel: No. 14 fluorocarbon -coated screws; length as necessary to penetrate minimum 1 -inch depth through the deck. C. For securing wood to underlying structural steel (1/2 -inch thick max.): 12-24 x 1- 1/4 inch Hex Washer Head, Teks 5, or approved equal. 061516-2 Date: 08/1/2016 WOOD DECK REPAIR AND Collier County REPLACEMENT PART 3 - EXECUTION 3.1 GENERAL A. Refer to Section 024100 for general work and substrate preparation requirements. 3.2 WOOD DECK INSPECTION AND REPAIR (Uni1Price Work) A. Repair at openings caused by obsolete roof penetration removal or other defects less than 12 - inches by 12 -inches in size: 1. At locations encountered and other locations indicated by the Owner, cover the existing opening with 16 -gauge steel plate stock. Lap the plate a minimum of 8 -inches beyond the opening on all sides. Fasten the steel plate with specified fasteners and plates 6 - inches on center. Secure the plate a minimum of 2 -inches in from the outside edge of the repair plate. 3.3 WOOD DECK INSPECTION AND REPLACEMENT (UI&Price Worlr) A. Prior to the start of work, inspect the interior area below the area of damaged wood roof deck. Remove items from the replacement area that may be damaged during work activities. Provide adequate interior protection to protect interior surfaces and finishes from damage prior to the start of work. The Contractor shall provide an "Interior Protection Representative" during replacement work. Inspect deck for structurally unsound or otherwise defective areas and for fastening deficiencies. Perform treatments as indicated: 1. Remove defective decking and repair resultant openings: a. Install replacement decking with the long dimension across the supports. Leave a 1/8 -inch gap at all edges and end joints. Install shims as necessary between the replacement decking and the structural members to ensure that the replacement decking is flush with adjacent decking. b. Mechanically attach the new wood decking to the underlying supports using the specified fasteners. 2. Install additional fasteners where the existing fasteners missed the underlying supports or where the number of fasteners installed does not meet minimum code requirements. 3. Remove loose or protruding nails or hammer them down flush with the deck surface. C. Sweep deck clean before installing new materials. END OF SECTION 061516-3 Date: 08/1/2016 WOOD DECK REPAIR AND Collier County REPLACEMENT SECTION 072215 UNDERLAYMENT FOR ROOF REPLACEMENT PART 1 - GENERAL 1.1 SUMMARY A. Installation of insulation underlayment over concrete, cementitious wood fiber, gypsum concrete, lightweight insulating concrete, wood, and steel structural roof decks. 1.2 RELATED SECTIONS A. Section 024100 — Roof Removal and Substrate Preparation B. Related Documents: Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products of this Section: 1. American Society for Testing and Materials (ASTM) a. ASTM D2178 - Standard Specification for Asphalt Glass Felt Used in Roofing and Waterproofing b. ASTM D4601 - Standard Specification for Asphalt -Coated Glass Fiber Base Sheet Used in Roofing C. ASTM D312 - Standard Specification for Asphalt Used in Roofing d. ASTM D41 - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing e. ASTM D4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free 1.4 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive a manufacturer's warranty. Company shall have a minimum of 5 years documented experience certified by roofing system manufacturer. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. 072215-1 Date: 08/1/2016 UNDERLAYMNET FOR ROOF Collier County REPLACEMENT D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. Store roll materials standing on end. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not perform work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. B. Cold weather precautions: 1. Store products that may be negatively affected by exposure to cold weather, such as primers, adhesives, sealants and cements, in a heated location. Refer to the asphalt roofing manufacturer and NRCA requirements and recommendations for additional cold weather application recommendations and restrictions. C. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. PART 2 -PRODUCTS 2.1 INSULATION UNDERLAYMENT A. At concrete structural decks: 1. Self -adhering modified bitumen base sheet; product type acceptable to roofing manufacturer, and meeting or exceeding the following requirements: a. A minimum thickness of 70 mils. b. Approved for use by the roofing membrane manufacturer on concrete decks, and as an underlayment for the application of polyisocyanurate insulation with low- rise urethane foam adhesive. C. Capable of achieving the wind uplift requirements for the project location within the specified roof system assembly. 072215-2 Date: 08/1/2016 UNDERLAYMNET FOR ROOF Collier County REPLACEMENT B. At concrete structural decks: 1. Asphalt -saturated glass fiber felt; Type IV, ASTM D2178, product type acceptable to roofing membrane manufacturer. C. At cementitious wood fiber, gypsum concrete, and lightweight insulating concrete structural decks: 1. Asphalt -coated base sheet, glass fiber reinforced; No. 43, ASTM D4601, Type II; product type acceptable to the roofing membrane manufacturer. D. At wood structural decks: 1. Red rosin paper; 36 -inch width, minimum; 3 pounds per 100 square feet, minimum. E. At steel decks: 1. Red rosin paper; 36 -inch width, minimum; 3 pounds per 100 square feet, minimum. F. At acoustical steel decks: 1. Red rosin paper; 36 -inch width, minimum; 3 pounds per 100 square feet, minimum. 2.2 FASTENERS A. For securing red rosin paper to wood structural deck: 1. Large -headed roofing nails with a 1 -inch diameter metal cap. Fastener length as necessary to penetrate 1 -inch, minimum, into wood deck. B. For securing asphalt -coated base sheet to cementitious wood fiber, gypsum concrete and lightweight insulating concrete: 1. Locking impact nail -type fastener with integrated plate/tube assembly and locking barbs/wires. Plate and tube shall be fabricated of galvalume or galvanized steel; meeting or exceeding the following requirements: a. The fastener length shall be as necessary to achieve the wind uplift requirements for the project location, based on the fastening patterns provided in this Section. b. The fastener shall have a minimum plate diameter of 2-5/8 inches. C. The fastener shall be approved for use by the roofing membrane manufacturer in the specified application. 2.3 ADHESIVES, PRIMERS AND CEMENTS A. For adhering self -adhering underlayment: 1. Primer and adhesive recommended by the product manufacturer for adhesion to the existing substrate. B. For adhering asphalt -saturated glass fiber felt underlayment: 1. Asphalt primer: ASTM D41. 2. Asphalt; ASTM D312, Type III. C. For sealing roof penetrations and roof -to -wall transitions: 1. Flashing cement: ASTM D4586, Type I. 072215-3 Date: 08/1/2016 UNDERLAYMNET FOR ROOF Collier County REPLACEMENT PART 3 - EXECUTION 3.1 GENERAL A. Prior to installation, inspect the existing roof deck. Ensure that the roof deck has been prepared as required in Section 024100, and is ready and acceptable to receive insulation underlayment materials. 3.2 INSULATION UNDERLAYMENT INSTALLATION A. Installation of self -adhering underlayments over concrete decks: 1. If required by the product manufacturer, apply primer or adhesive to the substrate encountered. Allow primer time to dry. 2. Install the self -adhering underlayment, following the requirements and recommendations of the product manufacturer. 3. Seal roof penetrations and roof -to -wall terminations (including roof -to -wall and roof -to - roof curb terminations) with roofing cement. B. Installation of asphalt -saturated glass fiber felts over concrete decks: 1. Apply asphalt primer over any bare areas of the concrete deck at the rate of one gallon per square. Allow primer time to dry. 2. Install two plies of asphalt -saturated glass fiber reinforced roofing felt in full and uniform moppings of hot and fluid Type III asphalt applied at a rate of 25 pounds per square. Install the felts with 19 -inch side laps and 6 -inch end laps. 3. Seal roof penetrations and roof -to -wall terminations (including roof -to -wall and roof -to - roof curb terminations) with roofing cement. C. Mechanical attachment of asphalt -coated base sheet over cementitious wood fiber, gypsum concrete and lightweight insulating concrete: 1. Mechanically fasten the asphalt -coated base sheet into the deck. Refer to the roofing manufacturer for instructions related to fastening pattern requirements. At a minimum, install fasteners at the following rates: a. Field of roof: Fasten laps 7 -inches o.c., and 9 -inches o.c. in two equally spaced, staggered rows between laps. b. At perimeters: Fasten laps 7 -inches o.c., and 7 -inches o.c. in three equally spaced, staggered rows between laps. C. At corners Fasten laps 5-1/2 inches o.c., and 5-1/2 inches o.c. in four equally spaced, staggered rows between laps. D. Installation of red rosin paper over wood structural decks: 1. Attach the underlayment in a manner recommended by the manufacturer, and sufficient to fasten the red rosin paper in place during installation of the overlying insulation and roofing system. E. Installation of red rosin paper over steel decks: 1. Loose -lay the underlayment on the deck. Fasten in place, if necessary, in a manner sufficient to hold the red rosin paper in place during installation of the overlying insulation and roofing system. END OF SECTION 072215-4 Date: 08/1/2016 UNDERLAYMNET FOR ROOF Collier County REPLACEMENT SECTION 073113 ASPHALT SHINGLE ROOFING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes requirements related to the installation of asphalt shingle roofing, flashings, and related accessories. 1.2 RELATED SECTIONS A. Section 024100 — Roof Removal and Substrate Preparation B. Section 079201 — Sealants for Roof Replacement C. Related Documents: Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American Society for Testing and Materials (ASTM) a. ASTM D 1970 - Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection b. ASTM D 226 - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing C. ASTM D 4869 - Standard Specification for Asphalt -Saturated Organic Felt Underlayment Used in Steep Slope Roofing d. ASTM D 3462 - Standard Specification for Asphalt Shingles Made from Glass Felt and Surfaced with Mineral Granules e. ASTM E 108 - Standard Test Methods for Fire Tests of Roof Coverings f. ASTM D 3161 - Standard Test Method for Wind -Resistance of Asphalt Shingles (Fan -Induced Method) g. ASTM F 1667 - Standard Specification for Driven Fasteners: Nails, Spikes, and Staples h. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free i. ASTM B 370 - Standard Specification for Copper Sheet and Strip for Building Construction 2. American National Standards Institute (ANSI) 3. Asphalt Roofing Manufacturers Association (ARMA) a. ARMA Residential Asphalt Roofing Manual, 5th Edition 4. National Roofing Contractors Association (NRCA) a. NRCA Roofing and Waterproofing Manual, 5th Edition 5. Underwriters Laboratories, Inc. (UL) a. UL 790 - Exterior Exposure, Standard Test Methods for Fire Tests of Roof Coverings b. UL 997 - Wind Resistance of Prepared Roof Covering Materials 073113-1 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING 1.4 1.5 W ir:3 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive a manufacturer's warranty. Company shall have a minimum of 5 years documented experience certified by roofing system manufacturer. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. Store roll materials standing on end. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. ENVIRONMENTAL REQUIREMENTS A. Do not perform work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. CONTRACTOR GUARANTEE A. The Contractor shall provide a two-year contractor guarantee. At a minimum, the contractor guarantee shall include the following: 1. Contractor name, address, phone number and project contact name. 2. The project completion date, and date of guarantee expiration. 3. The contractor guarantee shall include, in writing, all project work, workmanship, and/or all materials installed by the contractor or subcontractors to be of a quality that will comply with all project specific requirements of the Construction Documents and other documents governing the Work and workmanship through the guarantee period. 4. The contractor shall investigate roof leaks during the guarantee period within a 073113-2 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING reasonable time period, but in no instance greater than 24 -hours after notification of a leak. The contractor shall repair leaks determined to be the cause of the Work at no cost to the Owner. PART 2 — PRODUCTS 2.1 ASPHALT SHINGLE ROOF SYSTEM SUMMARY A. Acceptable asphalt shingle roofing manufacturers and systems include those identified in Articles 2.2 and 2.3, and meeting the requirements listed within those Articles. B. Selected products, when used within the specified roof assembly, must meet the requirements for the specified warranty. 2.2 UNDERLAYMENTS A. For use at eaves, rakes, ridges, penetrations, valleys, skylights, dormers, behind apron and step flashings, locations indicated on the drawings and other locations required by the asphalt shingle manufacturer: Self -adhering underlayment; butyl -rubber based, approved for use by the asphalt shingle manufacturer, and meeting the following criteria: 1. Meeting the requirements of ASTM D 1970. 2. Approved by the selected asphalt shingle manufacturer for use as a self -adhering underlayment for asphalt shingle roofing. Acceptable products include: a. StormGuard Leak Barrier, manufactured by GAF Corporation. b. WinterGuard, manufactured by CertainTeed Corporation. C. Weatherlock Flex Ice and Water Barrier, manufactured by Owens Corning Corporation. d. Other self -adhering underlayments approved by the selected asphalt shingle manufacturer, and meeting the requirements listed in paragraphs 2.2.A and 2.2.A.1. For use in the field of the roof: Synthetic, polymer -based roofing underlayment, meeting the following criteria: 1. Meeting or exceeding the physical requirements of ASTM D 226 and ASTM D 4869. 2. A recommended exposure limit of 120 days, minimum. 3. Approved by the selected asphalt shingle manufacturer for use as an underlayment for asphalt shingle roofing. Acceptable products include: a. Deck Armor Synthetic Underlayment, manufactured by GAF Corporation. b. Diamond Deck High Performance Synthetic Underlayment, manufactured by CertainTeed Corporation. C. Deck Defense High Performance Underlayment, manufactured by Owens Corning Corporation. d. Other synthetic underlayments approved by the selected asphalt shingle manufacturer, and meeting requirements listed in paragraphs 2.2.8, 2.2.13.1 and 2.2.8.2. 2.3 ASPHALT SHINGLES A. For use within ASHRAE Climate Zones 1 through 4: 1. Type: ASTM D 3462; Glass -fiber reinforced, architectural laminated shingle. Acceptable asphalt shingle manufacturers and shingles: a. Timberline Cool Series, manufactured by GAF Corporation, Wayne, NJ, (973) 628-3000. 073113-3 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING 2.4 2.5 w b. Landmark Solaris, manufactured by CertainTeed Corporation, Valley Forge, PA, (800) 233-8990. C. Duration Premium Cool, manufactured by Owens Corning, Toledo, OH, (800) 438-7465. d. Other asphalt shingle systems, meeting the requirements of this Article, and approved by the Owner. Fire Resistance: ASTM E 108 or ANSI/UL 790, Class A. Wind Uplift Rating: ASTM D 3161, Class F, or UL 997. The installed asphalt shingle system shall have a minimum wind rating of 130 miles per hour. Energy Rating: DOE Energy Star qualified, with an Initial Solar Reflectance of 0.25 or greater, and meeting or exceeding the requirements listed in paragraphs 2.3.A.2 and 2.3.A.3. Color: As determined by Owner. Starter course shingles: Use starter course shingles manufactured by the asphalt shingle manufacturer or specified shingles trimmed following the manufacturer's requirements. Ridge, hip and other specialty shingles: Use shingles manufactured by the asphalt shingle manufacturer or specified shingles trimmed following the manufacturer's requirements. ASPHALT SHINGLE ROOF FASTENERS A. For fastening underlayment 1. Roofing nails with smooth, flat, minimum 3/8 -inch head and 1" minimum metal cap; hot - dipped galvanized steel or equivalent corrosion -resistance, No. 11 or No. 12 gauge with barbed shanks and conventional sharp point; ASTM F 1667, Type 1, Style 20. Length as necessary to penetrate through the underside of deck (at plywood decks) or minimum 3/4 -inch into substrate (at wood plank decks). B. For fastening asphalt shingles: 1. Roofing nails with smooth, flat, minimum 3/8 -inch head; hot -dipped galvanized steel or equivalent corrosion -resistance, No. 11 or No. 12 gauge with barbed shanks and conventional sharp point; ASTM F 1667, Type 1, Style 20. Length as necessary to penetrate through the underside of deck (at plywood decks) or minimum 3/4 -inch into substrate (at wood plank decks). ROOFING CEMENT A. Type: ASTM D 4586 Asphalt Roofing Cement, Type II (asbestos free); product manufactured by, or approved by the roofing membrane manufacturer. SHEET METAL AND FLASHING ACCESSORIES A. Prefinished galvanized steel: Kynar 500 coating, 24 -gauge; color as selected by Owner; use the following metal components where indicated: 1. Drip edges, perimeter fascia and fascia extensions: Fabricate drip edges and fascias with a minimum 4 -inch flange. Fabricate face of drip edges and fascias to dimensions and configurations indicated on drawings. Fabricate fascia extensions to the dimensions and configurations indicated on the drawings. a. Continuous cleats associated with drip edges, perimeter fascias and fascia extensions: Galvanized steel; 22 -gauge, minimum. 2. Counterflashings and step flashings: Fabricate to the dimensions and configurations indicated on the drawings. 073113-4 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING Gutter fascia extensions: Fabricate to the dimensions and configurations indicated on the drawings. Apron and backer/cricket flashings: Field verify dimensions of chimneys, curbs and other rooftop penetrations where apron and backer/cricket flashings will be necessary. Fabricate to dimensions required to properly flash these penetrations. Step flashing: Fabricate step flashing with a minimum 4 -inch horizontal flange and minimum 4 -inch vertical leg. Fabricate step flashing in minimum 7 -inch widths to allow for minimum 2 -inch head lap over downslope step flashing piece. B. Gutters: Prefinished galvanized steel, 24 -gauge, with Kynar 500 coating. Fabricate gutters to match dimensions indicated on the drawings; fabricate in 10 -foot sections, with a 4 -inch flange with a 1/2 -inch hug at the inner edge of the gutter flange. 1. Gutter spacers: Painted galvanized steel, 1 -inch wide by 1/8 -inch thick; seal and secure to gutter as shown on drawings. Paint color to match gutter. C. Gutter liners: 1. Stainless steel, 22 -gauge. Fabricate gutter liners to the dimensions and configurations shown on the drawings, and in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition". Solder all seams watertight. D. Through -fascia, through -wall and overflow scuppers: 1. Scupper liners: Stainless steel, 22 -gauge. Fabricate scupper flashings in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figures 1-26, 1-28, 1- 29 and 1-30. Provide a 4 -inch flange with a 1/2 -inch hug at the inner edge of the scupper flange. Solder all seams watertight. 2. Conductor boxes and scupper closure plates: Stainless steel, 22-guage. Solder all seams watertight. Fabricate these components in accordance with the drawings, and the requirements outlined in the "SMACNA Architectural Sheet Metal Manual, 7th Edition". E. Conductor box fascia covers: Prefinished galvanized steel, 24 -gauge, with Kynar 500 coating; standard prefinished color as selected by the Owner. F. Downspouts, associated with gutters and scuppers: Prefinished galvanized steel, 24 -gauge, with Kynar 500 coating; standard prefinished color as selected by Owner. Fabricate downspouts with a "Pittsburgh Lock" seam, and in accordance with the drawings and "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figures 1-32B and 1-32F; size the hangers to match downspouts. G. Plumbing vent and tubular penetration flashings: Metal flashing with flanged sleeve with hood, prefabricated flashing with elastomeric collar, or other product type manufactured by, or approved by the asphalt shingle roofing manufacturer. 1. For sheet metal plumbing vent and tubular penetration flashings with flange and sleeve and hood: a. Stainless steel, 24-guage. b. Clamp: Stainless steel plumber's clamp, size as necessary to tightly secure elastomeric collar or hood. 2.7 MISCELLANEOUS MATERIALS A. Ridge Vents: Vents providing 16 square inches of net free area per lineal foot of vent, minimum. Acceptable ridge vents: 1. Cobra Ridge Vent, manufactured by GAF Corporation. 2. VentSure 4 -Foot Strip Heat and Moisture Ridge Vent with Weather PROtector Moisture Barrier, manufactured by Owens Corning Corporation. 3. ShingleVent II, manufactured by Air Vent, Inc., Dallas, TX, (800) 247-8368. 073113-5 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING B. Other ventilation accessories, including soffit vents and other rooftop vents: 1. Provide accessories manufactured by, or approved by, the asphalt shingle roofing manufacturer. C. For use at sheet metal flashing strip -ins, and where indicated on drawings: 1. Pressure -sensitive EPDM flashing material; non -reinforced, nominal 60 -mil thickness, black color. Type acceptable to asphalt shingle roofing manufacturer for specific flashing conditions encountered. Minimum 5 -inch width. 2. Primer: Type compatible with pressure -sensitive EPDM flashing and acceptable to the asphalt shingle roofing manufacturer. D. Butyl tape: for use behind counterflashing flanges and other locations indicated where indicated on the drawings. Width and thickness as necessary to create a seal between the existing substrate and secured counterflashing. 2.8 SEALANT A. Refer to Section 079201. PART 3 - EXECUTION 3.1 GENERAL A. Refer to Section 024100 for general work and substrate preparation requirements. 3.2 UNDELAYMENT INSTALLATION A. Install self -adhering underlayment eaves, rakes, ridges, penetrations, valleys, skylights, dormers, behind apron and step flashings, locations indicated on the drawings and other locations required by the asphalt shingle manufacturer. 1. Except as modified by these specifications and drawings, follow the written installation requirements of the self -adhering underlayment manufacturer. 2. Lay self -adhering underlayment flat, wrinkle free. Install the underlayment at locations indicated. At eaves, install underlayment parallel to the eave edge. At rake edges, install the underlayment beneath the flange of the rake edge metal. Refer to the project drawings. 3. Extend self -adhering underlayment 24 -inches beyond interior wall of the building envelope, minimum. 4. Side laps shall be overlapped 4 -inches, minimum. Ends laps shall be overlapped 8 - inches, minimum. 5. Using a roller, roll underlayment to ensure proper adhesion to structural deck. 6. If overnight exposure is anticipated, tack self -adhering membrane in place. B. Install synthetic underlayment at all locations not covered by self -adhering membrane. Follow written installation requirements of the underlayment manufacturer. 1. Except as modified by these specifications and drawings, follow the written installation requirements of the synthetic underlayment manufacturer. 2. Unroll the underlayment parallel with the eave edge. Lay underlayment flat, wrinkle free. Do not over stretch during installation. 3. Secure the underlayment with the specified nails affixed with metal caps. At underlayment perimeters, secure 6 -inches on center, minimum, and 1 -inch from sheet edges. Stagger capped nails in the field of the underlayment sheet as shown in the project drawings. Ensure capped nails are driven flat; remove improperly driven nails and re -secure. 073113-6 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING Side laps shall be overlapped 4 -inches, minimum. Ends laps shall be overlapped 8 - inches, minimum. 3.3 ASPHALT SHINGLE ROOFING INSTALLATION A. Asphalt shingle roof system general installation instructions: 1. Except as may be modified by these specifications and drawings, install the specified asphalt shingle roofing system, including self -adhering membranes and underlayments, in accordance with the requirements and recommendations of the asphalt shingle roofing manufacturer, using the manufacturer's current printed instructions, and the recommendations outlined in the NRCA "Roofing and Waterproofing Manual, 5th Edition", and ARMA "Residential Asphalt Roofing Manual, 5th Edition". 2. Use chalk lines as visible guides to ensure the proper exposure, coverage, and horizontal and vertical alignment of the shingles. 3. Apply shingles across and diagonally up the roof, using the "6 Inch Pattern", as defined in the NRCA "Roofing and Waterproofing Manual, 5th Edition". 4. If metric shingles are used, dimensions referred to in this specification must be proportionally modified to accommodate metric dimensions. 5. Install six nails per full length shingle. Do not nail into or above the factory -applied adhesive strips. Refer to asphalt shingle roofing manufacturer printed instructions for recommended location of nails. Remove any underdriven nails, and repair and damage caused by defective fastening with roofing cement. If severe damage occurs during nail removal, replace the full shingle. 6. Provide a 5 -inch shingle exposure. B. Starter course shingle installation: 1. At eaves, install one row of starter strip shingles. a. Fasten the starter strip shingles in accordance with the requirements of the asphalt shingle roofing manufacturer. Overhang the eave consistently by 1/4 - inch to 3/4 -inch. C. First and succeeding courses: 1. During installation, check installation of shingle courses to ensure proper alignment of cutouts, and correct horizontal and vertical orientation of course. 2. Bond the tabs of the first shingle course to the starter strip, using a quarter -sized dab of roofing cement placed on the starter strip 12 -inches o.c. Press the first course firmly into the roofing cement. 3. On steep slope roofs exceeding 12 -inches per foot in slope, in areas defined as "high wind areas", or when required by the asphalt shingle roofing manufacturer, bond shingle tabs by "hand tabbing", placing a quarter -sized dab of roofing cement 12 -inches o.c. and pressing the overlying shingle firmly into the roofing cement. D. Valley and hip flashing: 1. Valley flashings: a. Install valleys following the "Woven Valley Method", as defined in the NRCA "Roofing and Waterproofing Manual, 5th Edition". 2. Hip flashings: a. Install shingles manufactured by the asphalt shingle manufacturer or specified shingles trimmed following the manufacturer's requirements, following the printed instructions of the asphalt shingle roofing manufacturer. 073113-7 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING 3.4 SHEET METAL FLASHING INSTALLATION A. Drip edges, perimeter fascia and fascia extensions: 1. Continuous cleats: Provide continuous cleats where indicated on drawings. Secure the horizontal flange and vertical face of the continuous cleat with ring shank coated nails 12 - inches o.c., max. Decrease fastener spacing to 6 -inches o.c., max. within 10 -feet of a building corner. 2. Drip edges and fascias: Place the drip edge, fascia or fascia extension. Hook the fascia to the underlying continuous cleat. Secure the flange with nails 3 -inches o.c. in two staggered rows as indicated on the drawings. 3. Fascia extensions: Hook fascia extensions to the underlying cleat, if present. Secure fascia extensions with ring shank coated nails 12 -inches o.c., max., or fasteners appropriate for, and approved by the Owner for, the substrate condition encountered, 12 - inches o.c. max. B. Gutters and downspouts: 1. Install the specified gutter spacers 24 -inches o.c. Seal and secure the spacers to the gutter assembly as indicated on the drawings. 2. Overlap individual gutter sections 1-1/2 inches. Seal overlap, and pop -rivet sections together with two rows of pop rivets. Space pop rivets 1/2 -inch min., and 3/4 -inches max. in each row. Completed gutter sections shall not exceed 50 -feet in length. 3. Secure the flange with nails 3 -inches o.c. in two staggered rows. 4. Gutter expansion joints: Provide gutter expansion joints at locations recommended by SMACNA; fabricated following the recommendations of SMACNA. 5. Downspouts: Install downspouts at locations indicated on drawings. Secure downspouts in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figure 1-35A, using fasteners appropriate for the substrate encountered. a. Terminate the base of downspouts to match existing condition, unless indicated otherwise on the drawings. C. Gutter liners: 1. Install gutter liners at built-in and interior gutter locations indicated on the drawings. Install liners following the requirements and recommendations of SMACNA. D. Scupper liners, closure plates, conductor boxes and downspouts: 1. Scupper liners: Install scupper liners at through -fascia, through -wall, and overflow scupper locations indicated on the drawings. Install scupper liners following the requirements and recommendations of SMACNA. 2. Cover plates: At the exterior face of the scupper, install cover plates. Install scupper cover plates as indicated on the drawings, and following the requirements and recommendations of SMACNA. 3. Conductor boxes: Where indicated on the drawings, install conductor boxes as indicated on the drawings, and following the requirements and recommendations of SMACNA. 4. Downspouts: Install downspouts at conductor boxes. Secure downspouts in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figure 1-35A, using fasteners appropriate for the substrate encountered. a. Terminate the base of downspouts to match existing condition, unless indicated otherwise on the drawings. 5. Install conductor box fascia covers as indicated on the drawings. Fully clip fascia covers to stainless steel conductor boxes, or secure to substrate with fasteners appropriate for the substrate encountered. Counterflashings: Install counterflashings at locations indicated on the drawings as follows: 1. Install continuous butyl tape behind vertical face of counterf lashing. 2. Secure counterflashings with fasteners spaced as indicated on drawings. 3. Provide a continuous bead of sealant along the top edge of surface -mounted counterflashings to shed water and provide a watertight seal. 073113-8 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING F. Slip counterflashings: Install slip counterflashings at locations where existing sheet metal counterflashings cannot be lifted or removed, and at other locations indicated on the drawings as follows: 1. Install continuous butyl tape behind vertical face of counterflashing. 2. Secure counterflashings with fasteners spaced as indicated on drawings. G. Apron, backer and cricket flashings: 1. Install apron and backer/cricket flashings at roof curbs, chimneys, wall terminations, locations indicated on drawings, and at locations recommended by the asphalt shingle roofing manufacturer. a. At penetrations greater than 24 -inches, roof slopes greater than 6:12 (27 degrees), when a large volume on snow or ice could accumulate behind a roof penetration or when the average January temperature is 30°F (-1 °C) or lower, install cricket flashings in lieu of backer flashings behind roof penetrations. b. Where cricket widths exceed 18 -inches, provide wood framing and plywood support beneath sheet metal cricket flashing. C. Secure apron and backer/cricket flashings to the underlying substrate with fasteners appropriate to the substrate. H. Step flashings 1. Install step flashings at roof curbs, chimneys, wall terminations, locations indicated on drawings, and at locations recommended by the asphalt shingle roofing manufacturer. a. At the locations indicated above, install step flashing at the end of each shingle course. Install step flashing with a minimum headlap of 2 -inches, and a 4 -inch extension onto the underlying shingle. b. Secure step flashings to the underlying substrate with fasteners appropriate to the substrate. Tubular penetration flashing: Flash round pipe penetrations with a manufacturer recommended pipe flashing boot and specified watertight hood. 1. Flash tubular penetration where indicated on drawings. Follow asphalt shingle manufacturer recommendations and requirements. 2. Hood and drawband: Where a flanged sleeve sheet metal flashing is used, install a stainless steel hood over the fanged sleeve; solder all seams watertight. Secure a stainless steel drawband around the top of each hood to secure the hood to the penetration. Seal the top of the drawband and hood. 3.5 MISCELLANEOUS INSTALLATIONS/TREATMENTS A. Install ventilation accessories, including ridge vents, soffit vents and other rooftop vents at locations recommended by the asphalt shingle roofing manufacturer following the printed instructions of the manufacturer. B. Sheet metal flashing strip -ins: 1. Install specified strip -in where indicated on drawings. C. Butyl tape: 1. Install specified butyl tape behind counterflashings where indicated on drawings. END OF SECTION 073113-9 Collier County Date: 08/1/2016 ASPHALT SHINGLE ROOFING SECTION 075113 BUILT-UP ASPHALT ROOFING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes requirements related to the installation of an aggregate -surfaced built-up asphalt roofing membrane, including flashings, and related accessories. 1.2 RELATED SECTIONS A. Section 024100 — Roof Removal and Substrate Preparation B. Related Documents: Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American Society for Testing and Materials (ASTM) a. ASTM D 312 - Standard Specification for Asphalt Used in Roofing b. ASTM D 2178 - Standard Specification for Asphalt Glass Felt Used in Roofing and Waterproofing C. ASTM D 6164 - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Polyester Reinforcements d. ASTM D 1668 - Standard Specification for Glass Fabrics (Woven and Treated) for Roofing and Waterproofing e. ASTM D 226 - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing f. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free g. ASTM D 41 - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing h. ASTM D 2824 - Standard Specification for Aluminum -Pigmented Asphalt Roof Coatings, Non-fibered, Asbestos Fibered, and Fibered without Asbestos i. ASTM D 1863 - Standard Specification for Mineral Aggregate Used on Built -Up Roofs j. ASTM D 1970 - Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection 2. Factory Mutual Global (FM) 3. Underwriters Laboratories (UL) 4. National Roofing Contractors Association (NBCA) 5. American Society of Civil Engineers (ASCE) a. ASCE 7 Minimum Design Loads of Buildings and Other Structures 1.4 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive a manufacturer's warranty. Company shall have a minimum of 5 years documented experience 075113-1 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING certified by roofing system manufacturer. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. Store roll materials standing on end. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not perform work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. B. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. 1.7 MANUFACTURER WARRANTY AND CONTRACTOR GUARANTEE A. Provide premium 20 -Year 4 -ply built-up roofing with premium APP or SBS modified bitumen granular highly reflective cap sheet, covering materials and labor. Warranty shall be 20 -yr. NDL, per Collier County Vertical Standards. The warranty shall include the following additional items: 1. The warranty shall include a wind rider for the design wind speed at the specific project location. 2. Roofing inspection by a technical representative of the roofing membrane manufacturer 22-24 months after date of Final Acceptance. 3. Roofing manufacturer will provide unlimited repairs during warranty period with no cost limitation. 4. Temporary emergency repairs may be made by the Owner without voiding any warranty provisions. 075113-2 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING 5. Attach copy of Record Document Roof Plan Drawings, Roof Detail Drawings, and Record Built -Up Asphalt Roofing Specification Section to Warranty. B. The Contractor shall provide a two-year contractor guarantee. At a minimum, the contractor guarantee shall include the following: 1. Contractor name, address, phone number and project contact name. 2. The project completion date, and date of guarantee expiration. 3. The contractor guarantee shall include, in writing, all project work, workmanship, and/or all materials installed by the contractor or subcontractors to be of a quality that will comply with all project specific requirements of the Construction Documents and other documents governing the Work and workmanship through the guarantee period. 4. The contractor shall investigate roof leaks during the guarantee period within a reasonable time period, but in no instance greater than 24 -hours after notification of a leak. The contractor shall repair leaks determined to be the cause of the Work at no cost to the Owner. PART 2 — PRODUCTS 2.1 BUILT-UP ASPHALT ROOFING SYSTEM SUMMARY A. The complete roofing membrane system assembly shall consist of a built-up, four -ply roof system consisting of the specified asphalt saturated felts identified in paragraph 2.3A set in hot, fluid applications of asphalt. Aggregate surfacing shall be applied to the completed roof membrane. B. The complete roofing system assembly shall resist uplift pressures calculated according to ASCE 7-05 for the field, perimeters and corners. The specified approval rating must incorporate a safety factor of 2 over the maximum calculated uplift pressure in foot-pound units. C. The complete roofing system assembly shall achieve an FM or UL Class A fire rating. 2.2 BITUMEN A. Asphalt: ASTM D 312, Type III. 2.3 ROOFING FELTS, SHEETS, AND FABRICS A. Roofing membrane plies: Asphalt -saturated Type VI ply felt meeting ASTM D 2178; manufactured by the roofing membrane manufacturer. B. Base flashings: 1. Inner ply: Modified bitumen flashing sheet, polyester reinforced, minimum nominal 85 mil thickness; ASTM D 6164, Type I, Grade S. 2. Outer ply: Modified bitumen granule -surfaced surfacing sheet, polyester reinforced, minimum nominal 130 mil thickness; ASTM D 6164, Type I, Grade G. a. Color: White or light gray; as determined by Owner. C. For use at roof sump flashings and elsewhere as may be indicated: Asphalt treated woven glass fabric, ASTM D 1668, Type I. D. For use at temporary overnight tie-ins: Asphalt -saturated organic felt, No. 15, non -perforated, ASTM D 226, Type 1. 075113-3 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING 2.4 ADHESIVES, CEMENTS, PRIMERS AND COATINGS A. Roofing and flashing cement: ASTM D 4586, Type I, (summer grade or winter grade as applicable to season). B. Modified bitumen cement (For use at granule surfaced flashing sheets and other locations required by the roofing membrane manufacturer): Product compatible with modified bitumen roofing surfacing flashing sheet and approved by the roofing membrane manufacturer. C. Asphalt primer: ASTM D 41. D. Aluminum coating (for flashings): Fibrated aluminum coating; ASTM D 2824, Type III. Product type approved by the roofing membrane manufacturer. 2.5 AGGREGATE A. Gravel, ASTM D 1863, Size No. 67; clean and dry. B. Slag, ASTM D 1863, Size No. 67; clean and dry. 2.6 FASTENERS A. Roofing membrane and flashing fasteners: Unless otherwise indicated, types as required by the roofing membrane manufacturer. 2.7 MISCELLANEOUS MATERIALS A. Walkway pads: Product approved by the roofing manufacturer. B. Splashblocks: Concrete; size as necessary to accommodate existing condition. C. Pitch pan fill materials: 1. Non -shrink grout (for bottom fill): Quick -set, fast -drying grout; product acceptable to roofing manufacturer. 2. Pourable sealer (for top fill): Two-part pourable elastomeric sealer, product acceptable to roofing manufacturer. D. Conduit and pipe supports: 1. For pipes with a diameter up to 6 -inches: a. Adjustable prefabricated support such as Pipe Pier 150 manufactured by Pipe Pier Support Systems, Hamel, MN, or approved equal. b. Product approved by the roofing manufacturer for this application. C. Product capable of accommodating the weight of the supported pipe at intervals recommended by the pipe support manufacturer. 2. For pipes with a diameter greater than 6 -inches: a. Product approved by the roofing manufacturer for this application. b. Product capable of accommodating the weight of the supported pipe at intervals recommended by the pipe support manufacturer. E. Pre -fabricated plumbing vent pipe extensions: 1. For use where necessary to achieve the 8 -inch minimum flashing height: a. Pre -fabricated plumbing vent extensions, such as Tubos Pre -Fabricated Pipe Extension, by Tubos, Inc., Clearwater, FL. b. Product approved by the roofing manufacturer for this application. 075113-4 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING Size and configuration of extension as necessary to match existing pipe diameter, providing the 8 -inch minimum flashing height, and allowing for flashing as show on the drawings. F. Self -adhering membrane (for use over parapet walls beneath coping caps, and at other locations indicated on the drawings): Product approved for use beneath sheet metal by the membrane manufacturer, and meeting the following criteria: 1. Meeting the requirements of ASTM D 1970. 2. Approved for use as an underlayment for standing seam sheet metal roofing. 3. A 40 -mil minimum membrane thickness. G. Replacement roof hatch: 1. Roof hatch, such as "Type E" or "Type S", manufactured by The Bilco Company, New Haven, CT, or approved equal. a. Size and configuration as necessary to match existing roof hatch. b. Product approved by the roofing manufacturer for this application. H. Extendable ladder -mounted safety post, such as "LadderUP Safety Post", manufactured by The Bilco Company, New Haven, CT, or approved equal. 1. Size and configuration as necessary to accommodate existing ladder and new roof hatch. 2. Product approved by the roofing manufacturer for this application. Acrylic elastomeric coating (for use at roof penetrations and other locations indicated on the project drawings). Product approved for use by the membrane manufacturer for this application, and meeting the following criteria: 1. Meeting the requirements of ASTM D 6083. 2. White color. J. Rooftop unit support curbs: Product such as "Pate Equipment Supports" manufactured by The Pate Company, Lombard, IL, or approved equal. 1. Size and configuration as necessary to accommodate existing rooftop unit. 2. Fabricated from 18 ga. galvanized steel, minimum, with welded seams; and a nominal 2 - inch thick nailer affixed atop the curb support. 3. Fabricated to allow for a minimum flashing height of 8 -inches, minimum. 4. Product approved by the roofing manufacturer for this application. PART 3 - EXECUTION 3.1 GENERAL A. Refer to Section 024100 for general work and substrate preparation requirements. 3.2 BITUMEN KETTLE OPERATION A. Operator Preparation — Kettle operation requires an individual who is trained in the use of such equipment and use of the kettle requires a designate operator who will remain at the kettle during its use. Under no circumstance shall the kettle be unmanned. Never allow any untrained person to operate the kettle. Kettle temperature shall be recorded a minimum of twice per day. Kettle operator must be dressed accordingly; including, but not limited to, the following items: 1. Long-sleeved shirt, buttoned at the cuffs. 2. Long pants without cuffs. 3. Gloves, snug fitting at the cuffs. 4. Heavy shoes with high tops. 075113-5 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING C. Site Preparation — The kettle should be located close enough to the building to allow for proper setup of thin-wall tubing. Care must be taken to protect building, by use of tarpaulins. However, be aware of the possible hazards from locating too close, such as splashing of asphalt or the spread of fire. D. Avoid locating kettle near openings and air intakes on the building to lessen the effect of fumes on the people inside. E. Select a clear, level area with firm ground. Locate kettle away from all flammable materials and away from all electrical lines. Chock wheels front and back when kettle is in operation. Make sure the kettle is level and stable from rocking. Place non-flammable material underneath kettle to protect the ground from spillage. Set up a warning line system around the entire kettle working area. Keep unauthorized people away from the area. If LP fuel is being used, secure the cylinder(s) so that it cannot tip over. Locate cylinder(s) at least ten feet from the burners. Keep all fuel upwind from the kettle and away from open flames. Place asphalt to be used for the day in a location convenient for loading the kettle. F. Ground protection (plywood and EPDM membrane) is required at kettle site. Comply with all Local Fire Codes or requirements set forth by Local Fire Marshall. 3.3 BITUMEN FUME CONTROL A. The Contractor shall include the cost of providing a fume recovery system such as Fumeguard Asphalt & Pitch Fume Control System as manufactured by the Garlock Equipment Company or approved equal in all projects where asphalt is specified. B. Fumes from paint, adhesives, or any other sources are prohibited from entering the building interior. Contractor must provide proper ventilation and take necessary precautions to prevent fume permeation including covering intake vents, providing and installing carbon filters, arranging for HVAC equipment shut down, or any other necessary means to prevent fumes from entering the building. 3A ROOFING MEMBRANE INSTALLATION A. Except as may be modified by these specifications and drawings, install roofing membrane in accordance with the requirements and recommendations of the roofing membrane manufacturer, using the manufacturer's current printed instructions. B. Chalk lining: Beginning at the low points or drains, chalk line the cover board surface to serve as guides for the proper mopping and laying of the roofing membrane plies. C. Felt direction: Install roofing membrane felts perpendicular to the roof slope. D. Broom or press each ply into place, full width. E. Provide non -perforated asphalt organic felt envelopes at perimeter edges, and metal pitch dams at roof openings, and at other locations required by the roofing membrane manufacturer to prevent coal -tar pitch drippage. F. Install only as much roofing as can be completed in a work day, including flashing and detail work. All installed roofing shall be sealed to a watertight condition prior to leaving the site daily. G. Sequence roofing work to eliminate the use of installed roofing as a walkway, or as a storage platform for materials. 075113-6 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING H. Where wheeled or excessive traffic over new or existing roofing work is unavoidable, provide and use 3/4 -inch plywood, set over a minimum of two-inch thick rigid board insulation to protect roofing components in place. Overnight tie-in: Care should be exercised to ensure that water does not flow beneath any completed sections of the roof by temporarily sealing the loose edge of the membrane at the end of each work day and when the weather is threatening. The roofing membrane manufacturer's requirements should be followed closely. Remove debris from the roof daily prior to leaving the site. Inspect the site at ground level. Remove any roof replacement related debris from the ground. 3.5 BASE FLASHINGS A. Curb height: Unless otherwise indicated or not possible due to existing conditions encountered, provide an 8 -inch minimum flashing height above the finished roofing surface. B. Ensure that all flashing substrates are suitable to receive new base flashing materials. C. Install base flashings at vertical walls and curbs in accordance with the roofing membrane manufacturer's requirements and recommendations, with the following exceptions/clarifications: 1. Flashing Securement: a. If the flashing substrate is wood or wood nailers are present, secure the flashing top edge with roofing nails and 1 -inch metal cap fasteners spaced 6 -inches on center, maximum. b. At all other substrates, secure the top edge of flashing with an aluminum anchor bar, secured 12 -inches o.c., max., or as recommended by the roofing membrane manufacturer; whichever is less. 2. Flashing stripping: Use woven glass fabric and roofing cement to seal vertical laps and the flashing top edge of the flashing (including anchor bars, if applicable). 3. Flashing and stripping coating: Apply the specified aluminum coating over base flashings and strippings. Apply the coating in accordance with the requirements and recommendations of the roofing membrane manufacturer. Ensure that the surface coating is uniform in color and appearance. Do not apply coating during cold weather, or immediately after the application of strippings. If necessary, allow strippings time to "flash off', as recommended by the coating manufacturer. D. Hot-air welded seams: Using a heat gun, hot-air weld flashing base ply and surfacing ply seams. Do not use torches to hot-air weld seams. 3.6 ROOF SUMP FLASHINGS A. Prior to installation of the base ply, install a three -course stripping of woven glass fabric and roofing cement over the cover board/insulation substrate. B. Ensure that the roofing membrane plies extend into the roof sump. C. Install a three -course stripping of woven glass fabric and roofing cement over the roofing plies. D. Install a lead sheet flashing over the roofing plies in the sump. Prime both sides of the lead sheet prior to installation. E. Install two plies of woven glass fabric, each ply set in roofing cement, over the lead flashing 075113-7 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING sheet. Ensure that the roofing membrane felts, lead flashing sheet, and woven glass fabric flashing plies extend under the clamping ring and into the drain bowl. Tightly secure the clamping ring. G. Apply the specified aluminum coating over the roof sump flashings. Apply the coating in accordance with the requirements and recommendations of the coating manufacturer. Ensure that the surface coating is uniform in color and appearance. 3.7 SHEET METAL FLANGE STRIPPINGS A. At sheet metal flanges associated with roof sump area gravel stops, tubular penetrations, pitch pans and perimeter edge sheet metal fascia flashings: 1. Prime the top and bottom of the sheet metal flange. Allow the primer time to dry. 2. Set flange in a full bed of roofing cement. 3. Install strippings in accordance with the drawings and the requirements and recommendations of the modified bitumen roofing membrane manufacturer. 3.9 SEALANTS A. Refer to Section 079200. 3.10 AGGREGATE SURFACING A. Roofing membrane inspection/repair: Repair all fishmouths, wrinkles, ridges, disbonded or dry membrane laps, or any other defects in the new roof membrane in accordance with the recommendations of the roofing membrane manufacturer prior to the aggregate surfacing application. Aggregate application: 1. Embed aggregate uniformly into a top pour coat of hot and fluid asphalt applied at a rate not less than 70 pounds per square. Apply gravel at the rate of 400 pounds per square. Apply slag at the rate of 300 pounds per square. Ensure that a minimum of half of the aggregate layer is fully adhered in the top pour coat. 3.11 MISCELLANEOUS INSTALLATIONS/TREATMENTS A. Return mechanical ventilator units to their original positions and secure to the existing curbs with EPDM-gasketed screws. Provide a minimum of one fastener on each side of the curb and a minimum of one fastener every 12 -inches o.c. Reconnect all electrical, plumbing, gas line and ventilation connections required to return mechanical units to their original operating condition. Retain a qualified, licensed electrical subcontractor to reconnect electrical equipment. Retain a qualified, licensed mechanical subcontractor to reconnect gas lines and ventilation connections. Coordinate required disconnections and reconnections with the Owner. C. Walkway pads: Install walkway pads at locations indicated on drawings. Install the pads in accordance with the requirements and recommendations of the roofing manufacturer. Extend the pads a minimum of 4 -inches in all directions beyond wood blocking. D. Install splashblocks set on walkpads at locations indicated on the drawings. 075113-8 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING E. Rooftop conduit and pipe supports 1. Install adjustable prefabricated pipe supports at rooftop conduit and pipes. 2. Space pipe supports at intervals recommended by the support manufacturer, as determined by the diameter and weight of the conduit or pipe. 3. Separate the support from the roof surface by installing the support over roof walkway pads, installed as specified. F. Pre -fabricated plumbing vent pipe extensions: 1. Refer to manufacturer requirements and recommendations for installation. 2. Prior to flashing installation, seal intersection of pipe extension and existing plumbing vent. G. Install self -adhering underlayment beneath coping caps, and at other locations indicated on the drawings. 1. Refer to manufacturer requirements and recommendations for installation. H. Replacement roof hatch installation: 1. Remove and discard existing roof hatch. 2. Provide wood nailers beneath roof hatch flanges, if necessary, to match insulation thickness. 3. Install new roof hatch following the written instructions, recommendations, and requirements of the roof hatch manufacturer. I. Extendable safety post installation: 1. Install new safety post following the written instructions, recommendations, and requirements of the roof hatch manufacturer. J. Application of elastomeric coating to rooftop penetrations: 1. Prepare substrate in a manner that is acceptable to the coating manufacturer. Substrate preparation includes, but is not limited to: treatment of excessive gaps, repair of damaged or loose sheet metal components, repair of holes, cleaning of roof penetrations, treatment of surface rust, treatment of residual asphalt, and priming (if required by the roof coating manufacturer. 2. Coat the indicated penetrations following the recommendations and requirements of the coating manufacturer. K. Installation of equipment support curbs: 1. Install support curbs where indicated on the project drawings. Flash curbs into the roof system as indicated on the project drawings. 2. Refer to manufacturer requirements and recommendations for installation. END OF SECTION 075113-9 Collier County Date: 08/1/2016 BUILT-UP ASPHALT ROOFING SECTION 075217 SBS MODIFIED BITUMEN ROOFING IN HOT ASPHALT PART 1 - GENERAL I ►yi1►TiI_1:Yj A. This Section includes requirements related to the installation of SBS (Styrene -Butadiene -Styrene) modified bitumen roofing membrane and flashings in hot asphalt, DOE Energy Star compliant reflective surfacing, related accessories, and warranty and guarantee requirements. 1.2 RELATED SECTIONS A. Section 024100 — Roof Removal and Substrate Preparation 1.3 ALTERNATES A. Provide an alternate price for the 20 -Year Total System Warranty described in paragraph 1.9.A. B. Provide an alternate price for a completed roof system with a DOE Energy Star compliant reflective surfacing over the installed modified bitumen roof system as specified within Articles 2.4 and 3.6 of this Section. 1.4 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American Society of Civil Engineers (ASCE) a. ASCE 7 Minimum Design Loads of Buildings and Other Structures 2. American Society for Testing and Materials (ASTM) a. ASTM D6164 - Standard Specification for Styrene Butadiene Styrene (SBS) Modified Bituminous Sheet Materials Using Polyester Reinforcements b. ASTM D312 - Standard Specification for Asphalt Used in Roofing C. ASTM D226 - Standard Specification for Asphalt -Saturated Organic Felt Used in Roofing and Waterproofing d. ASTM D41 - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing e. ASTM D1668 - Standard Specification for Glass Fabrics (Woven and Treated) for Roofing and Waterproofing f. ASTM D1970 - Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection g. ASTM D6083 - Standard Specification for Liquid Applied Acrylic Coating Used in Roofing 3. Certified Roofing Torch Applicator (CERTA) Program, developed by the Midwest Roofing Contractors Association (MRCA) and National Roofing Contractors Association (NRCA) 4. National Roofing Contractors Association (NRCA) 5. Underwriters Laboratories (UL) 075217-1 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT 1.5 1.6 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive a manufacturer's warranty. Company shall have a minimum of 5 years documented experience certified by roofing system manufacturer. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 1.6 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. Store roll materials standing on end. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.7 ENVIRONMENTAL REQUIREMENTS A. Do not perform work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. B. Cold weather precautions 1. Store products that may be negatively affected by exposure to cold weather, such as primers, adhesives, sealants and cements, in a heated location. Refer to the asphalt roofing manufacturer and NRCA requirements and recommendations for additional cold weather application recommendations and restrictions. C. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. 075217-2 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT 1.8 MANUFACTURER WARRANTY AND CONTRACTOR GUARANTEE A. Provide premium 20 -Year 4 -ply built-up roofing with premium APP or SBS modified bitumen granular highly reflective cap sheet, covering materials and labor. Warranty shall be 20 -yr. NDL, per Collier County Vertical Standards. The warranty shall include the following additional items: 1. Roofing inspection by a technical representative of the roofing membrane manufacturer 18-20 months after date of Final Acceptance. The technical representative shall provide a report of the inspection to the Owner no later than 60 days after the inspection. 2. Roofing manufacturer shall provide unlimited repairs during the warranty period with no cost limitation. 3. Temporary emergency repairs may be made by United States Postal Service without voiding warranty provisions. Permanent repairs shall be made in accordance with the requirements of the roofing membrane manufacturer. 4. A copy of the Record Document Roof Plan Drawings, Roof Detail Drawings, and Record SBS Modified Bitumen in Hot Asphalt Specification Section shall be attached to the warranty. PART 2 — PRODUCTS 2.1 MODIFIED BITUMEN ROOFING SYSTEM SUMMARY A. The complete roofing membrane system assembly shall consist of an SBS surfacing ply over an SBS base ply, meeting or exceeding the requirements listed in Article 2.2 of this Section. B. The complete roofing system assembly, including specified roof membrane, cover board, insulation and underlayment (if applicable), shall resist uplift pressures calculated according to ASCE 7-05 within the field of the roof, and at perimeters and corners, for the project location. The specified approval rating must incorporate a safety factor of 2 over the maximum calculated uplift pressure in foot-pound units. C. The complete roofing system assembly shall achieve a UL Class A fire rating. 2.2 MODIFIED BITUMEN ROOFING MEMBRANE A. Base ply: 1. Modified bitumen base sheet with a minimum 250 gram per square meter polyester reinforcing mat, and minimum nominal 115 mil thickness; ASTM D6164, Type II, Grade S. Surfacing ply: 1. Modified bitumen granule -surfaced surfacing sheet with a minimum 250 gram per square meter polyester reinforcing mat, fire -rated, minimum nominal 130 mil thickness; ASTM D6164, Type II, Grade G. a. Color: White, light gray, or as determined by Owner. b. Initial Solar Reflectance: No less than 0.26, no greater than 0.40. 2.3 MODIFIED BITUMEN ROOFING FLASHING A. Base ply: 075217-3 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT Modified bitumen base sheet with a minimum 250 gram per square meter polyester reinforcing mat, and minimum nominal 115 mil thickness; ASTM D6164, Type II, Grade S. B. Surfacing ply: 1. Modified bitumen granule -surfaced surfacing sheet with a minimum 250 gram per square meter polyester reinforcing mat, fire -rated, minimum nominal 130 mil thickness; ASTM D6164, Type II, Grade G. a. Color: White, light gray, or as determined by Owner. b. Initial Solar Reflectance: No less than 0.26, no greater than 0.40. 2.4 DOE ENERGY STAR INITIAL SOLAR REFLECTANCE REQUIREMENT A. Provide a completed roofing system approved by the roofing membrane manufacturer, and meeting the Initial Solar Reflectance requirement of 0.65, minimum, as required by DOE Energy Star. Note that the four product and product configurations listed below are the only acceptable options available to achieve this requirement. Refer to the listed roofing membrane manufacturers for further clarification: 1. Firestone "SBS Premium UltraWhite" surfacing ply, manufactured by Firestone Building Products, combined with a Soprema "Sopralene 250 Sanded" base ply, manufactured by Soprema, Inc. 2. Firestone "SBS Premium UltraWhite" surfacing ply, manufactured by Firestone Building Products, combined with a Viridian Systems "Pika Ply SS -4", manufactured by Viridian Systems. 3. JM "Dynalastic 250 FR CR" surfacing ply, manufactured by Johns Manville, combined with a JM "Dynalastic 250 S" base ply, manufactured by Johns Manville. 4. Use of other surfacing and base plies meeting the requirements identified in Articles 2.2 and 2.3 of this Section, and a field -applied acrylic elastomeric coating applied to the finished SBS modified bitumen roofing membrane and flashing surfacing ply. The coating shall be approved for the use specified by the roofing membrane and coating manufacturers. 2.5 LIQUID -APPLIED FLASHING A. Base and top coats: 1. Single or dual component, moisture -cured. Product approved by the roofing membrane manufacturer for use in the specified configuration. B. Reinforcing fabric: 1. Polyester -reinforced fabric. Product approved by the roofing membrane manufacturer for use in the specified configuration. 2.6 ADHESIVES, CEMENTS AND PRIMERS A. Asphalt: ASTM D312, Type III. B. Flashing cement and roofing cement: Product compatible with SBS Modified bitumen roofing and approved by the roofing membrane manufacturer. C. Asphalt primer: ASTM D41. 075217-4 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT 2.7 FASTENERS A. Roofing membrane and flashing fasteners: Unless otherwise indicated, types as required for project completion, and as recommended by the roofing membrane manufacturer and NRCA for the substrate condition encountered. B. For back nailing of felts (where required by the roofing membrane manufacturer): Roofing nails with smooth, flat, minimum 3/8 -inch head affixed with 1 -inch minimum metal cap; hot -dipped galvanized steel or equivalent corrosion -resistance, No. 11 or No. 12 gauge with barbed shanks and conventional sharp point; ASTM F1667, Style 20. Length as necessary to penetrate into the underlying wood nailer or other substrate 1 -inch minimum. 2.8 ROOFING FELTS FOR TEMPORARY TIE-INS A. For use at temporary overnight tie-ins: Asphalt -saturated organic felt, No. 15, non -perforated, ASTM D 226, Type 1. B. For use at roof sump flashings and elsewhere as may be indicated: Asphalt treated woven glass fabric, ASTM D 1668, Type I. 2.9 MISCELLANEOUS MATERIALS A. Walkpads: Product approved by the roofing manufacturer. B. Splashblocks: Concrete; size as necessary to accommodate existing condition. C. Self -adhering membrane (for use over parapet walls beneath coping caps, and at other locations indicated on the drawings): Product approved for use beneath sheet metal by the membrane manufacturer, and meeting the following criteria: 1. Meeting the requirements of ASTM D1970. 2. Approved for use as an underlayment for standing seam sheet metal roofing. 3. A 40 -mil minimum membrane thickness. D. Pitch pan fill materials: 1. Non -shrink grout (for bottom fill): Quick -set, fast -drying grout; product acceptable to roofing manufacturer. 2. Pourable sealer (for top fill): Two-part pourable elastomeric sealer, product acceptable to roofing manufacturer. E. Pre -fabricated plumbing vent pipe extensions: 1. For use where necessary to achieve the 8 -inch minimum flashing height: a. Pre -fabricated plumbing vent extensions, such as Tubos Pre -Fabricated Pipe Extension, by Tubos, Inc., Clearwater, FL. b. Product approved by the roofing manufacturer for this application. C. Size and configuration of extension as necessary to match existing pipe diameter, providing the 8 -inch minimum flashing height, and allowing for flashing as show on the drawings. F. Single -ply flashing membrane (for use at high -wall conditions as indicated on the project drawings): 075217-5 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT Flashing membrane: PVC flashing membrane; fire resistant, polyester reinforced, minimum 60 -mil thickness, white color; in full compliance with all requirements of ASTM D4434, Type III, white color. The selected membrane shall meet the following additional criteria: a. The selected membrane shall meet the DOE Energy Star requirements for Initial Solar Reflectance. Adhesives, primers, cements, sealants, water cut-off mastics, prefabricated accessories, and other related items: Unless otherwise indicated, products manufactured by, or approved by the roofing membrane manufacturer. PVC -coated counterflashing: As indicated on the project drawings, PVC -coated galvanized steel, minimum 24 -gauge, maximum section lengths of 10 -feet; standard prefinished color selected by the Owner. G. Acrylic elastomeric coating (for use at roof penetrations and other locations indicated on the project drawings). Product approved for use by the membrane manufacturer for this application, and meeting the following criteria: 1. Meeting the requirements of ASTM D6083. 2. White color. H. Conduit and pipe supports: 1. For pipes with a diameter up to 6 -inches: a. Adjustable prefabricated support such as Pipe Pier 150 manufactured by Pipe Pier Support Systems, Hamel, MN, or approved equal. b. Product approved by the roofing manufacturer for this application. C. Product capable of accommodating the weight of the supported pipe at intervals recommended by the pipe support manufacturer. 2. For pipes with a diameter greater than 6 -inches: a. Product approved by the roofing manufacturer for this application. b. Product capable of accommodating the weight of the supported pipe at intervals recommended by the pipe support manufacturer. Rooftop unit support curbs: Product such as "Pate Equipment Supports" manufactured by The Pate Company, Lombard, IL, or approved equal. 1. Size and configuration as necessary to accommodate existing rooftop unit. 2. Fabricated from 18 ga. galvanized steel, minimum, with welded seams; and a nominal 2 - inch thick nailer affixed atop the curb support. 3. Fabricated to allow for a minimum flashing height of 8 -inches, minimum. 4. Product approved by the roofing manufacturer for this application. J. Replacement roof hatch: 1. Roof hatch with insulated curb, such as "Type E" or "Type S", manufactured by The Bilco Company, New Haven, CT, or approved equal. a. Size and configuration as necessary to match existing roof hatch. b. Product approved by the roofing manufacturer for this application. K. Extendable ladder -mounted safety post, such as "LadderUP Safety Post", manufactured by The Bilco Company, New Haven, CT, or approved equal. 1. Size and configuration as necessary to accommodate existing ladder and new roof hatch. 2. Product approved by the roofing manufacturer for this application. L. Exterior replacement ladder: Product such as "Model 561" manufactured by Alaco Ladder Company, Chino, CA, or approved equal. 1. Size and configuration as necessary to accommodate existing conditions and meet OSHA, federal, state, local, and Owner -mandated requirements. 075217-6 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT 2. Handrails shall extend 42 -inches, minimum, above top rung of ladder. 3. Ladder shall be affixed with a security door. M. Replacement interior ladder: Product such as "Model 560 — Fixed Wall Ladder" manufactured by Alaco Ladder Company, Chino, CA, or approved equal. 1. Size and configuration as necessary to accommodate existing conditions and meet OSHA, federal, state, local, and Owner -mandated requirements. PART 3 - EXECUTION 3.1 GENERAL A. Refer to Section 024100 for general work and substrate preparation requirements. B. Use of torches during roof replacement: 1. Torches may only be used with the written consent of the Owner, following Owner - mandated notification requirements related to hot work. 2. Torch -related work shall be performed in full compliance with local fire codes, Owner - mandated requirements related to torch use, and the requirements and recommendations indicated within the CERTA "Torch -Applied Roof System Safety Student Manual". This manual is available at the National Roofing Contractors Association website: www.nrca.net. 3. At the request of the Owner, the use of torches may be discontinued at any time. 3.2 BITUMEN FUME CONTROL A. The Contractor shall include the cost of providing a fume recovery system such as Fumeguard Asphalt & Pitch Fume Control System as manufactured by the Garlock Equipment Company or approved equal in all projects where coal tar pitch and/or asphalt is specified (if Applicable). B. Fumes from paint, adhesives, or any other sources are prohibited from entering the building interior. Contractor must provide proper ventilation and take necessary precautions to prevent fume permeation including covering intake vents, providing and installing carbon filters, arranging for HVAC equipment shut down, or any other necessary means to prevent fumes from entering the building. 3.3 ROOFING MEMBRANE INSTALLATION A. Except as may be modified by the technical specifications and project drawings, install roofing membrane in accordance with the requirements and recommendations of the roofing membrane manufacturer, using the manufacturer's current printed instructions. B. Chalk lining: Beginning at the low points or drains, chalk line the cover board surface to serve as guides for the proper laying of the roofing membrane plies. C. Broom or press each ply into place, full width. D. Hot-air welded seams: A flameless welding machine must be used for field membrane seams. Hot-air weld base ply and surfacing ply seams. Do not use torches to weld seams. 075217-7 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT E. Install only as much roofing as can be completed in a work day, including flashing and detail work. All installed roofing shall be sealed to a watertight condition prior to leaving the site daily. F. Sequence roofing work to eliminate the use of installed roofing as a walkway, or as a storage platform for materials. G. Where wheeled or excessive traffic over new or existing roofing work is unavoidable, provide and use 3/4 -inch plywood, set over a minimum of two-inch thick rigid board insulation to protect roofing components in place. H. Overnight tie-in: Care should be exercised to ensure that water does not flow beneath any completed sections of the roof by temporarily sealing the loose edge of the membrane at the end of each work day and when the weather is threatening. The roofing membrane manufacturer's requirements should be followed closely. Under no circumstance shall the roofing contractor leave an open, unsealed roof system upon completion of daily work. Remove debris from the roof daily prior to leaving the site. Inspect the site at ground level. Remove any roof replacement related debris from the ground. Fire watch: Per local codes, provide a fire watch after completion of daily work 3.4 BASE FLASHINGS A. Curb height: Unless otherwise indicated or not possible due to existing conditions encountered, provide an 8 -inch minimum flashing height above the finished roofing surface. Refer to Section 061053 for wood blocking requirements related to raising of rooftop curbs. B. Ensure that all flashing substrates are suitable to receive new base flashing materials. As indicated below, provide additional necessary preparations to substrates if required by the roofing membrane manufacturer: 1. At wood substrates: Prior to installation of flashing base and surfacing plies, provide a mechanically -attached backer sheet approved by the roofing manufacturer over the wood substrate. Mechanically -attach the backer sheet to the wood substrate at the rate and fastening pattern recommended by the manufacturer. 2. At concrete, masonry and metal substrates: Prior to installation of flashing base and surfacing plies, apply asphalt to the substrate. Apply primer at the rate recommended by the roofing membrane manufacturer, but at a rate not less than one gallon per square. C. Install base flashings at vertical walls and curbs in accordance with the roofing membrane manufacturer's requirements and recommendations. D. Hot-air welded seams: Using a heat gun, hot-air weld flashing base play and surfacing ply seams. Do not use torches to weld seams. E. Secure the top edge of flashing as shown on the project drawings, and In accordance with roofing membrane manufacturer recommendations and requirements. Seal the completed flashing top edge with a 3 -course stripping of woven glass fabric and flashing cement. F. Where the anticipated finished flashing height will exceed 24 -inches, consult with the roofing membrane manufacturer to determine requirements and recommendations related to additional intermittent flashing securement requirements and recommendations. G. Fire watch: Per local codes, provide a fire watch after completion of daily work 075217-8 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT 3.5 REFLECTIVE SURFACING INSTALLATION A. Installation of approved reflective surfacing plies, combined with approved base plies, identified in Article 2.4 of this Section: 1. Apply the surfacing sheet, following the requirements and recommendations of the roofing membrane manufacturer. 2. Exercise reasonable care to keep reflective sheets clean, and clear of debris. 3. At roofing membrane and flashing surfacing ply seams and laps: a. Clean the seam and lap area of dirt and debris. Power wash the seams and laps, if necessary to remove excessive residue. b. At seams, broadcast reflective granules over seam area; or prime seams and laps, and apply two coats minimum of the specified acrylic elastomeric coating over the seam and lap areas. 4. At locations determined by the Owner to contain excessive staining: a. Clean the identified area(s) of dirt and debris. Power wash the area, if necessary to remove excessive residue. b. Prime the area, if required by the coating manufacturer. Apply two coats, minimum, of the specified acrylic elastomeric coating over the area. B. Installation of field -applied acrylic elastomeric roof coating: 1. Prepare substrate in a manner that is acceptable to the roofing membrane and coating manufacturers. Substrate preparation includes, but is not limited to: removal of dirt and debris, repair of defects in the roof membrane and flashing, treatment of surface residue, treatment of areas of excessive ponding, and priming (if required by the roof coating manufacturer). a. After substrate preparation work is complete, inspect all surface preparation work. Correct any identified defects prior to application of coating. b. Inspect the areas adjacent to the work area for cars and other property that could be damaged by coating overspray. Prior to work start, remove or protect cars and other property that may be damaged by work activities. C. Prior to work start, close any rooftop air intakes within and adjacent to the work area. d. Follow manufacturer guidelines for rate of application and application procedures of the base and finish coats, as outlined in the written literature provided by the coating manufacturer. e. Apply the coating following the requirements and recommendations of the roofing membrane and coating manufacturer. Install a minimum of two coats of acrylic elastomeric coating over the roof surface. 3.6 LIQUID -APPLIED FLASHING A. At locations to receive liquid applied flashings, as indicated on the project drawings: 1. Follow the written instructions for application of liquid -applied flashing provided by the roofing membrane manufacturer. 2. Prepare the substrate in a manner that is acceptable to the roofing membrane manufacturer. Substrate preparation includes, but is not limited to, removal of dirt and debris, treatment of surface and priming (if required by the liquid -applied flashing manufacturer). 3. Apply the base coat of liquid applied flashing to the substrate. 4. Install required reinforcing mesh into the base coat. 5. Apply the top coat of liquid applied flashing over the reinforcing mesh and base coat. Extend the top coat over and beyond the reinforcing mesh. 075217-9 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT 3.7 ROOF SUMP FLASHINGS A. Prior to installation of the base ply, install a three -course stripping of woven glass fabric and roofing cement over the cover board/insulation substrate. B. Install the specified modified bitumen base ply. Ensure that the modified bitumen base ply extends into and through the roof sump area. C. Install an additional three -course stripping of woven glass fabric and roofing cement over the modified bitumen base ply. D. Install a copper sheet flashing over the base ply in the sump. Prime both sides of the copper sheet prior to installation. E. Install a modified bitumen flashing ply over the copper flashing sheet. F. Install the specified modified bitumen surfacing ply over the completed roof sump flashing. Ensure that the modified bitumen surfacing ply extends into and through the roof sump area. G. Ensure that the roofing base and surfacing plies, copper flashing sheet, and modified bitumen flashing ply extend under the clamping ring and into the drain bowl. Tightly secure the clamping ring. 3.8 SHEET METAL FLASHINGS A. Refer to Section 076203 for sheet metal flashing requirements related to modified bitumen roofing. 3.9 SHEET METAL FLANGE STRIPPINGS A. At sheet metal flanges associated with tubular penetration, pitch pan and perimeter edge sheet metal fascia flashings: 1. Prime the top and bottom of the sheet metal flange. Allow the primer time to dry. 2. Set flange in a full bed of roofing cement. 3. Install strippings in accordance with the project drawings and the requirements and recommendations of the modified bitumen roofing membrane manufacturer. 3.10 MISCELLANEOUS INSTALLATIONS/TREATMENTS A. Return mechanical ventilator units to their original positions and secure to the existing curbs with EPDM-gasketed screws. Provide fasteners 12 -inches, o.c., minimum, and within 2 -inches of each end. Provide a minimum of two fasteners on each side of the curb. Reconnect all electrical, plumbing, gas line and ventilation connections required to return mechanical units to their original operating condition. Retain a qualified, licensed electrical subcontractor to reconnect electrical equipment. Retain a qualified, licensed mechanical subcontractor to reconnect gas lines and ventilation connections. Coordinate required disconnections and reconnections with the Owner. [1Y&YAifai[s, Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT C. Walkpads: Install walkpads at locations indicated on the project drawings. Install in accordance with the requirements and recommendations of the roofing manufacturer. D. Install splashblocks set on walkpads at locations indicated on the drawings. E. Install self -adhering underlayment beneath coping caps, and at other locations indicated on the drawings. 1. Refer to manufacturer requirements and recommendations for installation. F. Pitch pan fill materials: At locations indicated on the project drawings, provide pitch pans. 1. After completion of pitch pan flashing/stripping installation, fill bottom of pitch pan with specified non -shrink grout, as shown on the project drawings. 2. Complete pitch pan fill with pourable sealer. Install pourable sealer in a manner that does not allow for ponding water to collect on top of the completed pitch pan. If possible, tool or crown the sealer to create this condition. G. Pre -fabricated plumbing vent pipe extensions: 1. Refer to manufacturer requirements and recommendations for installation. 2. Prior to flashing installation, seal intersection of pipe extension and existing plumbing vent. H. Single -ply flashing membrane (for use at high -wall conditions as indicated on the project drawings): 1. Install PVC flashing membrane at locations indicated on the project drawings. Fully - adhere membrane to the substrate, and hot-air weld laps. Terminate top and bottom edges of the membrane as indicated on the project drawings. I. Application of elastomeric coating to rooftop penetrations: 1. Prepare substrate in a manner that is acceptable to the coating manufacturer. Substrate preparation includes, but is not limited to: treatment of excessive gaps, repair of damaged or loose sheet metal components, repair of holes, cleaning of roof penetrations, treatment of surface rust, treatment of residual asphalt, and priming (if required by the roof coating manufacturer. 2. Coat the indicated penetrations following the recommendations and requirements of the coating manufacturer. J. Rooftop conduit and pipe supports: 1. Install adjustable prefabricated pipe supports at rooftop conduit and pipes. 2. Space pipe supports at intervals recommended by the support manufacturer, as determined by the diameter and weight of the conduit or pipe. 3. Separate the support from the roof surface by installing the support over roof walkway pads, installed as specified. Extend walkpads 4 -inches, minimum beyond all sides of supports. K. Rooftop unit support curbs: 1. Install unit support curbs where indicate on the project drawings. 2. Separate the support curbs from the roof surface by installing the support curbs over roof walkway pads, installed as specified. Extend walkpads 8 -inches, minimum beyond all sides of supports. L. Replacement roof hatch installation: 1. Remove and discard existing roof hatch. 2. Provide wood nailers beneath roof hatch flanges, if necessary, to match insulation thickness. 075217-11 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT Install new roof hatch following the written instructions, recommendations, and requirements of the roof hatch manufacturer. M. Extendable safety post installation: 1. Install new safety post following the written instructions, recommendations, and requirements of the roof hatch manufacturer. N. Installation of replacement ladder: 1. Install replacement ladder where indicated on the project drawings. Coordinate final ladder location with Owner, based on existing conditions at proposed ladder location. 2. Mount ladder to exterior wall using fasteners appropriate for the substrate, recommended by the ladder manufacturer, and capable of meeting the requirements of OSHA and applicable building codes. 3. Refer to manufacturer requirements, recommendations, and written instructions for installation. END OF SECTION 075217-12 Date: 08/1/2016 SBS MODIFIED BITUMEN Collier County ROOFING IN HOT ASPHALT SECTION 076113 STANDING SEAM SHEET METAL ROOFING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes requirements related to the installation of standing seam sheet metal roofing, flashings, and related accessories. 1.2 RELATED SECTIONS A. Section 013300 — Submittal Procedures B. Section 016000 — Product Requirements C. Section 024100 — Roof Removal and Substrate Preparation D Section 053123 - Steel Roof Deck Repair and Replaoennent E. Section 361516 Wood Roof [deck (repair and Replacement F. Section 079201 — Sealants for Roof Replacement G. Related Documents: The Contract Documents, as defined in Section 011000 - Summary of Work, apply to the Work of this Section. Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 ALTERNATES A. Provide an alternate price for the 23 -Year Total System Warranty described in paragraph 1.9A. 1.4 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American Architectural Manufacturers Association a. AAMA 621 — Voluntary Specifications for High Performance Organic Coatings on Coil Coated Architectural Hot Dipped Galvanized (HDG) & Zinc -Aluminum Coated Steel Substrates 2. American Society for Testing and Materials (ASTM) a. ASTM A 792/A 792M — Standard Specification for Sheet Steel, 55% Aluminum - Zinc Alloy Coated by the Hot -Dip Process b. ASTM D 1970 — Standard Specification for Self -Adhering Polymer Modified Bituminous Sheet Materials Used as Steep Roofing Underlayment for Ice Dam Protection C. ASTM B 209 — Aluminum and Aluminum Alloy Sheet and Plate d. ASTM F 1667 — Standard Specification for Driven Fasteners: Nails, Spikes, and Staples 3. National Roofing Contractors Association (NRCA) a. NRCA Roofing and Waterproofing Manual, 5th Edition 4. Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA). a. SMACNA Architectural Sheet Metal Manual, 7th Edition Collier County 076113-1 STANDING SEAM Date: 8/1/2016 SHEET METAL ROOFING Underwriters Laboratories, Inc. (UL) a. UL 2218 - Impact Resistance of Prepared Roof Covering Materials b. UL 580 - Tests for Uplift Resistance of Roof Assemblies 1.5 SUBMITTALS A. Prior to the start of work, submit the following to the Owner for approval: 1. Product submittals required within Section 013300. B. Refer to Section 013300 for procedural requirements related to the submittal process. 1.6 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive a manufacturer's warranty. Company shall have a minimum of 5 years documented experience certified by roofing system manufacturer. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. C. Examine the technical specifications and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. F. Refer to manufacturer minimum slope requirements for the standing seam sheet metal system selected for use. Do not install standing seam sheet metal roof systems on slopes less than 2 - inches per foot. 1.7 DELIVERY, STORAGE AND HANDLING A. Refer to Section 016000 for transport, handling, storage and product requirements. B. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. C. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. D. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.8 ENVIRONMENTAL REQUIREMENTS 076113-2 STANDING SEAM Collier County Date: 8/1/2016 SHEET METAL ROOFING A. Do not perform work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. B. Cold weather precautions 1. NOTE: Do not install standing seam sheet metal roofing at temperatures below 32°F (0°C). 2. When the outside temperature is forecast to fall below 40°F (5°C), store unused materials in a heated location. Remove these materials only when ready for installation. 3. Do not install self -adhering membrane when the temperature of the outside air, self - adhering membrane, or roof deck are below 40°F (5°C). 4. Refer to the sheet metal roofing panel manufacturer and NRCA requirements and recommendations for additional cold weather application requirements and restrictions. C. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. 1.9 MANUFACTURER WARRANTY AND CONTRACTOR GUARANTEE A. Provide an alternate price for a manufacturer 20 -Year Total System, Non -Pro -Rated Warranty (including insulation: roofing membrane, and flashings) covering materials and labor. The warranty shall include the following additional items: a. Roofing inspection by a technical representative of the roofing membrane manufacturer 22-24 months after date of Final Acceptance. b. Roofing manufacturer will provide unlimited repairs during warranty period with no cost limitation. C' Temporary emergency repairs may be made by Collier County without voiding any warranty provisions. d. Attach copy of Record Document Roof Plan Drawings, Roof Detail Drawings, and Record Standing Seam Sheet Metal Roofing Specification Section to Warranty. B. The Contractor shall provide a two-year contractor guarantee. At a minimum, the contractor guarantee shall include the following: 1. Contractor name, address, phone number and project contact name. 2. The project completion date, and date of guarantee expiration. 3. The contractor guarantee shall include, in writing, all project work, workmanship, and/or all materials installed by the contractor or subcontractors to be of a quality that will comply with all project specific requirements of the Construction Documents and other documents governing the Work and workmanship through the guarantee period. 4. The contractor shall investigate roof leaks during the guarantee period within a reasonable time period, but in no instance greater than 24 -hours after notification of a leak. The contractor shall repair leaks determined to be the cause of the Work at no cost to the Owner. PART 2 — PRODUCTS 2.1 STANDING SEAM SHEET METAL ROFING SYSTEM SUMMARY A. Acceptable sheet metal roofing panel manufacturers: Manufacturers offering panels meeting the requirements listed in Item 2.2. B. Selected products, when used within the specified roof assembly, must be capable of meeting the warranty requirements listed in Article 1.9. 076113-3 STANDING SEAM Collier County Date: 8/1/2016 SHEET METAL ROOFING 2.2 t.?NDERLAYiVENT A. Self -adhering membrane: Product approved for use in high-temperature conditions by the underlayment manufacturer and sheet metal panel manufacturer, and meeting the following criteria: 1. Meeting the requirements of ASTM D 1570, 2. Approved for use as an underlayment for standing seam sheet metal roofing. 3, A 40 -nail minimum membrane thickness. S. For use over self -adhering membrane: 1. Ped rosin paper; 36 -inch width, minimum: 3 pounds per 100 square feet, minimum, 2.3 SHEET METAL ROOF PANELS A. Product type: Factory -formed, prefinished galvanized steel, minimum 22 -gauge architectural and/or structural sheet metal roof panels; conforming to ASTM A 792/A 792M. Fabricated to allow for a minimum 1-3/4 inch high standing seams 18 -inches o.c. maximum, or as recommended by the sheet metal roofing panel manufacturer for this application. Factory - fabricated "ready to use" for field assembly. 1. Panels shall match configuration and profile of existing panel system. 2. Panels shall be capable of spanning the existing Structural purlins encountered. B. Panel finish: Kynar 500 coated, with a factory -applied top side film thickness of .70 to .90 mil over a .25 to .30 mil prime coat to provide a total dry film thickness of .95 to 1.25 mil, to meet AAMA 621. Underside of panel shall be coated with a primer with a dry film thickness of .25 mil. Finish shall conform to all tests for adhesions, flexibility and longevity as specified by Kynar 500 supplier. Standard color as determined by the Owner. C. Impact Resistance: Conforming to the requirements of UL 2218. D. Wind uplift: Conforming to the requirements of UL 580, and capable of obtaining a UL Class 90 rating for wind uplift. 2.4 CLIPS A. System clips: Concealed; size, type, and configuration as necessary to match roof system type. Product manufactured by or approved by the sheet metal panel manufacturer. 2.5 FASTENERS A, For fastening red rosin paper: 1. Staples; size as necessary to hold red rosin paper in place prior to installation of standing seam sheet metal roof system, B. For fastening of sheet metal clips: 1. Fastener type compatible with the substrate encountered, and approved for use in this application by the sheet metal panel manufacturer. C. For fastening of other sheet metal accessories: 076113-4 STANDING SEAM Collier County Date: 8/1/2016 SHEET METAL ROOFING Fastener type compatible with the substrate encountered, and approved for use in this application by the sheet metal panel manufacturer. Provide neoprene washers where shown on drawings. 2.6 SHEET METAL AND FLASHING ACCESSORIES A. Rake edges, perimeter fascia, fascia extensions, hip and ridge flashings, expansion joints and counterflashings: Prefinished galvanized steel: Kynar 500 coating, 24 -gauge; color as selected by Owner. 1. Fabricate to the dimensions and configurations indicated on the drawings. B. Continuous cleats: Galvanized steel; G 90, hot -dipped zinc -coated sheet steel, 22 -gauge, minimum. C. Gutters: Prefinished galvanized steel, 24 -gauge, with Kynar 500 coating. Fabricate gutters to match dimensions indicated on the drawings; fabricate in 10 -foot sections, with a 4 -inch flange with a 1/2 -inch hug at the inner edge of the gutter flange. 1. Gutter spacers: Painted galvanized steel, 1 -inch wide by 1/8 -inch thick; seal and secure to gutter as shown on drawings. Paint color to match gutter. D. Scuppers: 1. Scupper liners: Stainless steel, 22 -gauge. Fabricate scupper flashings in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figures 1-26, 1-28, 1- 29 and 1-30. Provide a 4 -inch flange with a 1/2 -inch hug at the inner edge of the scupper flange. Solder all seams watertight. 2. Conductor boxes and scupper closure plates: Stainless steel, 22-guage. Solder all seams watertight. Fabricate these components in accordance with the drawings, and the requirements outlined in the "SMACNA Architectural Sheet Metal Manual, 7th Edition". E. Conductor box fascia covers: Prefinished galvanized steel, 24 -gauge, with Kynar 500 coating; standard prefinished color as selected by the Owner. F. Downspouts, associated with gutters and scuppers: Prefinished galvanized steel, 24 -gauge, with Kynar 500 coating; standard prefinished color as selected by Owner. Fabricate downspouts with a "Pittsburgh Lock" seam, and in accordance with the drawings and "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figures 1-32B and 1-32F; size the hangers to match downspouts. G. Apron, wall and cricket flashing (related to rooftop curbs, chimneys and other square penetrations: Prefinished galvanized steel: Kynar 500 coating, 24 -gauge; color as selected by Owner. 1. Fabricate to the dimensions and configurations indicated on the drawings. H. Plumbing vent and tubular penetration flashings: Metal flashing with flanged sleeve with hood, prefabricated flashing with elastomeric collar, or other product type manufactured by, or approved by the sheet metal panel manufacturer. 1. For sheet metal plumbing vent and tubular penetration flashings with flange and sleeve and hood: a. Clamp: Stainless steel plumbers clamp, size as necessary to tightly secure hood. 2.7 MISCELLANEOUS MATERIALS A. Ventilation accessories, including ridge vents, soffit vents and other rooftop vents: 076113-5 STANDING SEAM Collier County Date: 8/1/2016 SHEET METAL ROOFING 2.9 Provide accessories manufactured by, or approved by, the sheet metal roofing manufacturer, if required. B. For use at sheet metal flashing strip -ins, and where indicated on drawings: 1. Pressure -sensitive EPDM flashing material; non -reinforced, nominal 60 -mil thickness, black color. Type acceptable to asphalt shingle roofing manufacturer for specific flashing conditions encountered. Minimum 5 -inch width. 2. Primer: Type compatible with pressure -sensitive EPDM flashing and acceptable to the sheet metal panel manufacturer. C. Butyl tape: for use behind counterflashing flanges and other locations indicated where indicated on the drawings. Width and thickness as necessary to create a seal between the existing substrate and secured counterflashing. SEALANT A. Refer to Section 079201. PART 3 - EXECUTION 3.1 GENERAL A. Refer to Section 024100 for general work and substrate preparation requirements. 3.3 UN ELAYMENT INSTALLATION A. install self -adhering membrane: Follow installation requirements of the underlayrnent manufacturer. B. Install one ply of red rosin sheathing paper. Secure to the neck as necessary to hold in place. 3.3 STANDING SEAM SHEET METAL ROOFING INSTALLATION A. Roof system general installation instructions: 1. Except as may be modified by these specifications and drawings, install the specified sheet metal roof panel system, including underlayments, in accordance with the requirements and recommendations of the manufacturer, using the manufacturer's current printed instructions, the recommendations outlined in the NRCA "Roofing and Waterproofing Manual, 5th Edition", and the recommendations outlined in the "SMACNA Architectural Sheet Metal Manual, 7th Edition". 2. Panels shall be installed plumb and true in a proper alignment and in relation to the existing structural framing. If necessary, use chalk lines as visible guides to ensure the proper alignment of the panels. 3. Install sheet metal panel clips as required to secure the standing seam sheet metal panel system to the underlying substrate, and to allow movement of the roof system. Follow the requirements and recommendations of the sheet metal panel manufacturer. Install a minimum of two fasteners per clip. 3.4 SHEET METAL FLASHING INSTALLATION A. Rake edges perimeter fascia and fascia extensions: 076113-6 Collier County Date: 8/1/2016 STANDING SEAM SHEET METAL ROOFING Continuous cleats: Provide continuous cleats where indicated on drawings. Secure the horizontal flange and vertical face of the continuous cleat with ring shank coated nails 12 - inches o.c., max. Decrease fastener spacing to 6 -inches o.c., max. within 10 -feet of a building corner. Drip edges, fascia and fascia extensions: Place the drip edge, fascia or fascia extension. Hook the fascia to the underlying continuous cleat. Secure the flange with nails 3 -inches o.c. in two staggered rows as indicated on the drawings. B. Hip and ridge flashings: 1. Fabricate and install hip and ridge caps as indicated on the drawings. Follow the recommendations and requirements of the sheet metal panel manufacturer. C. Expansion joints: 1. Fabricate and install expansion joint flashings as indicated on the drawings. D. Counterflashings: Install counterflashings at locations indicated on the drawings as follows: 1. Install continuous butyl tape behind vertical face of counterflashing. 2. Secure counterflashings with fasteners spaced as indicated on drawings. 3. Provide a continuous bead of sealant along the top edge of surface -mounted counterflashings to shed water and provide a watertight seal. E. Slip counterflashings: Install slip counterflashings at locations where existing sheet metal counterflashings cannot be lifted or removed, and at other locations indicated on the drawings as follows: 1. Install continuous butyl tape behind vertical face of counterflashing. 2. Secure counterflashings with fasteners spaced as indicated on drawings. F. Gutters and downspouts: 1. Install the specified gutter spacers 24 -inches o.c. Seal and secure the spacers to the gutter assembly as indicated on the drawings. 2. Overlap individual gutter sections 1-1/2 inches. Seal overlap, and pop -rivet sections together with two rows of pop rivets. Space pop rivets 1/2 -inch min., and 3/4 -inches max. in each row. Completed gutter sections shall not exceed 50 -feet in length. 3. Secure the flange with nails 3 -inches o.c. in two staggered rows. 4. Gutter expansion joints: Provide gutter expansion joints at locations recommended by SMACNA; fabricated following the recommendations of SMACNA. 5. Downspouts: Install downspouts at locations indicated on drawings. Secure downspouts in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figure 1-35A, using fasteners appropriate for the substrate encountered. a. Terminate the base of downspouts to match existing condition, unless indicated otherwise on the drawings. G. Scupper liners, closure plates, conductor boxes and downspouts: 1. Scupper liners: Install scupper liners at through -fascia, through -wall, and overflow scupper locations indicated on the drawings. Install scupper liners following the requirements and recommendations of SMACNA. 2. Cover plates: At the exterior face of the scupper, install cover plates. Install scupper cover plates as indicated on the drawings, and following the requirements and recommendations of SMACNA. 3. Conductor boxes: Where indicated on the drawings, install conductor boxes as indicated on the drawings, and following the requirements and recommendations of SMACNA. 4. Downspouts: Install downspouts at conductor boxes. Secure downspouts in accordance with the "SMACNA Architectural Sheet Metal Manual, 7th Edition", Figure 1-35A, using fasteners appropriate for the substrate encountered. a. Terminate the base of downspouts to match existing condition, unless indicated otherwise on the drawings. 076113-7 STANDING SEAM Collier County Date: 8/1/2016 SHEET METAL ROOFING Install conductor box fascia covers as indicated on the drawings. Fully clip fascia covers to stainless steel conductor boxes, or secure to substrate with fasteners appropriate for the substrate encountered. H. Apron, side, and cricket flashings: 1. Install apron and backer/cricket flashings at roof curbs, chimneys, wall terminations, locations indicated on drawings, and at locations recommended by the sheet metal panel manufacturer. a. At penetrations greater than 24 -inches, roof slopes greater than 6:12 (27 degrees), when a large volume on snow or ice could accumulate behind a roof penetration or when the average January temperature is 30°F (-1 °C) or lower, install cricket flashings in lieu of backer flashings behind roof penetrations. b. Where cricket widths exceed 18 -inches, provide wood framing and plywood support beneath sheet metal cricket flashing. C. Secure apron and backer/cricket flashings to the underlying substrate with fasteners appropriate to the substrate. Tubular penetration flashing: Flash round pipe penetrations with a manufacturer recommended pipe flashing boot and specified watertight hood. 1. Flash tubular penetration where indicated on drawings. Follow asphalt shingle manufacturer recommendations and requirements. 2. Hood and drawband: Where a flanged sleeve sheet metal flashing is used, install a stainless steel hood over the fanged sleeve; solder all seams watertight. Secure a stainless steel drawband around the top of each hood to secure the hood to the penetration. Seal the top of the drawband and hood. 3.5 MISCELLANEOUS INSTALLATIONS/TREATMENTS A. Install ventilation accessories, including ridge vents, soffit vents and other rooftop vents at locations indicated on the drawings, or recommended by the sheet metal panel manufacturer following the printed instructions of the manufacturer. B. Sheet metal flashing strip -ins: 1. Install specified strip -in where indicated on drawings. C. Butyl tape: 1. Install specified butyl tape behind counterflashings where indicated on drawings. END OF SECTION 076113-8 STANDING SEAM Collier County Date: 8/1/2016 SHEET METAL ROOFING SECTION 079201 SEALANTS FOR ROOFING PART 1 - GENERAL 1.1 SUMMARY A. This Section includes product and execution requirements related to the installation of sealants associated with sheet metal flashing work, sealants at high-temperature penetrations, sealants associated with coping stone joints, and sealants at building expansion and control joints, if applicable. 1.2 RELATED SECTIONS A. Related Documents: Additional requirements and information necessary to complete the Work of this Section may be found in other documents. 1.3 REFERENCES A. Reference standards of the following sources are applicable to products and procedures specified in Part 2 - Products and Part 3 — Execution of this Section: 1. American Society for Testing and Materials (ASTM) a. ASTM C 920 — Standard Specification for Elastomeric Joint Sealants b. ASTM C 661 - Standard Test Method for Indentation Hardness of Elastomeric Type Sealants by Means of a Durometer C. ASTM C 679 - Standard Test Method for Tack -Free Time of Elastomeric Sealants d. ASTM C 719 - Standard Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants Under Cyclic Movement (Hockman Cycle) e. ASTM C 794 - Standard Test Method for Tack -Free Time of Elastomeric Sealants f. ASTM C 1135 - Standard Test Method for Determining Tensile Adhesion Properties of Structural Sealants g. ASTM C 1193 - Standard Guide for Use of Joint Sealants h. ASTM C 1248 - Standard Test Method for Staining of Porous Substrate by Joint Sealants 1.4 QUALITY ASSURANCE PROCEDURES A. Applicator Qualifications: A qualified firm that is approved, authorized, or licensed by roofing system manufacturer to install manufacturer's product and that is eligible to receive a manufacturer's warranty. Company shall have a minimum of 5 years documented experience certified by roofing system manufacturer. B. Single Source Responsibility: Roofing system materials and components shall be supplied and warranted by roofing system manufacturer for specified roofing system and shall be in compliance with specified regulatory requirements. 079201-1 Date: 08/1/2016 SEALANTS FOR ROOFING Collier County C. Examine the project manual and drawings. Verify all dimensions, detail conditions, roof plan notes and existing site conditions that may affect the work. Verification of existing dimensions and site conditions is the responsibility of the Contractor. No additional compensation will be considered for failure to verify existing dimensions, detail conditions, roof plan note callouts, and existing site conditions. D. Upon examination, if conflicts between the technical specifications and drawings, and those of federal, state or local regulatory agencies, the product manufacturer, industry roofing standards, or Owner -mandated requirements are discovered, notify the Owner immediately for resolution. E. During work, if conditions are discovered which do not allow for continuation of the work per the technical specifications and drawings, notify the Owner immediately for resolution. 1.5 DELIVERY, STORAGE AND HANDLING A. Deliver materials in manufacturer's original containers, dry, undamaged, seals and labels intact. B. Store materials in weather protected environment, clear of ground and moisture. Cover insulation, roofing materials, and other moisture -sensitive products with a canvas tarp. C. Protect adjacent materials and surfaces against damage from roofing work. Do not store materials on previously completed roofing. 1.6 ENVIRONMENTAL REQUIREMENTS A. Do not perform work during inclement weather. Refer to product manufacturer for outdoor temperature requirements for installation of materials. Do not install materials at times when the outdoor temperature does not fall within the minimum/maximum temperature requirements of the manufacturer. Cold weather precautions: 1. Store products that may be negatively affected by exposure to cold weather, such as primers, adhesives, sealants and cements, in a heated location. Refer to the asphalt roofing manufacturer and NRCA requirements and recommendations for additional cold weather application recommendations and restrictions. C. Material Safety Data Sheets (MSDS) of all specified products shall remain on site for the duration of this project. PART 2 — PRODUCTS 2.1 GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another, joint substrates under conditions of service and application, and any adjacent or previous sealants, as demonstrated by the sealant manufacturer. Color of exposed exterior sealants used in conjunction with sheet metal flashings shall match adjacent sheet metal, unless otherwise indicated by the Owner. Color of all other sealants shall be determined by Owner. Date: 08/1/2016 SEALANTS FOR ROOFING Collier County A. Sealant: Moisture -cured, non -sag, urethane sealant, in compliance with ASTM C 920, Type S, Grade NS. Color to match sheet metal or as directed by Owner. 1. Closed -cell backing materials, bond breakers, and primers as recommended by the sealant manufacturer for the joint conditions encountered. B. High resistant sealant: For use at high-temperature penetrations and other locations where high temperatures are anticipated: Product such as 736 Heat Resistant Sealant", manufactured by Dow Corning, or other product approved by Owner for temperature and substrate conditions encountered. 1. Heat resistant sealant shall be rated to withstand intermittent temperatures up to 500 degrees Fahrenheit, minimum. PART 3 - EXECUTION 3.1 SEALANT INSTALLATION A. Sealant installation related to sheet metal flashings: 1. Surface preparation: Prior to installation, prepare surfaces specified to receive sealant as recommended by the sealant manufacturer. Clean surfaces immediately before installation of sealants to provide surfaces suitable for the installation of sealant, removing all foreign material, dust, oil, grease, water, surface dirt, and existing paint. Clean metal surfaces using a solvent that leaves no residue, such as toluene or xylene. Use clean clothes or lint -free paper towels for cleaning with solvents and drying. 2. Priming: If required or recommended by the sealant manufacturer, apply primer in accordance with the sealant manufacturer's written instructions. Apply primer with a clean, dry, lint -free cloth. Do not dilute materials. Flooding of the substrate surface is not permitted. Continue primer to areas of sealant bond only. 3. Sealant installation: Install sealant where shown on the project drawings in accordance with the requirements and recommendations of the sealant manufacturer. a. Use sealant -dispensing equipment to push sealant bead into opening. Fill joint opening to full and proper configuration. Apply in continuous operation. b. Before skinning or curing begins, tool sealant with metal spatula. Provide concave, smooth, uniform, sealant finish. Eliminate air pockets and ensure complete contact on both sides of joint opening. Tool joints in one continuous stroke. The use of soaps, oils, water and or alcohols as tooling aids are not permitted. B. Sealant installation at high temperature penetrations: 1. Surface preparation: Prior to installation, prepare surfaces specified to receive sealant as recommended by the sealant manufacturer. Clean surfaces immediately before installation of sealants to provide surfaces suitable for the installation of sealant, removing all foreign material, dust, oil, grease, water, surface dirt, and existing paint. Clean metal surfaces using a solvent that leaves no residue, such as toluene or xylene. Use clean clothes or lint -free paper towels for cleaning with solvents and drying. 2. Priming: If required or recommended by the sealant manufacturer, apply primer in accordance with the sealant manufacturer's written instructions. Apply primer with a clean, dry, lint -free cloth. Do not dilute materials. Flooding of the substrate surface is not permitted. Continue primer to areas of sealant bond only. 3. Sealant installation: Install sealant where shown on the project drawings in accordance with the requirements and recommendations of the sealant manufacturer. 079201-3 Date: 08/1/2016 SEALANTS FOR ROOFING Collier County a. Use sealant -dispensing equipment to push sealant bead into opening. Fill joint opening to full and proper configuration. Apply in continuous operation. b. Before skinning or curing begins, tool sealant with metal spatula. Provide concave, smooth, uniform, sealant finish. Eliminate air pockets and ensure complete contact on both sides of joint opening. Tool joints in one continuous stroke. The use of soaps, oils, water and or alcohols as tooling aids are not permitted. END OF SECTION 079201-4 Date: 08/1/2016 SEALANTS FOR ROOFING Collier County EXHIBIT K: PERMITS 11117111! 1133111M Mill I .0 . .. ,nT nwr m-. 83 Construction Services Agreement: Revised 1103016 JwA ■ I I :I a• I WT M., 84 Construction Services Agreement: Revised 1103016 llillll� 11;j lip, 1 'i�� ill q'ill �� ij�:;j Mr-Mam M. -AMM, 1- .. • . 85 Construction Services Agreement: Revised 1103016 1 9 09) lly�j- �WA. lsv�l 'Ili lw(=I u It SUO!SJAW w4jo6✓)N701dyl no) qy atop "Sy / CA I I'l 1041T,1=1 - On =0 Crowther Construction Su Jackson Elliott Project Manager 86 Construction Services Agreement: Revised 1103016 M «. u >->->->->-}>-}}Z >- >- >- >- >- z >- >- >- >- 0 N N O � (6 O M N N J U `m aci ° U C. O Q C� U Q U (p X Q 'S _U) J Q —>+ N J LLJ 000CD, W >+ p o c — m O 'm C: U O 0 Lo' OU")' U) c J C M U) M N �J(nl- EwU) co OOrON w= LL N Ln W %T e- M O O D ® N N r d' 00 CO r (6 >�C U r a U v� �e-� 6nj e-,. 61)] 6%3 169� 611)- 0 0 0 0 0 0 0 os 0 0 0 0 0 0 0 0 v G O O N N 4 O C6 tM C OOOOMN00 _ N U) Lr 6C) M M O O N' rte+ O�Nrd d ®LO It o d U e- ` d LL f- V% "Itf3t1111161� (Ali "Ili 11161)- ) - U) U) cn U) U) U) U) U) E U) c 0 U N O d C _ C C C J U O O N ON 0. C d .- O m O O U 00 C C O� O` O -C N U N O E O V ` D C O O o U) E QO N O m rn c m cr, w m O O O EC 4' 0 a)C E..,. >->->->->-}>-}}Z >- >- >- >- >- z >- >- >- >- 0 N N O � (6 O M N N J U `m aci ° U C. O Q C� U Q U (p X Q 'S _U) J Q —>+ N J LLJ W >+ p o c — m O 'm C: U O U) r. C_ ([)-cU O L O U) C M U) M N �J(nl- EwU) co O� Detail by Entity Name Florida Profit Corporation TARGET ROOFING AND SHEET METAL, INC. Filing Information Document Number P15000067929 FEI/EIN Number 47-4767409 Date Filed 08/12/2015 Effective Date 08/10/2015 State FL Status ACTIVE Principal Address 2043 WEST FIRST STREET FORT MYERS, FL 33901 Mailing Address 2043 WEST FIRST STREET FORT MYERS, FL 33901 Registered Agent Name & Address ADKINS, STEVEN D 2043 WEST FIRST STREET FORT MYERS, FL 33901 Officer/Director Detail Name & Address Title P, D CROWTHER, CASEY D 2043 WEST FIRST STREET FORT MYERS. FL 33901 Title VPTS ADKINS, STEVEN D 2043 WEST FIRST STREET FORT MYERS, FL 33901 Annual Reports Report Year Filed Date 2016 03/03/2016 Doc.urnentlmages 021030016 -- ANNUAL REPOR r View imaue in PDF fonnat 5..r__Q mgf,Mic Profit View image In PDF fnnnal Page 2 of 2 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaiI?inquirytype=Entity... 3/6/2017 DBPR - CROWTHER, CASEY DAVID; Doing Business As: TARGET ROOFING AND... Page I of I 5:16:04 PM 3/7/2017 Licensee Details Licensee information Name: CROWTHER, CASEY DAVID (Primary Name) TARGET ROOFING AND SHEET METAL, INC. (DBA Name) Main Address: 3950 WILLIAMSON ROAD FORT MYERS Florida 33905 County: LEE License Mailing: LicenseLocation: 2043 WEST FIRST STREET FORT MYERS FL 33901 County: LEE License Type: Certified Roofing Contractor Rank: Cert Roofing License Number: CCC1330834 Status: Current,Active Licensure Date: 10/22/2015 Expires: 08/31/2018 Special Qualifications Qualification Effective Construction Business 10/22/2015 Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Email: Customer Contact Center :: Customer Contact Center: 850,487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. *Pursuant to Section 455,275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emalls provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change. b-ttps:llwww.mvflori(-iali-c-,,P-,nse.co-n-VT—.i-c--,e-,nse,De-tai-l..-qsp?SID=&id-=1754C.BD3016B47EE64D... 3/7/2017 DBPR - TARGET ROOFING AND SHEET METAL, INC., Construction Business Infor... Page 1 of 1 5:16:19 PM 31712017 This is a business tracking record only. Licensee Details Click here for information on how to verify that this business is properly licensed. Licensee Information Name: TARGET ROOFING AND SHEET METAL, INC. (Primary Name) Main Address: 2043 WEST FIRST STREET FORT MYERS Florida 33901 County: LEE License Mailing: License Location: License Type: Construction Business Information Rank: Business Info License Number: Status: Current Licensure Date: 10/22/2015 Expires: Special Qualifications Qualification Effective Alternate Names View Related License Information View License Complaint 2601 Blair Stone Road, Tallahassee FL 32399 :: Emall: Customer Contact Center :: Customer Contact Center: 850.487.1395 The State of Florida is an AA/EEO employer. Copyright 2007-2010 State of Florida. Privacy Statement Under Florida law, email addresses are public records. If you do not want your email address released in response to a public -records request, do not send electronic mail to this entity. Instead, contact the office by phone or by traditional mail. If you have any questions, please contact 850.487.1395. Pursuant to Section 455.275(1), Florida Statutes, effective October 1, 2012, licensees licensed under Chapter 455, F.S. must provide the Department with an email address if they have one. The emalls provided may be used for official communication with the licensee. However email addresses are public record. If you do not wish to supply a personal address, please provide the Department with an email address which can be made available to the public. Please see our Chapter 455 page to determine if you are affected by this change, https://www.myfloridalleense.com/L,icenseDetail.asp?SID=&id=1 CAI 9EAD97EA5DA78D... 3/7/2017 View Details - Entity Overview I System for Award Management Enti Dashiew Entity Registration Core Data r Assertions e Reps & Certs e POCS ® Exclusions Active Exclusions > Inactive Exclusions Excluded Family Members IBM v1.P,62.20170224-1621 WWW1 Username Forgot Username? Page 1 of 1 Password ILog In Forgot Password? Create an Account 2043 West First St Target Roofing and Sheet Metal, Inc. Fort Myers, FL, 33901-3110, DUNS: 080234327 CAGE Code: 7LYN2 UNITED STATES Status: Active Expiration Date: 04/27/2017 Purpose of Registration: All Awards Entity Overview Entity Registration Summary Name: Target Roofing and Sheet Metal, Inc. Business Type: Business or Organization Last Updated By: Patricia Rutter Registration Status: Active Activation Date: 04/29/2016 Expiration Date: 04/27/2017 Exclusion Summary Active Exclusion Records? No Search Records FAPIIS.gov Data Access Disclaimers GSA.gov/IAE Check Status Accessibility GSA.gov About Privacy Policy USA.gov Help https://www. sam -govlportal/SAMI?navigationalstate=JBPNS_rOOABXdcACJaYXZheC5m... 3/8/2017 03/28/2017 COLLIER COUNTY Board of County Commissioners Item Number: Doc :2875 Item Summary: Recommendation to award Invitation to Bid No. 17-7087 "Re -Roof - Collier County Museum Main Building" to Target Roofing & Sheet Metal, Inc., in the amount of $114,208.00. Meeting Date: 03/28/2017 Prepared by: Title: Project Manager, Principal — Facilities Management Name: Hank Jones 03/08/2017 4:35 PM Submitted by: Title: Division Director - Facilities Mgmt — Facilities Management Name: Dennis Linguidi 03/08/2017 4:35 PM Approved By: Review: Procurement Services Administrative Services Department Procurement Services Facilities Management County Attorney's Office Administrative Services Department Procurement Services County Attorney's Office Office of Management and Budget County Manager's Office Board of County Commissioners Brenda Brilhart Additional Reviewer Michael Cox Level 1 Division Reviewer Lissett DeLaRosa Level 1 Purchasing Gatekeeper Dennis Linguidi Additional Reviewer Colleen Greene Level 2 Attorney Review Len Price Level 2 Division Administrator Review Ted Coyman Additional Reviewer Jeffrey A. Klatzkow Level 3 County Attorney's Office Review Valerie Fleming Level 3 OMB Gatekeeper Review Level 4 County Manager Review MaryJo Brock Meeting Pending Pending Completed 03/08/2017 8:29 PM Completed 03/09/2017 8:19 AM Rejected 03/09/2017 12:55 PM Pending Pending Pending Pending Pending Pending 03/28/2017 9:00 AM Cotti'ew County Administrative Services Depat'nent COLLIER COUNTY BID NO. 17-7087 COLLIER COUNTY, FLORIDA Rhonda Burns, FCCN.CPPB, Procurement Strategist Ennoi|:RhondaBurns@ooUiergnv.nat Telephone: (23Q)252-8041 Design Professional: Don Cahill, Architect Builder AnlecFoster Wheeler Environment &Infrastructure n=pa I oImm'*o,mnit it, mi, um'wa0as.nwmw11x4t4o'23q aa&1m' 1 Construction Services Ammomom: Revised 1103016 PUBLICNOTICE....................................................................................................................... PART B - INSTRUCTIONS TO BIDDERS................................................................................. 5 CONSTRUCTION BID..............................................................................................................13 BIDSCHEDULE.......................................................................................................................14 MATERIAL MANUFACTURERS..............................................................................................1 LIST OF MAJOR SUBCONTRACTORS..................................................................................15 STATEMENT OF EXPERIENCE OF BIDDER..........................................................................17 TRENCHSAFETY ACT............................................................................................................18 IMMIGRATION LAW AFFIDAVIT CERTIFICATION.................................................................20 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W - 9 .....................................................21 BIDBOND................................................................................................................................25 BIDDERS CHECK LIST...........................................................................................................27 CONSTRUCTION AGREEMENT..............................................................................................28 EXHIBIT A 1: PUBLIC PAYMENT BOND................................................................................35 EXHIBIT A 2: PUBLIC PERFORMANCE BOND......................................................................38 EXHIBIT B: INSURANCE REQUIREMENTS............................................................................41 EXHIBIT C: RELEASE AND AFFIDAVIT FORM......................................................................45 EXHIBIT D: FORM OF CONTRACT APPLICATION FOR PAYMENT.....................................47 EXHIBIT E: CHANGE ORDER.................................................................................................48 EXHIBIT F: CERTIFICATE OF SUBSTANTIAL COMPLETION...............................................49 EXHIBIT G: FINAL PAYMENT CHECKLIST............................................................................50 EXHIBIT H: GENERAL TERMS AND CONDITIONS................................................................52 EXHIBIT I: SCOPE OF WORK.................................................................................................81 EXHIBIT J: TECHNICAL SPECIFICATIONS...........................................................................82 EXHIBITK: PERMITS..............................................................................................................83 EXHIBIT L: STANDARD DETAILS..........................................................................................84 EXHIBIT M: PLANS AND SPECIFICATIONS..........................................................................85 EXHIBIT N: CONTRACTOR'S KEY PERSONNEL ASSIGNED TO THE PROJECT ...............86 2 Construction Services Agreement: Revised 1103016 ofiii and County ordinances. In particular, the bidder submitting a bid for this project shall have an approved roofing contractor's license in place at the time of bid submittal. Before a contract will be awarded for the Work contemplated herein, the Owner shall conduct such investigations as it deems necessary to determine the performance record and ability of the apparent low Bidder to perform the size and type of work specified in the Bidding Documents. Upon request, the Bidder shall submit such information as deemed necessary by the Owner to evaluate the Bidder's qualifications. The Successful Bidder shall be required to finally complete all Work within Ninety (90) calendar days from and after the Commencement Date specified in the Notice to Proceed. The Owner reserves the right to reject all Bids or any Bid not conforming to the intent and purpose of the Bidding Documents, and to postpone the award of the contract for a period of time which, however, shall not extend beyond one hundred twenty (120) days from the bid opening date without the consent of the Successful Bidder. Dated this 24rd day of January 2017 BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA BY: /s/ Edward F. Coyman, Jr. Director, Procurement Services Division 4 Construction Services Agreement: Revised 1103016 1.1 The term "Owner" used herein refers to the Board of County Commissioners, or its duly authorized representative. 1.2 The term "Project Manager" used herein refers to the Owner's duly authorized representative and shall mean the Division Administrator or Department Director, as applicable, acting directly or through duly authorized representatives. 1.3 The term "Design Professional" refers to the licensed professional engineer or architect who is in privity with the Owner for the purpose of designing and/or monitoring the construction of the project. At the Owner's discretion, any or all duties of the Design Professional referenced in the Contract Documents may be assumed at any time by the Project Manager on behalf of the Owner. Conversely, at the Owner's discretion the Project Manager may formally assign any of his/her duties specified in the Contract Documents to the Design Professional. 1.4 The term "Bidder" used herein means one who submits a bid directly to the Owner in response to this solicitation. 1.5 The term "Successful Bidder" means the lowest, qualified, responsible and responsive Bidder who is awarded the contract by the Board of County Commissioners, on the basis of the Owner's evaluation. 1.6 The term "Bidding Documents" includes the Legal Advertisement, these Instructions to Bidders, the Bid Schedule and the Contract Documents as defined in the Agreement. 1.7 The term "Bid" shall mean a completed Bid Schedule, bound in the Bidding Documents, properly signed, providing the Owner a proposed cost for providing the services required in the Bidding Documents. Section 2. Preparation of Bids 2.1 The Bids must be submitted on the standard form herein furnished by the Owner (pages 15 - 29 as bound in these Bidding Documents). By submitting a Bid, Bidder acknowledges and agrees that it shall execute the Agreement in the forms attached hereto and incorporated herein. The Bid may be rejected if it contains any omission, alteration of form, conditional bid or irregularities of any kind. Section 3. Bid Deposit Requirements 3.1 No Bid shall be considered or accepted unless at the time of Bid filing the same shall be accompanied by a cashier's check, a cash bond posted with the County Clerk, a certified check payable to Owner on some bank or trust company located in the State of Florida insured by the Federal Deposit Insurance Corporation, or Bid Bond, in an amount not less than 5% of the bidder's maximum possible award (base bid plus all add alternates) (collectively referred to herein as the "Bid Deposit"). The Bid Deposit shall be retained by Owner as liquidated damages if the Successful Bidder fails to execute and deliver to Owner the unaltered Agreement, or fails to deliver the required Performance and Payment Bonds or Certificates of Insurance, all within 5 Construction Services Agreement: Revised 1103016 ten (10) calendar days after receipt of the Notice of Award. Bid Bonds shall be executed by a corporate surety licensed under the laws of the State of Florida to execute such bonds, with conditions that the surety will, upon demand, forthwith make payment to Owner upon said bond. Bid Deposits of the three (3) lowest Bidders shall be held until the Agreement has been executed by the Successful Bidder and same has been delivered to Owner together with the required bonds and insurance, after which all three (3) Bid Deposits shall be returned to the respective Bidders. All other Bid Deposits shall be released within ten (10) working days of the Bid Opening. No Bid including alternates, shall be withdrawn within one hundred and twenty (120) days after the public opening thereof. If a Bid is not accepted within said time period it shall be deemed rejected and the Bid Deposit shall be returned to Bidder. In the event that the Owner awards the contract prior to the expiration of the one hundred twenty (120) day period without selecting any or all alternates, the Owner shall retain the right to subsequently award to the Successful Bidder said alternates at a later time but no later than one hundred twenty (120) days from opening, unless otherwise agreed by the Procurement Director and the Successful Bidder. 3.2 The Successful Bidder shall execute two (2) copies of the Agreement in the form attached and deliver same to Owner within the time period noted above. The Owner shall execute all copies and return one fully executed copy of the Agreement to Successful Bidder within thirty (30) working days after receipt of the executed Agreement from Successful Bidder unless any governmental agency having funding control over the Project requires additional time, in which event the Owner shall have such additional time to execute the Agreement as may be reasonably necessary. Section 4. Right to Reject Bids 4.1 The Owner reserves the right to reject any and all Bids or to waive informalities and negotiate with the apparent lowest, qualified Bidder to such extent as may be necessary for budgetary reasons. Section 5. Signing of Bids- 5.1 ids5.1 Bids submitted by a corporation must be executed in the corporate name by the president, a vice president, or duly authorized representative. The corporate address and state of incorporation must be shown below the signature. 5.2 Bids by a partnership must be executed in the partnership name and signed by a general partner whose title must appear under the signature and the official address of the partnership must be shown below said signature. 5.3 If Bidder is an individual, his or her signature shall be inscribed. 5.4 If signature is by an agent or other than an officer of corporation or general partner of partnership, a properly notarized power of attorney must be submitted with the Bid. 5.5 All Bids shall have names typed or printed below all signatures 5.6 All Bids shall state the Bidder's contractor license number. 6 Construction Services Agreement: Revised 1103016 5.7 Failure to follow the provisions of this section shall be grounds for rejecting the Bid as irregular or unauthorized. • Any Bid may be withdrawn at any time prior to the hour fixed in the Legal Advertisement for the opening of Bids, provided that the withdrawal is requested in writing, properly executed by the Bidder and received by Owner prior to Bid Opening. The withdrawal of a Bid will not prejudice the right of a Bidder to file a new Bid prior to the time specified for Bid opening. No Bid shall be accepted that fails to be submitted prior to the time specified in the Legal Advertisement. 8.1 No interpretation of the meaning of the plans, specifications or other Bidding Documents shall be made to a Bidder orally. Any such oral or other interpretations or clarifications shall be without legal effect. All requests for interpretations or clarifications shall be in writing and addressed on the County's Online Bidding System to be given consideration. All such requests for interpretations or clarification must be received as directed in the Online Bidding System instructions and prior to the Bid opening date. Any and all such interpretations and supplemental instructions shall be in the form of written addendum which, if issued via the Online Bidding System at their respective email addresses furnished for such purposes no later than three (3) working days prior to the date fixed for the opening of Bids. Such written addenda shall be binding on Bidder and shall become a part of the Bidding Documents. 8.2 It shall be the responsibility of each Bidder to ascertain, prior to submitting its Bid, that it has received all addenda issued and it shall acknowledge same in its Bid. 8.3 As noted in the Legal Advertisement, attendance by all bidders at the Pre -Bid Conference is non -mandatory. Section 9. Examination of Site and Contract Documents 9.1 By executing and submitting its Bid, each Bidder certifies that it has: a. Examined all Bidding Documents thoroughly; b. Visited the site to become familiar with local conditions that may in any manner affect performance of the Work; C. Become familiar with all federal, state and local laws, ordinances, rules, and regulations affecting performance of the Work; and d. Correlated all of its observations with the requirements of the Bidding documents. No plea of ignorance of conditions or difficulties that may exist or conditions or difficulties that may be encountered in the execution of the Work pursuant to these Bidding Documents as a result of failure to make the necessary examinations and investigations shall be accepted as an i Construction Services Agreement: Revised 1103016 excuse for any failure or omission on the part of the Successful Bidder, nor shall they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. 9.2 The Owner will make copies of surveys and reports performed in conjunction with this Project available to any Bidder requesting them at cost; provided, however, the Owner does not warrant or represent to any Bidder either the completeness or accuracy of any such surveys and reports. Before submitting its Bid, each Bidder shall, at its own expense, make such additional surveys and investigations as may be necessary to determine its Bid price for the performance of the Work within the terms of the Bidding Documents. This provision shall be subject to Section 2.3 of the General Conditions to the Agreement. Section 10. Material Requirements It is the intention of these Bidding Documents to identify standard materials. When space is provided on the Bid Schedule, Bidders shall specify the materials which they propose to use in the Project. The Owner may declare any Bid non-responsive or irregular if such materials are not specifically named by Bidder. Section 11. Bid Quantities 11.1 Quantities given in the Bid Schedule, while estimated from the best information available, are approximate only. Payment for unit price items shall be based on the actual number of units installed for the Work. Bids shall be compared on the basis of number of units stated in the Bid Schedule as set forth in the Bidding Documents. Said unit prices shall be multiplied by the bid quantities for the total Bid price. Any Bid not conforming to this requirement may be rejected. Special attention to all Bidders is called to this provision, because if conditions make it necessary or prudent to revise the unit quantities, the unit prices will be fixed for such increased or decreased quantities. Compensation for such additive or subtractive changes in the quantities shall be limited to the unit prices in the Bid. Subsequent to the issuance of a notice to proceed, the Project Manager and the Successful Bidder shall have the discretion to re -negotiate any unit price(s) where the actual quantity varies by more than twenty-five percent (25%) from the estimate at the time of bid. 11.2 Alternate Bid Pricing: In the event that alternate pricing is requested, it is an expressed requirement of the bid invitation to provide pricing for all alternates as listed. The omission of a response or a no -bid or lack of a submitted price may be the basis for the rejection of the submitted bid response. Section 12. Award of Contract 12.1 Any prospective bidder who desires to protest any aspect(s) or provision(s) of the bid invitation (including the form of the bid documents or bid procedures) shall file their protest with the Procurement Director prior to the time of the bid opening strictly in accordance with Owner's then current procurement ordinance and policies. 12.2 Statement of Award: The Award of Contract shall be issued to the lowest, responsive ,qualified and responsible Bidder determined by the base bid, and any, or all, selected alternates, and the Owner's investigations of the Bidder. In determining the lowest, responsive and qualified bidder, the Owner shall consider the capability of the Bidder to perform the a Construction Services Agreement: Revised 1103016 contract in a timely and responsible manner. When the contract is awarded by Owner, such award shall be evidenced by a written Notice of Award, signed by a Procurement professional of the Owner's Procurement Services Division or his or her designee and delivered to the intended awardee or mailed to awardee at the business address shown in the Bid. 12.3 Award recommendations will be posted outside the offices of the Procurement Services Division generally on Wednesdays or Thursdays prior to the presentation to the Board of County Commissioners. Award of Contract will be made by the Board of County Commissioners in public session. Any actual or prospective bidder who desires to formally protest the recommended contract award must file a notice of intent to protest with the Procurement Director within two (2) calendar days (excluding weekends and holidays) of the date that the recommended award is posted. Upon filing of said notice, the protesting party will have five (5) days to file a formal protest, said protest to strictly comply with Owner's then current procurement ordinance and policies. A copy of the procurement ordinance is available at http://www.colliergov.net/]ndex.aspx?page=762. 12A For Bidders who may wish to receive copies of Bids after the Bid opening, The Owner reserves the right to recover all costs associated with the printing and distribution of such copies. 12.6 Certificate of Authority to Conduct Business in the State of Florida (Florida Statute 607.1501) In order to be considered for award, firms must be registered with the Florida Department of State Divisions of Corporations in accordance with the requirements of Florida Statute 607.1501 and provide a certificate of authority (www.sunbiz.org/search.htmi) prior to execution of a contract. A copy of the document may be submitted with the solicitation response and the document number shall be identified. Firms who do not provide the certificate of authority at the time of response shall be required to provide same within five (5) days upon notification of selection for award. If the firm cannot provide the document within the referenced timeframe, the County reserves the right to award to another firm. Section 13. Sales Tax 13.1 The Successful Bidder acknowledges and agrees that Owner may utilize a sales tax savings program and the Successful Bidder agrees to fully comply, at no additional cost to Owner, with such sales tax savings program implemented by the Owner as set forth in the Agreement and in accordance with Owner's policies and procedures. Section 14. Exclusion of County Permits in Bid Prices 14.1 To ensure compliance with Section 218.80, F.S., otherwise known as "The Public Bid Disclosure Act", Collier County will pay the Contractor for all Collier County permits and fees applicable to the Project, including license fees, permit fees, impact fees or inspection fees applicable to this Work through an internal budget transfer(s). Hence, bidders shall not include these permit/fee amounts in their bid offer. However, the Successful Bidder shall retain the responsibility to initiate and complete all necessary and appropriate actions to obtain the required permits other than payment for the items identified in this section. Owner will not be obligated to pay for any permits obtained by Subcontractors. 9 Construction Services Agreement: Revised 1103016 14.2 The Successful Bidder shall be responsible for procuring and paying for all necessary permits not issued by Collier County pursuant to the prosecution of the work. Section 1. Use of Subcontractors 15.1 To ensure the Work contemplated by the Contract Documents is performed in a professional and timely manner, all Subcontractors performing any portion of the work on this Project shall be "qualified" as defined in Collier County Ordinance 2013-69, as amended, meaning a person or entity that has the capability in all respects to perform fully the Agreement requirements and has the integrity and reliability to assure good faith performance. A Subcontractor's disqualification from bidding by the Owner, or other public contracting entity within the past twelve months shall be considered by the Owner when determining whether the Subcontractors are "qualified." 15.2 The Owner may consider the past performance and capability of a Subcontractor when evaluating the ability, capacity and skill of the Bidder and its ability to perform the Agreement within the time required. Owner reserves the right to disqualify a Bidder who includes Subcontractors in its bid offer which are not "qualified" or who do not meet the legal requirements applicable to and necessitated by this Agreement. 15.3 The Owner may reject all bids proposing the use of any subcontractors who have been disqualified from submitting bids to the Owner, disqualified or de -certified for bidding purposes by any public contracting entity, or who has exhibited an inability to perform through any other means. 15.4 Notwithstanding anything in the Contract Documents to the contrary, the Bidder shall identify the subcontractor(s) it intends to use for the categories of work as set forth in the List of Subcontracts attached hereto, said list to be submitted with its bid. Bidders acknowledge and agree that the subcontractors identified on the list is not a complete list of the subcontractors to be used on the Project, but rather only the major subcontractors for each category of Work as established by Owner. Bidders further acknowledge that once there is an Award of Contract, the Successful Bidder shall identify, subject to Owner's review and approval, all the subcontractors it intends to use on the Project. Once approved by Owner, no subcontractor shall be removed or replaced without Owner's prior written approval. Section 16. Prohibition of Gifts No organization or individual shall offer or give, either directly or indirectly, any favor, gift, loan, fee, service or other item of value to any County employee, as set forth in Chapter 112, Part III, Florida Statutes, Collier County Ethics Ordinance No. 2004-05, and County Administrative Procedure 5311. Violation of this provision may result in one or more of the following consequences: a. Prohibition by the individual, firm, and/or any employee of the firm from contact with County staff for a specified period of time; b. Prohibition by the individual and/or firm from doing business with the County for a specified period of time, including but not limited to: submitting bids, RFP, and/or quotes; and, c. immediate termination of any contract held by the individual and/or firm for cause. 10 Construction Services Agreement: Revised 1103016 All firms are hereby placed on NOTICE that the Board of County Commissioners does not wish to be lobbied, either individually or collectively about a project for which a firm has submitted a response. Firms and their agents are not to contact members of the County Commission for such purposes as meeting or introduction, luncheons, dinners, etc. During the process, from solicitation closing to final Board approval, no firm or their agent shall contact any other employee of Collier County in reference to this solicitation, or the vendor's response, with the exception of the Procurement Director or his designee(s). Failure to abide by this provision may serve as grounds for disqualification for award of this contract to the firm. Section 1. Public Entity Crimes By its submitting a Bid, Bidder acknowledges and agrees to and represents it is in compliance with the terms of Section 287.133(2)(x) of the Florida Statutes which read as follows: "A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity'; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list." Section 19. Local Vendor Preference (LVP) The County is using the Competitive Sealed Quotation methodology of source selection for this procurement, as authorized by Ordinance Number 2013-69 establishing and adopting the Collier County Purchasing Ordinance. Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well- being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference 11 Construction Services Agreement: Revised 1103016 status for a period of up to one year. Under this solicitation, bidders desiring to receive local preference will be invited and required to affirmatively state and provide documentation as set forth in the solicitation in support of their status as a local business. Any bidder who fails to submit sufficient documentation with their bid offer shall not be granted local preference consideration for the purposes of that specific contract award. Except where federal or state law, or any other funding source, mandates to the contrary, Collier County and its agencies and instrumentalities, will give preference to local businesses in the following manner. Competitive bid (local price match option). Each formal competitive bid solicitation shall clearly identify how the price order of the bids received will be evaluated and determined. When a qualified and responsive, non -local business submits the lowest price bid, and the bid submitted by one or more qualified and responsive local businesses is within ten percent of the price submitted by the non -local business, then the local business with the apparent lowest bid offer (i.e., the lowest local bidder) shall have the opportunity to submit an offer to match the price(s), less one (1) dollar, offered by the overall lowest, qualified and responsive bidder. In such instances, staff shall first verify if the lowest non -local bidder and the lowest local bidder are in fact qualified and responsive bidders. Next, the Purchasing Department shall determine if the lowest local bidder meets the requirements of Fla. Stat. Sec.287.087 (Preferences to businesses with drug-free workplace programs). If the lowest local bidder meets the requirements of Fla. Stat. Sec. 287.087, the Purchasing Department shall invite the lowest local bidder to submit a matching offer, less one (1) dollar, within five (5) business days thereafter. If the lowest local bidder submits an offer that fully matches the lowest bid, less one (1) dollar, f r o m the lowest non -local bidder tendered previously, then award shall be made to the local bidder. If the lowest local bidder declines or is unable to match the lowest non -local bid price(s), then award will be made to the lowest overall qualified and responsive bidder. If the lowest local bidder does not meet the requirement of Fla. Stat. Sec 287.087, and the lowest non -local bidder does, award will be made to the bidder that meets the requirements of the reference state law. Bidder must complete and submit with their bid response the Affidavit for Claiming Status as a Local Business which is included as part of this solicitation. Failure on the part of a Bidder to submit this Affidavit with their bid response will preclude said Bidder from being considered for local preference on this solicitation. A Bidder who misrepresents the Local Preference status of its firm in a bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one (1) year. The County may, as it deems necessary, conduct discussions with responsible bidders determined to be in contention for being selected for award for the purpose of clarification to assure full understanding of, and responsiveness to solicitation requirements. 12 Construction Services Agreement: Revised 1103016 '� .. - : r NO.17-7087 Full Name of Bidder Target Roofing & Sheet Metal, Inc. Main Business Address 2043 West First Street, Fort Myers, FL 33901 Place of Business 2043 West First Street, Fort Myers, FL 33901 Telephone No. (239) 332-5707 Fax No. (239) 332-5708 State Contractor's License # CCC1330834 State of Florida Certificate of Authority Document Number P 15000067929 Federal Tax Identification Number 47-4767409 DUNS # 080234327 CCR# Cage Code 4 UYN Z To: BOARD OF COUNTY COMMISSIONERS OF COLLIER COUNTY, FLORIDA (hereinafter called the Owner) The undersigned, as Bidder declares that the only person or parties interested in this Bid as principals are those named herein, that this Bid is submitted without collusion with any other person, firm or corporation; that it has carefully examined the location of the proposed Work, the proposed form of Agreement and all other Contract Documents and Bonds, and the Contract Drawings and Specifications. Bidder proposes, and agrees if this Bid is accepted, Bidder will execute the Agreement included in the Bidding Documents, to provide all necessary machinery, tools, apparatus and other means of construction, including utility and transportation services necessary to do all the Work, and furnish all the materials and equipment specified or referred to in the Contract Documents in the manner and time herein prescribed and according to the requirements of the Owner as therein set forth, furnish the Contractor's Bonds and Insurance specified in the General Conditions of the Contract, and to do all other things required of the Contractor by the Contract Documents, and that it will take full payment the sums set forth in the following Bid Schedule: Unit prices shall be provided in no more than two decimal points, and in the case where further decimal points are inadvertently provided, rounding to two decimal points will be conducted by Procurement Services Division staff. NOTE: If you choose to bid, please submit an ORIGINAL and ONE COPY of your bid pages. 13 Construction Services Agreement: Revised 1103016 BID SCHEDULE . • No. 17-7087 (see attached) 14 Construction Services Agreement: Revised 1103016 r N E po -A t) LM 0 o c LAci 70 � ;:;7 CID Z) a (DO 3 rD (D 0 MD (D (D -a 3 0 3 0 n 0 rD 0, - _ 0- W rD () < CL =3 C- X V� 0 (D n 0 fp > (D - 3 v m CL 5 E5' 3 3 rr D rD 0 uq (D m w D. w= ro Lu c 0 0 - - :3 , 3 3 0 'a 3 0 0 -0 0 01Z , CL IT CD 0 IT O" Z' 0 CL CL 0 (D rD m3 0 v0 x CL 0 n C 0 cu CL _0 m 0 - 0 a , =r 2� ma(D_C)(D (-D 0- L'� ro 0 LA3 0 0 - (D D ,-,� fp w 3 w m = Lnv. IT In 3 CL M O -0 ID FT 0 C 0 (D I'D Ln V) 0 LM 3 IT w uz� (D + ID c 3 rD E 3 w =3 CL (D 0 .da Y, P 0 C) 0o O :I, N N p p p C) 0 C; 0 0 0 C) O C:) 0 0 0 0 0 0 N E po -A t) LM CID (D 0 "0 FIT 'a -a 3 0 3 0 n w rD 0, Cj (D W rD () CL =3 C- X (D x 0 fp 0 to Ln 75 3 rr D rD uq U v4 0- w= ro Lu c 0 M, E 'a 3 CL (D 01Z , CL IT 0 IT Ln 0 CL CL 0 m3 o x CL 3ti C CL Di m 111. 2� ma(D_C)(D (-D CL LA3 0 - CDMBM� , ,-,� fp w 3 w m = Lnv. In 3 CL M -0 ID FT 0 C I'D Ln V) LM 3 IT w uz� + ID c rD E 3 w =3 CL 0 0 c To: Collier County Procurement Office Re: Collier County Museum Main Building at 3331 East Tamiami Trail, Naples, FL 34112 Thank you for the opportunity to quote the above referenced project. Target Roofing and Sheet Metal, Inc. offers the following for your consideration: Scope of Work: Englert Standing Seam Metal Roof & Flat Roof Replacement 1. Remove existing metal panels, underlayennnt and fasteners and dispose of in a locally approved dump. a. *** Lightning Protection will be removed and re -installed *** 2. Renail existing plywood deck using 2 3/8" 8d deck nails in order to meet the current Florida building code. 3, Furnish and install tapered insulation package fully adhered to the existing concrete roof deck. Tapered insulation package will promote positive drainage to the scuppers. 4. Furnish and install a Polyglass 2 -ply modified bitumen roof system comprised of the following: a. Base Ply: Polyglass SA V Base sheet — Self -adhered to insulation. b. Cap Ply: Polyglass Torch Cap Sheet — Torch applied to base sheet. 5. Furnish and install new AC stands and curbs in order to meet the current Florida Building Code. 6. Furnish and install base layer of 30 pound underlayment mechanically fastened to the plywood roof deck in sloped areas. 6. Furnish and install (1) layer of Polyglass 60mi1 self -adhering underlayment applied direct to base layer of 30 pound underiayinent in sloped roofing areas. 7. Furnish and install an Englert 1" standing seam metal panel fabricated from .032" Aluminum with a baked on Kynar finish to all sloped areas. 8. Furnish and install drip edge fabricated from .032" Aluminum with a baked on Kynar finish. 9. Furnish and install hip and ridge metal fabricated from .032" Aluminum with a baked on Kynar finish. 10. Furnish and install valley flashing fabricated from .032" Aluminum with a baked on Kynar finish. 11. Furnish and install coping cap metal fabricated from .032" Aluminum with a baked on Kynar finish. 12. Furnish and install transitional metal flashing, where roof transitions from flat to sloped, fabricated from .032" Aluminum with a baked on Kynar finish. 13. Furnish and install new neoprene pipe boots where existing vents penetrate roof surface. 14. Furnish and install new gutters, downspouts and rain diverters fabricated from .032" Aluminum. 15. Target Roofing and Sheet Metal will provide a 5 -year contractor's warranty and Englert will provide a standard manufacturer's warranty. Base Price $ 99,208.00 Terms: Progressive Payments with 100% due Upon Completion, Credit Card Fees do apply at the following rates: Visa, MasterCard & Discover - 3% American Express - 3% 2043 West First Street, Fort Myers, FL 33901 p (239) 332-5707 1 f (239) 332-5708 1 admin@targetroofers.com Page 1 of 2 114AMS mokul KINUTWIdam Qualifications: A. Plywood decking will be replaced at a rate of $65 per sheet. B. Any unforeseen damaged, deteriorated or improperly installed building materials to be repaired/repLaced at a rate of $65 per man hour and cost of materials plus 15%. C. All necessary permitting and recording costs included D. Site clean-up and dump fees included. E. Target Roofing will subcontract the Air Conditioning work and lighting protection work for this project. F. Target Roofing and Sheet Metal., Inc. excludes all engineering, structural, plumbing, paint, or stucco work, metal decking, wood blocking, roof to wall connections and any other work not specified above. G. Target Roofing and Sheet Metal, Inc. in performing roofing, maintenance or repair services under this agreement, it is agreed that Target Roofing and their insurance carrier will not be held liable for any direct, incidental, or consequential damages, including health problems attributable to past, present or future water intrusion and associated mold, fungus, mildew, or algae growth. H. Full access to building exterior and roof will be made to Target Roofing and Sheet Metal, Inc. L It is understood that construction debris and noise are expected during business hours defined as 7:00am to 6:30 pm J. It is agreed that all claims or disputes between Target Roofing and Sheet Metal, Inc, and Project Owner relating to this agreement shall be decided by arbitration in accordance with the current Construction Industry Arbitration Rule of the American Arbitration Association. K. Proposal good for 60 days and contingent on strikes, accidents, or delays beyond our control. L. Target Roofing and Sheet Metal, Inc. will not be held responsible for driveway and lawn damage which occurs from standard roofing operations and loading procedures. Insurance and Safety Considerations: A. Supervision will be provided by Target Roofing and Sheet Metal, Inc. for maintaining safe working conditions on jobsite in accordance with current OSHA Standards. B. Any additional protections or safety standards imposed by Project Owner associated with additional costs to be added to contract price above. C. Target Roofing and Sheet Metal, Inc. shall furnish appropriate Liability and Worker's Compensation insurance. Acceptance of Proposal — The above prices as per proposal dated February 24, 2017, specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Signature Printed Name Date: ***Target Roofing and Sheet Metal, Inc. is a licensed Roofing Contractor CCC# 1330834, and a licensed Ge al Contractor CGC# 1519189*** 2043 West First Street, Fort Myers, FL 33901 p (239) 332-5707 1 f (239) 332-5708 1 admin@targetroofers.com Page 2 of 2 MATERIAL MANUFACTURERS THIS FORM MUST BE COMPLETED OR BID SHALL BE DEEMED NON-RESPONSIVE All Bidders shall confirm by signature that they will provide the manufacturers and materials outlined in this Bid specifications, including compliance with Florida Statute 255.20 to provide lumber, timber and other forest products produced and manufactured in the State of Florida as long as the price, fitness and quality are equal. Exceptions (when equals are acceptable) may be requested by completing the Material Manufacturer Exception List below. If an exception for a manufacturer and/or material is proposed and listed below and is not approved by Engineer/Project Manager, Bidder shall furnish the manufacturer named in the specification. Acceptance of this form does not constitute acceptance of material proposed on this list. Complete and sign section A OR B. Section A (Acceptance of all manufactures and materials in Bid specifications) On behalf of my firm, I confirm that we will use all manufacturers and materials as specifically outlined in the Bid specifications. Company: Targe f & Sheet Metal, Inc. Signature: Date: 02/24/2017 Cas er, President Section B (Exception requested to Bid specifications manufacturers and materials) EXCEPTION MATERIAL 1. 2. 3. 4. 5. Please insert additional pages as necessary. Company: Target Roofing & Sheet Metal, Inc. Signature: Casey Crowther, President EXCEPTION MANUFACTURER Date 02/24/2017 15 Construction Services Agreement: Revised 1103016 The undersignedstates that the following Ismlist ofthe proposed subcontractors for the major categories outlined inthe requirements ofthe Bid specifications. The undersigned acknowledges its responsibility for ensuring that the Subcontractors for the major listed herein are "qualified" (as defined in Ordinance 2013-69 and Secdon 15 of Instructions to Bidders) and meet all legal requirements d necessitated by the Contract Documents' including, but not limited to proper licenses, corhUoo||ons, registrations and insurance coverage. The Owner reserves the right to disqualify any Bidder who includes non-compliant or non-qualified Subcontractors in its bid offer. Further, the Owner may direct the Successful Bidder to remove/replace any Gubcontrmchor, at no additional cost to Owner, which is found to be non-compliant with this requirement either before orafter the issuance of the Award of Contract by Owner. //V1ooh additional sheets as needed). Further, the undersigned acknowledges and agrees that promptly after the Award of Contract, and 1naccordance with the requirements ofthe Contract Documents, the Successful Bidder shall identify all Subcontractors it intends to use on the Project. The undersigned further agrees that all Subcontractors subsequently identified for any portion qfwork onthis Project nnuetbeque|ifiedagnotedabove. Company: Target Roofing 4(4heet Metal, Inc. 16 GmvtnxmonServices Agreement: Revised 1103016 Major Category of Work Subcontractor and Address 1 . Electrical Protection Systems, Inc. 2. Mechanical Kennedy Heating & Cooling, Inc. 3. Plumbing 4. Site Work 5. Identify other subcontractors that represent more than 10% of price or that affect the critical path of the schedule I Company: Target Roofing 4(4heet Metal, Inc. 16 GmvtnxmonServices Agreement: Revised 1103016 STATEMENT OF EXPERIENCE OF BIDDER The Bidder is required to state below what work of similar magnitude completed within the last five years is a judge of Its experience, skill and business standing and of its ability to conduct the work as completely and as rapidly as required under the terms of the Agreement. Submit a minimum of three (3) Commercial or government references. Project and Location RUf rence 7. Aqua Tower 11, Naples, FL David Orr (239) 777-6441 91 Social Security Building, Fort Myers, FL 3. FAA Air Traffic Control Tower, Fort Myers, FL El 5. Physicians Primary Core, Cape Coral, FL Stoney Brook Country Club Company: Signature: Inc. Cavan Dwyer (239) 849-5489 Sonny Zambito (239) 281-4833 Annette Pounders (239)477-5006 Andrew DeSalvo (239) 475-6226 Date: 02/24/2017 17 Construction Services Agreement: Revised 1103016 TRENCH SAFETY ACT Bidder acknowledges that included in the various items of the bid and in the Total Bid Price are costs for complying with the Florida french Safety Act (90-96, Laws of Florida) effective October 1, 1990. The Bidder further identifies the cost to be summarized below: Trench Safety Units of Unit Unit Extended Measure Measure LQ_uantity Cost Cost (Description)LE Sy L 1. 2. 3. 4. r, n/a TOTAL$ n/a Failure to complete the above may result in the Bid being declared non-responsive. Company: Signature: 18 Construction Services Agreement: Revised 1103016 Asrisinistrai��e S�ivices �'�evdrht',�nf 1"'C9,a.12tt i>:i"7i JEY:;t�s C)P4i r.G'll VENDOR SUBMITTAL — LOCAL VENDOR PREFERENCE AFFIDAVIT Solicitation: #46 -Re y -Point; -Ther noptastt rkin "n ed4i ar-kers (Check Appropriate Boxes Below) State of Florida (Select County if Vendor Is described as a Local Business ❑ Collier County �] Lee County Vendor affirms that it is a local business as defined by the Purchasing Policy of the Collier County Board of County Commissioners and the Regulations Thereto. As defined in Section XI of the Collier County Purchasing Policy: Local business means the vendor has a current Business Tax Receipt issued by the Collier County Tax Collector for at least one year prior to bid or proposal submission to do business within Collier County, and that identifies the business with a permanent physical business address located within the limits of Collier County from which the vendor's staff operates and performs business in an area zoned for the conduct of such business. A Post Office Box or a facility that receives mail, or a non -permanent structure such as a construction trailer, storage shed, or other non -permanent structure shall not be used for the purpose of establishing said physical address. In addition to the foregoing, a vendor shall not be considered a "local business" unless it contributes to the economic development and well-being of Collier County in a verifiable and measurable way. This may include, but not be limited to, the retention and expansion of employment opportunities, support and increase to the County's tax base, and residency of employees and principals of the business within Collier County. Vendors shall affirm in writing their compliance with the foregoing at the time of submitting their bid or proposal to be eligible for consideration as a "local business" under this section. A vendor who misrepresents the Local Preference status of its firm in a proposal or bid submitted to the County will lose the privilege to claim Local Preference status for a period of up to one year under this section. Vendor must complete the following information: Year Business Established in ❑Collier County or ® Lee County: Number of Employees (Including Owner(s) or Corporate Officers): Number of Employees Living in ❑ Collier County or ® Lee (Including Owner(s) or Corporate Officers): If requested by the County, vendor will be required to provide documentation substantiating the information given in this affidavit. Failure to do so will result in vendor's submission being deemed not applicable. Vendor Name: T Address in Collier Signature: STATE OF FLORIDA Metal, Inc. 12043 West First Street, Fort M, ❑ COLLIER COUNTY (R LEE COUNTY Date: 02/24/2017 FL 33901 Title: President Sworn to and Subscribed Before Me, a Notary Public, for the above State and County, on this 24th Day of February 2017 EO PATRICIA R'T " Notary Public �, tdotary Pu6ii� •Matt of FloridaMy Com ssion Expires: 02/26/2020 Cott►mitsibn FF 95WM5 MY Ct MM. Expires Fob 26, 2020(AFFIX OFFICIAL SEAL) 6iruoupt,fAtttgnotWayAs , 19 Construction Services Agreement: Revised 1103016 eta -r ur y Ad =ministrerr,,e Ser as Deparrrnsnt I - t. " g a . ". ^ a Solicitation: 17-7087 This Affidavit is required and should be signed, notarized by an authorized principal of the firm and submitted with formal Invitations to Bid (ITB's) and Request for Proposals (RFP) submittals. Further, Vendors / Bidders are required to enroll in the E -Verify program, and provide acceptable evidence of their enrollment, at the time of the submission of the vendor's/bidder's proposal. Acceptable evidence consists of a copy of the properly completed E -Verify Company Profile page or a copy of the fully executed E -Verify Memorandum of Understanding for the company. Failure to include this Affidavit and acceptable evidence of enrollment In the E -Verify program, may deem the Vendor / Bidder's proposal as non-responsive. Collier County will not intentionally award County contracts to any vendor who knowingly employs unauthorized alien workers, constituting a violation of the employment provision contained in 8 U.S.C. Section 1324 a(e) Section 274A(e) of the Immigration and Nationality Act ("INA"). Collier County may consider the employment by any vendor of unauthorized aliens a violation of Section 274A (e) of the INA. Such Violation by the recipient of the Employment Provisions contained in Section 274A (e) of the INA shall be grounds for unilateral termination of the contract by Collier County. Vendor attests that they are fully compliant with all applicable immigration laws (specifically to the 1986 Immigration Act and subsequent Amendment(s)) and agrees to comply with the provisions of the Memorandum of Understanding with E -Verify and to provide proof of enrollment in The Employment Eligibility Verification System (E -Verify), operated by the Department of Homeland Security in partnership with the Social Security Administration at the time of submission of the Vendor's / Bidder's proposal. Company Name Target Roofing & Sheet Metal, Inc. Print Name Casey Cr er Signature State of Florida County of Lee Title President Date 02/24/2017 The foregoing instrument was signed and acknowledged before me this 24th day of February 20 117 , by Casey Crowther (print or type name) who has produced FL DL #C636-104-85-322-0 (type of identification and number) as identification. Notarr ublic Signature Patricia Rutter Printed Name of Notary Public FF 950635 / 02.26.2020 Notary Commission Number/Expiration PATRICIA RUTTER Y, "I Notary Public • State of Florida Commleslon M FF 950635 Iffy Comm. Expires Feb 26, 2020 �''%F,Q,°„�t� �`+ Bondedihrout� Nstiortel Notary Assn. The signee of this Affidavit guarantees, as evidenced by the sworn affidavit required herein, the truth and accuracy of this affidavit to interrogatories hereinafter made. 20 Construction Services Agreement: Revised 1103016 A, GO ae'Y C014.fav Serd es 37eparritient rrvcufem aht�trnc"r: C'M11,11 COLLIER COUNTY SOLICITATIONS SUBSTITUTE W — 9 Request for Taxpayer Identification Number and Certification In accordance with the Internal Revenue Service regulations, Collier County is required to collect the following information for tax reporting purposes from individuals and companies who do business with the County (including social security numbers if used by the individual or company for tax reporting purposes). Florida Statute 119.071(5) require that the county notify you in writing of the reason for collecting this information, which will be used for no other purpose than herein stated. Please complete all information that applies to your business and return with your quote or proposal. 1, General Information (provide all information) Taxpayer Name Target Ro (as shown on income tax return) Business Name (if different from taxpayer name) Address 2043 West First Street City Fort Myers State FL Zip 33901 Telephone (239) 332-5707 FAX (239) 332-5708 Order Information Address 2043 West First Street City Ft. Myers State FL Zip 33901 FAX (239) 332-5708 Email admin@targetroofers,com 2. Comoanv Status (check only one) Email admin@targetroofers.com Remit / Payment Information Address 2043 West First Street City Ft. Myers State FL Zip 33901 FAX (239) 332-5708 Email admin@targetroofers.com Individual / Sole Proprietor Corporation Partnership Exempt (Federal income tax-exempt entity _ Limited Liability Company _Tax under Internal Revenue Service guidelines IRC 501 (c) 3) Enter the tax classification D = Disregarded Entity, C = Cor oration, P = Partnership) 3. Taxpayer Identification Number (for tax reporting purposes only) Federal Tax Identification Number (TIN) 47-4767409 (Vendors who do not have a TIN will be required to provide a social security number prior to an award of the contract.) 4. Sign and Date Form"t' Certification: Under penaltiqi pr perjury, I certify that the information shown on this form is correct to my knowledge. Signature Date 02/24/2017 Case - r6 with r Title President Phone Number 239 332-5707 21 Construction Services Agreement: Revised 1103016 State of Florida Department of State METAL, INC. is a corporation r ..e • under the laws of of • •. filed on 1 ` August # 2015. r •s i -•ININ • • • • I further certify that said corporation has paid all fees due this office through December 31, 2016, that its most recent annual report/uniforin business report was filed on March 3, 2016, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-fourth day of February, 20I7 Tracking Number: CU5862815873 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed, https.Ilservices.su nb iz.orgIFilings/CertificateofstatusICertifcateAuth entication Upon notification that its Bid has been awarded, the Successful Bidder will execute the Agreement form attached to the Bidding Documents within ten (10) calendar days and deliver the Surety Bond or Bonds and Insurance Certificates as required by the Contract Documents. The bid security attached is to become the property of the Owner in the event the Agreement, Insurance Certificates and Bonds are not executed and delivered to Owner within the time above set forth, as liquidated damages, for the delay and additional expense to the Owner, it being recognized that, since time is of the essence, Owner will suffer financial loss if the Successful Bidder fails to execute and deliver to Owner the required Agreement, Insurance Certificates and Bonds within the required time period. In the event of such failure, the total amount of Owner's damages, will be difficult, if not impossible, to definitely ascertain and quantify. It is hereby agreed that it is appropriate and fair that Owner receive liquidated damages from the Successful Bidder in the event it fails to execute and deliver the Agreement, Insurance Certificates, and Bonds as required hereunder. The Successful Bidder hereby expressly waives and relinquishes any right which it may have to seek to characterize the above noted liquidated damages as a penalty, which the parties agree represents a fair and reasonable estimate of Owner's actual damages at the time of bidding if the Successful Bidder fails to execute and deliver the Agreement, Insurance Certificates, and Bonds in a timely manner. Upon receipt of the Notice of Award, the undersigned proposes to commence work at the site within five (5) calendar days from the commencement date stipulated in the written Notice to Proceed unless the Project Manager, in writing, subsequently notifies the Contractor of a modified (later) commencement date. The undersigned further agrees to substantially complete all work covered by this Bid within Seventy Five (75) consecutive calendar days, computed by excluding the commencement date and including the last day of such period, and to be fully completed to the point of final acceptance by the Owner within Ninety (90) consecutive calendar days after Substantial Completion, computed by excluding commencement date and including the last day of such period. Respectfully Submitted: State of Florida County of Lee Casey Crowther being first duly swum on oath deposes and says that the Bidder on the above Bid is organized as indicated and that all statements herein made are made on behalf of such Bidder and that this deponent is authorized to make them. Casey Crowther , also deposes and says that it has examined and carefully prepared its Bid from the Bidding Documents, including the Contract Drawings and Specifications and has checked the same in detail before submitting this Bid; that the statements contained herein are true and correct. (a) Corporation The Bidder is a corporation organized and existing under the laws of the State of Florida which operates under the legal name of Target Roofing & Sheet Me I, Inc. the full names of Its officers are as follows: :- ,-- / President Secretary. Treasurer, Manager_ Crowther >T'vc_ , and zz Construction Services Agreement: Revised 1103016 The President Cf s(z`�is authorized to sign construction bids and contracts for the company by ac ion of its Board of Directors taken 08/10/2015 a certified copy of which is hereto attached (strike out this last sentence if not applicable). (b) Co -Partnership The Bidder is a co -partnership consisting of individual partners whose full names are as follows: The co -partnership does business under the legal name of: (c) Individual The Bidder is an individual whose full name is and if operating under a trade name, said trade name is Complete for information contained in (a) Corporation, (b) Co -Partnership or (c) Individual from previous page. a; e legal entity BY: Witness Name of Bidder (Typed) Witness Signature Title 23 Construction Services Agreement: Revised 1103016 STATE OF Florida�f��~/77y��— --- ---- ~ ( —c4scy � 24th day of February 20 17 . by Casey Crowther an president of Target Roofing & SheetA4*to| Inc.o Florida oorporaUun, on behalf of the corporation. He/she is personally known to meorhas produced asidentification and did (did not) take anoath. My Commission Expires: O2/2/2O20 N y PubJ7 Co missio Commission # FF 950635 950635 My Comm, Expifes Fab 26�2020. (AFFIX OFFICIAL SEAL) (Signaty of Notary) Patricia Rurer (Legibly Printed) Notary Public, State of Florida Commission No.: FF 950635 24 Construction Services Agreement: xowoed 1103016 , - RESOLUTION OF: ALC -;T— 1��Dfl H CL- 1i -CL -T cm LI I f'l C - RESOLVED that the execution of Deeds, powers of attorney, transfers, assignments, contracts, obligations, certificates, and other instruments of whatever nature entered into by the Company directly or through a transfer agent or registrar for any stock company, acting in Its capacity as a corporate director or exercising any and all other powers conferred upon it by the letters Patent incorporating it or by the law pertaining to such matters, shall be signed by any one of the persons listed below: Name Title SDecuingn/Mg"Inature C-)S'i the undersigned Secretary of I d - HEREBY CERTIFY that the foregoing is a true and correct copy of Re:oly o of the B r of k)c' Direct rs of said Company passed by a resolution of the said board dated and that said Resolution is still in full fo ce a7d effect. 7 , � I 7i KNOW ALL MEN BY THESE PRESENTS, that We Target Roofing and Sheet Metal, Inc. _ ... (herein after called the Principal) and The Guarantee Company of North America USA (herein called the Surety), a corporation chartered and existing under the laws of the State of Michigan with its principal offices in the city of Southfield, MI and authorized to do business in the State of Florida are held and firmly bound unto the Collier County Board of County Commissioners _ (hereinafter called the Owner), In the full and just sum of Five Percent of the Amount Bid_ dollars ($ 5% ) good and lawful money of the United States of America, to be paid upon demand of the Owner, to which payment well and truly to be made, the Principal and the Surety bind themselves, their heirs, and executors, administrators, and assigns, jointly and severally and firmly by these presents, Whereas, the Principal is about to submit, or has submitted to the Owner, a Bid for furnishing all labor, materials, equipment and incidentals necessary to furnish, Install, and fully complete the Work on the Project known as NOW, THEREFORE, if the Owner shall accept the Bid of the PRINCIPAL and the PRINCIPAL shall enter into the required Agreement with the Owner and within ten days after the date of a Written Notice of Award in accordance with the terms of such Bid, and give such bond or bonds in an amount of 100% the total Contract Amount as specified in the Bidding Documents or Contract Documents with good and sufficient surety for the faithful performance of the Agreement and for the prompt payment of labor, materials and supplies furnished in the prosecution thereof or, in the event of the failure of the PRINCIPAL to enter into such Agreement or to give such bond or bonds, and deliver to Owner the required certificates of insurance, If the PRINCIPAL shall pay to the OBLIGEE the fixed sum of $ 5% of Amount Bid noted above as liquidated damages, and not as a penalty, as provided in the Bidding Documents, then this obligation shall be null and void, otherwise to remain in full force and effect, 25 Construction Services Agreement: Revised 1103418 IN TESTIMONY Thereof, the Principal and Surety have caused these presents to be duly signed and sealed this 24th day of February 2017 Target Ro ing/bo/d/Sheet Metal, Inc. Principal BY (Seal) The Guarantee Company of North America USA Sure Kevin R. Wojtowicz, Attorney -in -Fact and FL (Seas) Licensed Resident Agent Countersigned n1a Local Resident Producing Agent for Nielson, Wojtowicz, Neu & Associates 1000 Central Avenue, Suite 200, St. Petersburg, FL 33705 THIS SHEETMUST BE SIGNED BY VENDOR BOARD OF COUNTY COMMISSIONERS COLLIER COUNTY, FLORIDA Procurement Services Division BIDDERS CHECK LIST IMPORTANT: Please read carefully, sign in the spaces indicated and return with your Bid. Bidder should check off each of the following items as the necessary action is completed: 1. The Bid has been signed. 2. The Bid prices offered have been reviewed. 3. The price extensions and totals have been checked. 4. Any required drawings, descriptive literature, etc, have been included. 5. Any delivery information required is included, 6. Immigration Affidavit completed and the company's E -Verify profile page or memorandum of understanding 7. Certificate of Authority to Conduct Business in State of Florida and the County's Substitute W9 8. If required, the amount of Bid bond has been checked, and the Bid bond or cashier's check has been included. 9. Any addenda have been signed and included. Trnrnat Rnnfinm R Shoat Matnl Inrr 02/24/2017 Date Crowther 27 Construction Services Agreement: Revised 1103016 Project Manager: Robert Fuentes Procurement Strategist: Rhonda Burns Bid Tabulation for 17-7087 Re-Roof Collier County Musuem Main Building Notifications: 279 Downloaded: 37 Bids: 2 Target Roofing & Sheet Metal, Inc. Ft. Myers Crowther Roofing & Sheet Metal of FL, Inc. Ft. Myers Item Unit Price Price Mobilization LS $ 1,500.00 $ 2,500.00 Remove and re-install the Lightning Protection System LS $ 2,500.00 $ 1,800.00 Gutters and Downspouts LS $ 1,500.00 $ 4,410.00 Standing Seam Roof Products LS $ 41,392.00 $ 75,100.00 Underlayment Products LS $ 41,392.00 $ 8,300.00 Drip edge and other components LS $ 10,924.00 $ 8,915.00 Owner's Allowance LS $ 15,000.00 $ 15,000.00 Total Base Bid $ 114,208.00 $ 116,025.00 Y Y Y Y Y Y Y Y Y Y N Y Y Y Y Y Y Y Y N Opened by: Evelyn Colon 2/24/17 Witnessed by: Lissett De La Rosa 2/24/17 Material Manufacturers List of Major Subcontractors Statement of Experience of Bidder Bidders Check List Division of Corporations Trench Safety Act Immigration Law Affidavit E-Verify Subsitute W-9 Bid Bond Date: March 1, 2017 Collier County Administrative Services Department Procurement Services Division Notice of Recommended Award Solicitation: 17-7087 Title: Re -Roof of Collier County Museum Main Building Due Date and Time: 2/24/17 2:30 PM Respondents: Company Name City County State Bid Amount Responsive/Responsible Target Roofing & Sheet Metal, Inc. Ft. Myers Lee FL $114,208.00 Yes/Yes Crowther Roofing & Sheet Metal of FL, Inc. Ft. Myers 'Lee FL $116,025.00 Yes/Yes Utilized Local Vendor Preference: Yes I I No = N/A Recommended Vendors) For Award: Single Award -Target Roofing & Sheet Metal, Inc. Required Signatures Project Manager: Roaoz-�Faaa,,os Procurement Strategist: Procur n)ent Services Director: Zr-' Z, Edward F. Coyman Jr. Date