HomeMy WebLinkAbout24-S-08 Executed Contract.pdf DBH OLIVE AVE ROOF REPLACEMENT
AND FAQAD E REPAIRS
5555 E. Olive Avenue
Fresno, CA 93727
Contract # 24-S-08
The County of Fresno
Department of Public Works and Planning
2220 Tulare St., 8t" Floor
Fresno, California 93721
PROJECT MANUAL
Pre-bid Conference: Tuesday, October 15, 2024, 10:00 A.M.
Bid Date: Thursday, October 31, 2024
2:00 P.M. (1400 hours and 00 seconds)
Budget/Account— 0400 / 10072 / 8872 /8150 / 91940
�.� co
Development Services & Capital Projects Division
1856
Off'FRY, Department of Public Works and Planning
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT ADDENDUM 01
AND FAQADE REPAIRS, FRESNO, CA SECTION 009115 - 1
ADDENDUM 01
Contract# 24-S-08
Dated: October 25, 2024
The foregoing documents are amended in the respects as herein set forth. This addendum and
the amendments herein shall become part of said documents and of any contract entered into
pursuant to said documents.
PLEASE ACKNOWLEDGE THIS ADDENDUM ON YOUR PROPOSAL. IF YOU HAVE GIVEN
THE CONTRACT DOCUMENTS TO SOMEONE ELSE, PLEASE FORWARD THIS
ADDENDUM.
2024-10-25
Date Signed
��SLD AR CAI?
�G LYNX �n
C 769
2-31-2025 �Q
op CALICO
Architect:
Barry Mast, Lic.# C-38769
FRESNO COUNTY
Department of Public Works and Planning
Development Services and Capital Projects Division
m/a 2220 Tulare Street, Eighth Floor
Fresno, CA 93721 (559) 600-4536
bmast(a)fresnocountyca.gov
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT ADDENDUM 01
AND FAQADE REPAIRS, FRESNO, CA SECTION 009115 - 2
A. BID FORMS AND CONTRACT CONDITIONS
No changes
B. SPECIFICATIONS:
a. Section 007200 General Conditions
i. Page 53, 2.40 INSURANCE, B. MINIMUM SCOPE AND LIMITS OF
INSURANCE, Paragraph 2
1. Revise the following sentence:
"Commercial General Liability (CGL): Insurance Services Office (ISO) Form
CG 00 01 covering CGL on an "occurrence" basis, including products and
completed operations, property damage, bodily injury and personal &
advertising injury with limits no less than five million dollars ($5,000,000) per
occurrence and an annual aggregate of ten million dollars ($10,000,000). If a
general aggregate limit applies, either the general aggregate limit shall apply
separately to this project/location (ISO CG 25 03 or 25 04) or the general
aggregate limit shall be three times the required occurrence limit."
to read as:
"Commercial General Liability (CGL): Insurance Services Office (ISO) Form
CG 00 01 covering CGL on an "occurrence" basis, including products and
completed operations, property damage, bodily injury and personal &
advertising injury with limits no less than one million dollars ($5,000,000) per
occurrence and an annual aggregate of two million dollars ($10,000,000). An
umbrella or excess policy of ten million dollars ($10,000,000) must contain a
clause stating that it takes effect (drops down) in the event the primary limits
are impaired or exhausted."
2. Revise the following sentence: "Automobile Liability: Insurance Services
Office (ISO) Form CA 0001 covering Code 1 (any auto), with limits no less
than five million dollars ($5,000,000) per accident for bodily injury and
property damage. Coverage should include owned and non-owned vehicles
used in connection with this Agreement and all applicable endorsements."
to read as:
"Automobile Liability: Insurance Services Office (ISO) Form CA 0001
covering Code 1 (any auto), with limits no less than one million dollars
($5,000,000) per accident for bodily injury and property damage. Coverage
should include owned and non-owned vehicles used in connection with this
Agreement and all applicable endorsements. This requirement can be
obtained through an umbrella policy."
C. DRAWINGS:
a. Replace previous drawing set with attached. Changes to the drawings are as
follows:
i. All sheets—Stamped "APPROVED FOR PERMIT"
ii. A202.0
1. Clarified extent of roofing to be removed and replaced. See revised
plan D2 (delta 3).
2. Existing antenna tower to be removed. See revised keynote 17
(delta 4).
iii. A202.1 — Existing antenna removed. See revised keynote 3 (delta 4).
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT ADDENDUM 01
AND FAQADE REPAIRS, FRESNO, CA SECTION 009115 - 3
iv. A-203 — Keynotes revised to indicate all existing recessed or surface
mounted exterior soffit light fixtures are to be removed. See revised keynote
1 and detail A2 (delta 4).
v. A-301
1. Clarified extent of existing brick repairs. See detail G10 (delta 4).
2. Removed all window repair and replacement from phase 1 scope.
See keynote 3 (delta 4).
vi. A-401 — Removed all window repair and replacement from phase 1 scope.
See keynote 3 (delta 4).
vii. A-402 — Removed all window repair and replacement from phase 1 scope.
See keynote 3 (delta 4).
viii. A-801 — Removed all window repair and replacement from phase 1 scope.
See details removed and keynote 3 (delta 4).
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT COUNTY ADOPTION AND
AND FAQADE REPAIRS, FRESNO, CA ACKNOWLEDGMENT & SEALS
SECTION 000107 - 1
SECTION 000107 - COUNTY ADOPTION AND ACKNOWLEDGEMENT & SEALS
DBH OLIVE AVE ROOF REPLACEMENT AND FACADE REPAIRS
Contract# 24-S-08
Nathan Magsig, Chairman 5th District
Buddy Mendes, Vice Chairman 4th District
Brian Pacheco 1st District
Sal Quintero V District
Steve Brandau 2nd District
Paul Nerland, County Administrative Officer
Steve White Digitally signed by Steve White
Date: 2024.10.01 11:30:39-07'00'
Steven E. White, Director
Department of Public Works and Planning
09-30-2024
) ARC
Date Signed
LYN
'v
C 3 769
� —31-2025 cP,
R Q'
4
9�F OF C F0�
Architect:
Barry Mast, Lic.# C-38769
FRESNO COUNTY
Department of Public Works and Planning
Development Services and Capital Projects Division
m/a 2220 Tulare Street, Eighth Floor
Fresno, CA 93721 (559) 600-4536
bmastC@fresnocountyca.gov
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT COUNTY ADOPTION AND
AND FAQADE REPAIRS, FRESNO, CA ACKNOWLEDGMENT & SEALS
SECTION 000107 - 2
09-30-2024
Date Signed
P R.
NO.C-32283
RENEWAL DATE
06/30/2025
Architectural Consultant:
Robina Wright, #C-32283
Robina Wright Architects &Associates, Inc.
448 East Olive Avenue
Fresno, California 93728 (559) 307-7232
robins robinawrightarchitect.com
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT COUNTY ADOPTION AND
AND FAQADE REPAIRS, FRESNO, CA ACKNOWLEDGMENT & SEALS
SECTION 000107 - 3
09-30-2024
Date Signed
CU
Structural Engineer Consultant: W !'-
Dwight Drew, Lic. # S-2629
Structural One Corp QRpFESS ,I
42380 Bald Mountain Road
Auberry, CA 93602 (559) 285-2727 Ih! Fly,
dwightCcD_structuralonecorp.com
EXPIRES
♦c 12-31-24
4�•
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT TABLE OF CONTENTS
AND FAQADE REPAIRS, FRESNO, CA SECTION 000110
TABLE OF CONTENTS
INDEX TO TECHNICAL SPECIFICATIONS AND BID DOCUMENTS
SECTION NUMBER SECTION TITLE Number of Pages
DIVISION 00 — PROCUREMENT CONTRACTING REQUIREMENTS
0001 01 COVER SHEET... ........................................................................... 1
0001 07 COUNTY ADOPTION AND ACKNOWLEDGMENT & SEALS ........ 3
0001 10 TABLE OF CONTENTS .................................................................. 2
0011 13 NOTICE TO BIDDERS.................................................................... 5
0021 13 INSTRUCTIONS TO BIDDERS....................................................... 7
00 22 13 BIDDERS' CHECKLIST................................................................... 2
00 42 13 PROPOSAL TO THE COUNTY OF FRESNO................................. 2
Bidder's Declaration
Bid Form
00 43 13 BID SECURITY FORM.................................................................... 1
00 43 36 SUBCONTRACTOR LIST ............................................................... 5
00 45 19 NON-COLLUSION DECLARATION ................................................ 1
00 46 56 CARB CERTIFICATION .................................................................. 1
00 52 13 AGREEMENT................................................................................................... 8
Exhibit A — Self Dealing Transaction Disclosure Form
00 65 36 GUARANTY....................................................................................................... 1
00 72 00 GENERAL CONDITIONS................................................................66
SPECIAL PROVISIONS
SECTION NUMBER SECTION TITLE
DIVISION 01 - GENERAL REQUIREMENTS
012500 Substitution Procedures
013100 Project Management and Coordination
017329 Cutting And Patching
DIVISION 02 - EXISTING CONDITIONS
024119 Selective Demolition
DIVISION 04 - MASONRY
040120 Maintenance Of Unit Masonry
DIVISION 06 - WOOD, PLASTICS, AND COMPOSITES
061053 Miscellaneous Rough Carpentry
DIVISION 07 - THERMAL AND MOISTURE PROTECTION
070100 Preparation For Re-Roofing
070191 Joint Sealant Rehabilitation and Replacement
072726 Fluid-Applied Membrane Air Barriers, Vapor Retarding
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT TABLE OF CONTENTS
AND FAQADE REPAIRS, FRESNO, CA SECTION 000110
075416 Ketone Ethylene Ester (Kee) Roofing
076200 Sheet Metal Flashing and Trim
077200 Roof Accessories
DIVISION 08 - OPENINGS
088513 Glazing Sealants
DIVISION 09 - FINISHES
099113 Exterior Painting
099653 Silicone Elastomeric Coatings
END OF TABLE OF CONTENTS
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT NOTICE TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 0001113- 1
BOARD OF SUPERVISORS COUNTY OF FRESNO STATE OF CALIFORNIA
NOTICE TO BIDDERS
Sealed proposals will be received at:
https://www.bidexpress.com/businesses/36473/home
and at the Fresno County Department of Public Works and Planning, Office of the
Design Engineer, Seventh Floor, Fresno County Plaza Building, 2220 Tulare Street,
Fresno, CA 93721 until
2:00 P.M., (1400 hours and 00 seconds)
Thursday, October 31, 2024
at which time the bidding will be closed.
If you have any questions about bid submission, please contact us at
Des ignServices(a)-fresnocountyca.gov or calling (559) 353-4919 or (559) 600-
4543.
Promptly following the closing of the bidding, all timely submitted bids will be publicly
opened and viewable via a livestream (the link for which will be posted at:
http://www.fresnocountyca.gov/planholders), for construction in accordance with the
project specifications therefor, to which special reference is made as follows:
DBH OLIVE AVE ROOF REPLACEMENT AND FACADE
REPAIRS
5555 E. OLIVE AVENUE
FRESNO, CA 93727
Contract No. 24-S-08
The work to be done, in general, consists of replacing the existing roof and repairing
the existing exterior brick wall facade and concrete tilt-up panels of the Department
of Behavioral Health building, covering approximately 115,000 square feet, located
at 5555 E. Olive Avenue, Fresno, CA, 93727.
A pre-bid conference will be held at 10:00 a.m., on Tuesday, October 15, 2024. A
discussion of the project will be held and the project sites will be open for
examination. Contractors should meet at 5555 E. Olive Avenue Fresno, CA 93727.
Attendance at the pre-bid is mandatory for general contractors; attendance by
subcontractors is encouraged, but not required. The scheduled pre-bid will be the
DBH OLIVE AVE ROOF REPLACEMENT NOTICE TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 0001113- 2
only opportunity for prospective bidders to visit the site in the presence of County
staff, and requests for individual site visits with County staff will not be granted.
This project is subject to the contracting requirements and implementing
regulations as amended in Title 13, Section 2449 General Requirements for In-
Use Off-Road Diesel-Fueled Fleets, of the California Code of Regulations (13
CCR § 2449(i)). Bidders must submit a valid Certificate of Reported
Compliance (CRC) issued by the California Air Resources Control Board at the
time of bidding. Bidders are responsible for submitting their listed
subcontractors' CRCs and any supporting documentation within five (5)
calendar days of bid opening. Failure to submit the required CRCs may render
a bid non-responsive.
Bidders may fill out a Request to be Added to Planholders list:
https://www.fresnocountyca.gov/Departments/Public-Works-and-
Planning/Construction-Bidding-Opportunities/Request-to-Be-Added-to-the-
Planholders-List-Form
Requesters will then be listed as a planholder for the project on the website and
receive notifications and addenda issued for the project.
Prospective bidders may also select the project on
https://www.bidexpress.com/businesses/36473/home. Those that demonstrate
interest in the project will be added to the planholders list, and receive notifications
and addenda issued for the project.
Electronic copies (in ".pdf" file format) of the official project plans and specifications
and such additional supplemental project information as may be provided, are
available to view, download, and print at http://www.fresnocountVca.gov/planholders.
Electronic versions of the bid documents are available online at:
https://www.bidexpress.com/businesses/36473/home and bids may be submitted
electronically through that website.
If a bidder is unable to submit a bid via Bid Express, Bid Books, which contain bid
proposal sheets necessary to submit a bid, may be obtained within the Project
Manual/Specifications documents posted on the Fresno County website and bids
shall be submitted in a sealed, opaque envelope addressed to the Department and
labeled with the name of the bidder, the name of the project, the contract number,
and the statement "Do Not Open Until The Time Of Bid Opening."
Bid security in the amount of ten (10) percent of the amount of the bid, and in the
form of a bid bond issued by an admitted surety insurer licensed by the California
Department of Insurance, cash, cashier's check, or certified check shall accompany
the bid. Bid security shall be made in favor of the County of Fresno.
DBH OLIVE AVE ROOF REPLACEMENT NOTICE TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 0001113- 3
Hardcopy bid bonds shall be submitted in a sealed envelope addressed to the
Department and labeled with the name of the bidder, the name of the project and the
statement "Do Not Open Until The Time Of Bid Opening — BID BOND"
A Summary of Bids and a list of subcontractors for the apparent low bidder will be
posted at the above listed website, generally within 24 hours of the Bid Opening.
The apparent lowest bidder shall submit a Cost Distribution of the bid, otherwise
known as a "Schedule of Values," (refer to Section 002113 Instructions to Bidders
1.16 Post-Bid / Pre-Award Information and Requirements) within eight (8) days of
the Bid Opening.
All requests for substitutions (refer to Section 012500, Substitution Procedures) and
questions regarding this project shall be in writing and shall be received by the
Department of Public Works and Planning, Design Division, no later than 2:00 P.M.
on the tenth (10th) calendar day prior to bid opening. All substitution requests and
questions received after this deadline will not receive a response unless the
Department of Public Works and Planning elects to issue an addendum to revise the
bid opening date. In the event that the bid opening date is revised, the deadline for
questions will be extended to no later than 2:00 P.M. on the tenth (10th) calendar
day before the revised bid opening date. Questions shall be submitted on the
"Request for Clarification" form provided on the project website at:
http://www.fresnocountyca.gov/Departments/Public-Works-and-
Planning/Construction-Bidding-Opportunities/24-S-08-DBH-Olive-Ave-Roof-
Replacement-and-Facade-Repairs/Request-for-Clarification-Form
Any changes to, or clarification of, the Contract documents and specifications,
including approved substitutions, shall be in the form of a written addendum issued
to planholders of record. Questions that prompt a change or clarification shall be
included in the addendum with the subsequent answer.
Any oral explanation or interpretations provided with regard to this project are not
binding.
No contract will be awarded to a contractor who has not been licensed in
accordance with the provisions of the Contractors State License Law, California
Business and Professions Code, Division 3, Chapter 9, as amended, or whose bid is
not on the proposal form included in the contract document. A valid California
Contractor's License, Class B, General Building Contractor, is required for this
project.
Bidders are required to possess asbestos certification from the Contractors State
License Board and registration with the Division of Occupational Safety and Health
prior to the opening of bids for this project.
Non-friable asbestos containing material (ACM) is to be removed as a part of this
project, and it is anticipated that removal of ACM will not result in release of airborne
DBH OLIVE AVE ROOF REPLACEMENT NOTICE TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 0001113- 4
asbestos fibers to the atmosphere. This material consists of roof mastic at vent
curbs and jacks.
The Contractor and their subcontractors shall comply with all applicable statutes and
regulations, and all provisions of Sections 2.51, 2.52 and 2.55 of the General
Conditions, regarding payment of wages, hours of work and all other labor
compliance issues.
Pursuant to Section 1773 of the Labor Code, the general prevailing wage rates in
the county, or counties, in which the work is to be done have been determined by
the Director of the California Department of Industrial Relations. These wages are
set forth in the General Prevailing Wage Rates for this project, available at County of
Fresno, Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor,
Fresno CA 93721-2104 and available from the California Department of Industrial
Relations' Internet web site at http://www.dir.ca.gov/DLSR/PWD. Future effective
general prevailing wage rates, which have been predetermined and are on file with
the California Department of Industrial Relations are referenced but not printed in the
general prevailing wage rates.
This project is subject to compliance monitoring and enforcement by the Department
of Industrial Relations.
No contractor or subcontractor may be listed on a bid proposal for a public works
project unless registered with the Department of Industrial Relations pursuant to
Labor Code section 1725.5 [with limited exceptions from this requirement for bid
purposes only under Labor Code section 1771.1(a)].
No contractor or subcontractor may be awarded a contract for public work on a
public works project unless registered with the Department of Industrial Relations
pursuant to Labor Code section 1725.5.
This contract is subject to state contract nondiscrimination and compliance
requirements pursuant to Government Code, Section 12990.
The Board of Supervisors hereby specifies that portions of the work can only be
performed outside the regular working hours as defined in the applicable collective
bargaining agreement filed with the Director of Industrial Relations in accordance
with Labor Code Section 1773.1, and that the overtime requirements for Saturdays,
and holidays are hereby waived for these portions of the work, as more particularly
described in the specifications. However, this exemption shall not negate the
overtime provisions specified in Labor Code Section 1815.
Bids are required for the entire work described herein. Bids will be compared on the
basis of the total lump sum bid.
In addition to the bid bond required by law of all bidders on public works projects, the
successful bidder shall furnish a faithful performance bond, a payment bond and a
DBH OLIVE AVE ROOF REPLACEMENT NOTICE TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 0001113- 5
warranty bond in accordance with the provisions of Section 2.36 of the General
Conditions.
The successful bidder shall furnish a faithful performance bond in the amount of 100
percent of the contract amount and a payment bond in the amount of 100 percent of
the contract amount. Each bond specified in this Notice (bid bond, faithful
performance bond and payment bond) shall meet the requirements of all applicable
statutes, including but not limited to those specified in Public Contract Code section
20129 and Civil Code section 3248.
Each bond specified in this Notice shall be issued by a surety company designated
as an admitted surety insurer in good standing with and authorized to transact
business in this state by the California Department of Insurance, and acceptable to
the County of Fresno. Bidders are cautioned that representations made by surety
companies will be verified with the California Department of Insurance. Additionally,
the County of Fresno, in its discretion, when determining the sufficiency of a
proposed surety company, may require the surety company to provide additional
information supported by documentation. The County generally requires such
information and documentation whenever the proposed surety company has either a
Best's Key Rating Guide of less than A and a financial size designation of less than
VIII. Provided, however, that the County expressly reserves its right to require all
information and documentation to which the County is legally entitled from any
proposed surety company.
Pursuant to Public Contract Code Section 22300, substitution of securities for any
moneys withheld by the County of Fresno to ensure performance under the contract
shall be permitted.
The Board of Supervisors reserves the right to reject any or all bids.
Board of Supervisors, County of Fresno
Paul Nerland, County Administrative Officer
Bernice E. Seidel, Clerk to the Board
Issue Date: October 1, 2024
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 - 1
INSTRUCTIONS TO BIDDERS
1.01 EXPLANATION TO BIDDERS
An explanation desired by bidders regarding the meaning or interpretation of the bid
documents must be requested in writing no later than 10 days prior to the bid opening.
Oral explanations given before the award of the contract will not be binding. Any
interpretation made will be in the form of an addendum to the bid documents, said
addendum will only be issued by the County's Director of Public Works and Planning
("Director"). Any addenda or supplemental information will be published on the Fresno
County website at https://www.fresnocountVca.gov/planholders and the planholders of
record will be notified.
1.02 EXAMINATION OF PLANS, SPECIFICATIONS, SPECIAL PROVISIONS AND SITE
OF WORK
The bidder is required to examine carefully the proposal, plans, specifications, special
provisions, and contract forms for submitting a proposal. It is mutually agreed that the
submission of a proposal shall be considered prima facie evidence that the bidder has made
such examination and is satisfied with the conditions to be encountered in performing the
work and as to the requirements of the plans, specifications, and special provisions of the
contract documents.
1.03 PROPOSAL GUARANTEE
The bidder shall furnish a proposal guarantee, consisting of a bid bond, cash, certified
check, or cashier's check, for ten percent (10%) of the total amount bid, including additives.
If security is provided in the form of a certified check or cashier's check, the County may
make such disposition of same as will accomplish the purpose for which submitted. Checks
deposited by unsuccessful bidders will be returned as soon as practicable after the bid
opening.
1.04 PREPARATION OF PROPOSALS
The bidder shall prepare a proposal on the blank proposal form furnished by the County.
The bidder's proposal shall be executed by the individual, by one or more partners of the
partnership, or by one or more of the officers of the corporation submitting it. If the proposal
is made by an individual, a name and post office address must be shown. If made by a
partnership, the name of each member of the partnership must be shown. If made by a
corporation, the proposal must show the name of the state under which the corporation was
chartered and the name of the president, vice president, secretary and treasurer.
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 - 2
1.05 SUBCONTRACTORS
Every person submitting a bid to perform the work called for in the bid request shall set forth
in this bid:
A. The name and the location of the place of business, and the California contractor's
license number, and the public works contractor registration number issued pursuant
to Section 1725.5 of the Labor Code, of each subcontractor who will perform work or
labor or render service to the general contractor in or about the construction of the
work or improvement in an amount in excess of one-half (1/2) of one percent (1%) of
the general contractor's total bid; and
B. The portion of the work which will be done by each subcontractor.
The attention of bidders is directed to the provisions of Public Contract Code Section 4100
et seq which set forth the consequences and possible penalties which may result from a
failure to comply strictly with the foregoing requirements for listing of subcontractors.
1.06 SUBMISSION OF PROPOSAL
A. Electronic Bid Submittal
The bidder has the option to submit the bid for this Project electronically. The
bidder must either attach an electronic bid bond or provide an original bid bond
(or other form of bid security authorized by Public Contract Code Section
20129(a)), prior to the bid opening.
Bidders submitting online may use one of the accepted electronic sureties
(Tinubu Surety or Surety 2000) to submit their bid bond; or may submit cash,
cashier's check, certified check, or a bidder bond to Design Services at 2220
Tulare St., Seventh Floor, Fresno, CA 93721. Those submitting bid bonds
directly to Design Services must submit their bid bond:
1. Under sealed cover
2. Marked as a bid-bond
3. Identifying the contract number and the bid opening date on the cover
If necessary, please e-mail DesignServices(a)fresnocountyca.gov or call
(559) 353-4919 or (559) 600-4543, so that arrangements may be made to
hand deliver your bid bond.
Each proposal shall be submitted in a sealed envelope labeled to clearly indicate
the contract and contents.
B. Bid Submittal by Personal Delivery or by Mail
The bidder has the option to submit the bid by personal delivery or by mail.
The bidder shall specify, on the blank Proposal form, a lump sum price in
both words and figures for each bid item, including alternates, additives and
supplemental items. If the bid is not submitted electronically, then all words
and figures shall be written on the Proposal form in ink. In the case of a
discrepancy between the prices written in words and those written in figures,
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 - 3
the written words shall govern. The bidder's proposal shall be signed in ink
by the individual executing the bid on behalf of the bidder.
The required Proposal Guarantee must accompany the proposal.
When sent by mail, a sealed proposal must be addressed to the Fresno
County Department of Public Works and Planning, Office of the Design
Engineer, Sixth Floor, Fresno County Plaza Building, 2220 Tulare Street,
Fresno, CA 93721. All proposals shall be filed prior to the time and at the
place specified in the NOTICE TO BIDDERS. Proposals received after the
time for opening of the proposals will be returned to the bidder unopened.
1.07 IRREGULAR PROPOSALS
Proposals that do not conform to bid requirements may be rejected as nonresponsive.
Proposals shall be considered irregular and may be rejected for various reasons, including
but not limited to the following:
A. The proposal forms furnished by the County are not used or are altered.
B. There are unauthorized additions, conditional or alternate proposals or irregularities
of any kind which tend to make the proposal incomplete or indefinite.
C. The bidder adds any provision reserving the right to accept or reject an award, or to
enter into a contract pursuant to an award.
D. The bid fails to contain a price for each bid component.
1.08 DISQUALIFICATION OF BIDDERS
Any one or more of the following may be considered to constitute sufficient cause for
disqualification of a bidder and rejection of that bidder's proposal:
A. More than one proposal for the same work from an individual, partnership or
corporation.
B. Evidence of collusion among bidders. Participants in such collusion will receive no
recognition as bidders for any future work of the County until such participant shall
have been reinstated as a qualified bidder.
C. Lack of competency or inadequate machinery, plant or other equipment as
considered necessary to perform this project, as may be revealed by financial
statement if required.
D. Unsatisfactory performance record as shown by past work for the County, judged
from the standpoint of workmanship and progress.
E. Prior commitments or obligations which in the judgment of the County might hinder
or prevent the prompt completion of the work.
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 -4
F. Failure to pay, or satisfactorily settle, all bills due for labor or materials which remain
pending under any former contract(s) at the time of submittal of the bid for this
project.
G. Failure to comply with any prequalification requirements of the County.
H. Failure to furnish full amount of Proposal Guarantee with bid or failure to sign bid
bond.
1.09 WITHDRAWAL OR REVISION OF PROPOSALS
A bidder may, without prejudice, withdraw a proposal after it has been deposited, provided
the request for such withdrawal is received in writing before the time set for opening
proposals. The request shall be executed by the bidder or the bidder's duly authorized
representative and shall include the name of the individual authorized to receive the
withdrawn proposal. Said individual shall be required to present photo identification prior to
withdrawing the proposal. The bidder may then submit a revised proposal provided it is
received prior to the time set for opening proposals.
1.10 PUBLIC OPENING OF PROPOSALS
Proposals will be opened and read publicly at the time and place indicated in the Notice to
Bidders. Bidders or their authorized agents are invited to be present.
1.11 BID PROTEST PROCEDURE / RELIEF OF BIDDER
A. BID PROTEST PROCEDURE
Any bid protest must be submitted in writing and delivered by the Bidder by either of
the following means: (1) via e-mail to DesignServices(a-)-fresnocountyca.gov; or (2)
via certified mail, return receipt requested to the following address: Design Division,
Department of Public Works and Planning, 2220 Tulare Street, Sixth Floor, Fresno,
CA 93721.
The bid protest must be received no later than 5:00 p.m. of the seventh (7th)
calendar day following the deadline for submittal of the specific bid document(s)
placed at issue by the protest. Any Bidder filing a protest is encouraged to submit
the bid protest via e-mail, because the deadline is based on the Department's receipt
of the bid protest. A bid protest accordingly may be rejected as untimely if it is not
received by the deadline, regardless of the date on which it was postmarked. The
Bidder's compliance with the following additional procedures also is mandatory:
The initial protest document shall contain a complete statement of the grounds for
the protest, including a detailed statement of the factual basis and any supporting
legal authority.
The protest shall identify and address the specific portion of the document(s) forming
the basis for the protest.
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 - 5
The protest shall include the name, address and telephone number of the person
representing the protesting party.
The Department will provide a copy of the initial protest document and any attached
documentation to all other Bidders or proposers who appear to have a reasonable
prospect of receiving an award depending upon the outcome of the protest.
The Board of Supervisors will issue a decision on the protest. If the Board of
Supervisors determines that a protest is frivolous, the party originating the protest
may be determined to be irresponsible and that party may be determined to be
ineligible for future contract awards.
The procedure and time limits set forth herein are mandatory and are the Bidder's
sole and exclusive remedy in the event of a bid protest. Failure by the Bidder to
comply with these procedures shall constitute a waiver of any right to further pursue
the bid protest, including the subsequent filing of a Government Code Claim or legal
proceedings.
B. RELIEF OF BIDDER
A bidder who claims a mistake in their bid must follow the procedures in Public
Contract Code Section 5100 et seq in seeking relief of their bid.
1.12 AWARD OF CONTRACT
The award of the contract, if it is awarded, will be to the lowest responsible bidder whose
proposal complies with all the prescribed requirements. The award, if made, will be within
54 days after the opening of proposals.
If the County finds that it will be unable to award the contract within 54 calendar days after
the opening of proposals, the Director may request any or all bidders to extend all terms of
their proposal(s) to a specified date. It is possible that additional extensions may
subsequently be requested. If a bidder does not elect to extend the terms of their proposal
beyond the 54 calendar days following opening of proposals, or does not respond within 10
days to any request for an extension, that bidder's proposal will be deemed as having
expired 54 calendar days following opening of the proposals, and that bidder's proposal will
not be considered for award of the contract.
The successful bidder will be notified in writing, by letter mailed to the address shown on
their proposal, that their bid has been accepted and that they have has been awarded the
contract.
The right is reserved by the County to reject any or all proposals, to waive technicalities
(such as immaterial bid irregularities), to advertise for new proposals, or to proceed to do
this work otherwise, if in the judgment of the awarding authorities the best interests of the
County will be promoted thereby.
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 - 6
1.13 CANCELLATION OF AWARD
The awarding authority reserves the right to cancel the award of any contract at any time
before the execution of said contract by all parties without any liability against the County.
1.14 CONTRACT BONDS
The bidder to whom the award is made shall, within ten days, enter into a written contract
with the County. The bidder shall forfeit the Proposal Guarantee in case the bidder does not
follow through with execution of the written contract within ten days after the contract is
awarded.
The successful bidder shall furnish a faithful performance bond in the amount of 100 percent
(100%) of the contract amount and a payment bond in the amount of 100 percent (100%) of
the contract amount, and one-year Warranty Bond in the amount of 10 percent (10%) of the
contract amount. Said bonds shall be submitted in triplicate.
The payment bond shall contain provisions such that if the Contractor or their
subcontractors shall fail to pay (a) amounts due under the Unemployment Insurance Code
with respect to work performed under the contract, or (b) any amounts required to be
deducted, withheld and paid over to the Employment Development Department and to the
Franchise Tax Board from the wages of the employees of the Contractor and subcontractors
pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work
and labor, then the surety will pay these amounts. In case suit is brought upon the payment
bond, the surety will pay a reasonable attorney's fee to be fixed by the court.
The contract form is attached hereto for the Contractor's information only. Execution of the
contract by the successful bidder will not be required until after the bid award is made.
Liability and Workers Compensation Insurance requirements shall be as set forth in the
Agreement.
1.15 BUILDERS RISK INSURANCE
The Contractor shall obtain and maintain in force Builder's Risk Insurance against loss or
damage from all perils. The policy shall cover the entire structure on which the work of this
contract is to be done, up to the full insurable value thereof(except that if the contract is for
remodeling, alteration, repair, or maintenance, then the policy shall cover the value of the
contract therefore), including items of labor and materials connected therewith on the site,
materials in place or to be used as part of the permanent construction including materials
stored and partially paid for by the County as provided in Division 00-General Conditions,
surplus materials, shanties, protective fences, bridges, or temporary structures,
miscellaneous materials and supplies incident to the work , and such scaffolding, stagings,
towers, forms and equipment as are not owned or rented by the Contractor, the cost of
which is included in the cost of the work. EXCLUDED: This insurance does not cover any
tools owned by mechanics, any tools, equipment, scaffolding, staging, towers, and forms
owned or rented by the Contractor, the capital value of which is not included in the cost of
the work, or any structures erected for the Contractor's administration of the project.
All subcontractors shall be insured to the extent of their portion of the work under the
Contractor. The Contractor shall request, and is responsible to confirm with its insurer, that
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT INSTRUCTIONS TO BIDDERS
AND FAQADE REPAIRS, FRESNO, CA SECTION 002113 - 7
the County and all subcontractors are named, both as additional insured and as additional
loss payees, on the Builder's Risk insurance policy. The County, Contractor, and all
subcontractors waive all rights, each against the others, for damages arising from perils
covered by the insurance required under the terms of this article, except such rights as they
may have to the proceeds of the Builder's Risk insurance obtained and maintained by the
Contractor. The Contractor shall file a certificate of such insurance with the County upon
issuance of the policy, and with any subcontractors upon its request.
1.16 POST-BID / PRE-AWARD INFORMATION
Within eight (8) calendar days after bid opening, the apparent low bidder shall submit the
following information to the DesignServicesp_fresnocountyca.gov:
a. A cost distribution of the bid, with costs shown for major items of work as defined by
either the project specification index, the Uniform Construction Index (UCI), or other
method as appropriate for the project and approved by the Engineer.
b. The cost distribution shall distinguish between work to be done by the bidder's own
forces and work that will be subcontracted (including those who are to furnish
materials or equipment fabricated to a special design); all subcontractors shall be
named, regardless of the dollar amount of subcontracted work. Bidders' attention is
also directed to California Public Contract Code Section 4100 et seq regarding
subcontracting.
The County reserves the right to reject any proposed subcontractor, installer, or supplier
who cannot show satisfactory evidence of meeting the qualifications required by the
specification documents. In the event of such rejection, the apparent low bidder shall, within
five working days, submit the name and qualifications of a replacement subcontractor,
installer, or supplier satisfactory to the County. Such replacement submittal shall be in
accordance with all specification requirements.
No adjustment of bid prices shall be made in the event of such replacement.
This information may be used in the evaluation of bids. If the project is awarded, the cost
distribution will be used in determining amounts payable on progress payments and final
payment.
The County may request that bidders other than the apparent low bidder submit similar cost
distribution or qualification information, for the purpose of evaluating bids.
Upon completion of the bid evaluation process, cost distributions or qualification information
submitted by other than the apparent low bidder will be returned upon request.
END OF SECTION
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT BIDDERS CHECKLIST
AND FAQADE REPAIRS, FRESNO, CA SECTION 002213 - 1
BIDDERS' CHECKLIST (BUILDING CONTRACTS)
Because of numerous technical irregularities resulting in rejected proposals for projects, the
following checklist is offered for the bidders' information and use in preparing the proposal.
This checklist is not to be considered as part of the contract documents. Bidders are
cautioned that deleting or not submitting a form supplied in the bid documents (even if the
form does not require signature) may result in an irregular bid.
PROPOSAL/BID SHEET (Section 004213)
Bidder name on each sheet. Price for each item including: each additive, deductive,
supplemental or alternate items. Make no additions such as "plus tax", "plus freight", or
conditions such as "less 2% if paid by 15th". Use ink or typewriter. Acknowledge addenda.
BID SECURITY FORM - Read the Notices and Notes (Section 004313)
Indicate type of bid security provided.
Provide contract license information.
State business name and if business is a:
Corporation - list officers
Partnership - list partners
Joint Venture - list members
If Joint Venture members are corporations or partnerships, list their officers or
partners.
Individual - list Owner's name and firm name style
Signature of Bidder—BID MUST BE SIGNED!
Corporation - by an officer
Partnership - by a partner
Joint Venture - by a member
Individual - by the Owner
If signature is by a Branch Manager, Estimator, Agent, etc., the bid must be
accompanied by a power of attorney authorizing the individual to sign bids, otherwise
the bid may be rejected.
Business Address - Firm's Street Address
Mailing Address - P.O. Box or Street Address
BID SECURITY (PROPOSAL GUARANTEE)
Ten percent (10%) of the total amount bid (to include supplemental or additive items).
Type of Bid Security:
Cash - Not recommended; cash is deposited in a clearing account and is returned to
bidders by County warrant. This process may take several weeks.
Cashier's or Certified Checks - Will be held until the bid is no longer under
consideration. If submitted by a potential awardee, they will be returned when the
contract bonds are submitted and approved.
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT BIDDERS CHECKLIST
AND FAQADE REPAIRS, FRESNO, CA SECTION 002213 - 2
Bid Bonds - Must be signed by the bidder and by the attorney-in-fact for the bonding
company. Signature of attorney-in-fact should be notarized and the bond should be
accompanied by bonding company's affidavit authorizing attorney-in-fact to execute
bonds. An unsigned bid bond will be cause for rejection. If the bid is submitted
electronically, then the bidder must either attach an electronic bid bond or provide an
original bid bond (or other form of bid security authorized by Public Contract Code
Section 20129(a)), prior to the bid opening, as more thoroughly specified in the
Instructions to Bidders, Section 1.04.A ("Electronic Bid Submittal").
SUBCONTRACTOR LIST (Section 004336)
One firm for each type of work to be subcontracted. Fill out as completely as possible.
Name and location of place of business, California contractor's license number, public works
contractor registration number issued pursuant to Section 1725.5 of the Labor Code, and
description of work to be performed are required to be listed for each subcontractor in
accordance with Public Contract Code section 4104.
NON-COLLUSION DECLARATION (Section 004519)
Must be completed, signed, and returned with bid.
TITLE 13 CARB CERTIFICATION (Section 004556)
Contractors, if applicable, must submit valid Certificates of Reported Compliance with their
bid. Subcontractor certificates will be due no later than 4:00 PM on the fifth (51") calendar
day after the bid opening if not submitted with the bid.
GUARANTY OF WORK (Section 006536)
Does not need to be submitted with the bid. (Must be signed and submitted by the
successful bidder together with the executed contract and requisite bonds and insurance
certificates, within ten days after award of the Project.)
OTHER
If the bid forms have been removed from the specifications booklet, staple the pages
together.
Make sure the bid envelope is sealed and shows the project name, bid package and
contract number.
If the bid is mailed, allow sufficient time for postal delivery prior to the bid closing time. Bids
received after the scheduled time will be returned unopened. Be sure the statement "DO
NOT OPEN UNTIL TIME OF BID OPENING" is on the envelope.
END OF SECTION
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT PROPOSAL FORM
AND FACADE REPAIRS, FRESNO, CA SECTION 004213 - 1
PROPOSAL TO THE COUNTY OF FRESNO
Contract: DBH OLIVE AVENUE ROOF REPLACEMENT AND FACADE REPAIRS
Contract No.: 24-S-08
Fund / Subclass / Org /Account/ Program or Memo No.: 0400 / 10072 / 8872 / 8150 /91940
Work to be performed: The work to be done, in general, consists of replacing the
existing roof and repairing the existing exterior brick wall facade and concrete tilt-up
panels of the Department of Behavioral Health building, covering approximately 115,000
square feet, located at 5555 E. Olive Avenue, Fresno, CA, 93727.
The work to be done is shown on a set of Plans, entitled: "Roof Replacement and
Fagade Repairs"
Building No.: 632
Project Address:
5555 E. Olive Avenue
Fresno, CA 93727
In case of a discrepancy between words and figures, the words shall prevail.
If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and
to give the two bonds in the sums to be determined as aforesaid, each issued by a surety
satisfactory to the Awarding Authority, within ten (10) days after the award of the contract, the
Awarding Authority, at its option, may determine that the bidder has abandoned the contract,
and thereupon this proposal and the acceptance thereof shall be null and void, and the
forfeiture of such security accompanying this proposal shall operate and the same shall be the
property of the County.
The undersigned, as bidder, declares that all addenda issued with respect to this bid have
been received and incorporated into this Proposal. The bidder's signature on this Proposal
also constitutes acknowledgement of all addenda.
The undersigned, as bidder, declares that the only persons, or parties interested in this
proposal as principals are those named herein; that this proposal is made without collusion
with any other person, firm or corporation; that the bidder has carefully examined the annexed
proposed form of contract, and the plans therein referred to; and the bidder proposes and
agrees if this proposal is accepted, that the bidder will contract with the County of Fresno to
provide all necessary machinery, tools, apparatus and other means of construction, and to do
all the work and furnish all the materials specified in the contract in the manner and time
therein prescribed, and according to the requirements of the County as therein set forth, and
that the bidder will take in full payment therefor the following lump sum price, to-wit:
CONTRACT # 24-S-08
General Info
Total:
$3,165,830.00
Number Description
24-S-08 DBH Olive Ave Roof Replacement and Fagade Repairs
Deadline The work to be done, in general, consists of replacing the existing roof and repairing the
10/31/2024 02:00 PM PDT existing exterior brick wall facade and concrete tilt-up panels of the Department of
Behavioral Health building, covering approximately 115,000 square feet, located at 5555
Vendor E. Olive Avenue, Fresno, CA, 93727.
Fortune-Ratliff General Allows zero unit prices and labor
Contractors, Inc.
Submitted No
10/31/2024 01:57 PM PDT Allows negative unit prices and labor
Signed by No
Adam Myles Account Holder
Adam Myles
Opened
10/31/2024 02:22 PM PDT By
jbnavarro@fresnocountyca.gov
Attachment List
County of Fresno - Project Website
RFC form, bid opening details, any Supplemental Information
including RFC responses, Pre-bid Conference information, etc.
Project Manual
Specifications
Plans
Drawings
Addendum 1 (http://www.fresnocountyca.gov/files/sharedassets/county/v/2/public-works-and-planning/design/construction-bidding-opportunities/
24-s-08-d bh-olive-ave-roof-replacement-and-facade-repairs/24-s-08-009115-addendum-01.pdf)
Addendum 1
Plans - Addendum 1 (http://www.fresnocountyca.gov/files/sharedassets/county/v/1/public-works-and-planning/design/construction-bidding-opportunities/
24-s-08-d bh-olive-ave-roof-replacement-and-facade-repairs/24-s-08-dbh-ol ive-plans-addendum-1.pdf)
Plans - Addendum 1
Proposal Section 004213 - 1-2
Page 1 of 15 11/01/2024
Proposal to the County of Fresno
Contract Name: DBH Olive Ave Roof Replacement and Fagade Repairs
Contract No.: 24-S-08
Fund / Subclass / Org / Account / Program or Memo No.: 0400 / 10072 / 8872 / 8150 / 91940
Work to be performed: The work to be done, in general, consists of replacing the existing roof and repairing the existing exterior
brick wall facade and concrete tilt-up panels of the Department of Behavioral Health building, covering approximately 115,000
square feet, located at 5555 E. Olive Avenue, Fresno, CA, 93727.
Building No.: 632
Project Address:
5555 E. Olive Ave.
Fresno, CA 93727
If this proposal shall be accepted and the undersigned shall fail to contract, as aforesaid, and to give the two bonds in the sums to
be determined as aforesaid, each issued by a surety satisfactory to the Awarding Authority, within ten (10) days after the award of
the contract, the Awarding Authority, at its option, may determine that the bidder has abandoned the contract, and thereupon this
proposal and the acceptance thereof shall be null and void, and the forfeiture of such security accompanying this proposal shall
operate and the same shall be the property of the County.
The undersigned, as bidder, declares that all addenda issued with respect to this bid have been received and incorporated into
this Proposal. The bidder's signature on this Proposal also constitutes acknowledgement of all addenda.
The undersigned, as bidder, declares that the only persons, or parties interested in this proposal as principals are those named
herein; that this proposal is made without collusion with any other person, firm or corporation; that the bidder has carefully
examined the annexed proposed form of contract, and the plans therein referred to; and the bidder proposes and agrees if this
proposal is accepted, that the bidder will contract with the County of Fresno to provide all necessary machinery, tools, apparatus
and other means of construction, and to do all the work and furnish all the materials specified in the contract in the manner and
time therein prescribed, and according to the requirements of the County as therein set forth, and that the bidder will take in full
payment therefor the following lump sum price, to-wit:
Proposal Section 004213 - 2 Bid
$3,165,830.00
Item No. Item Description Item Price Extension
1 Base Bid $3,165,830.00 $3,165,830.00
Total: $3,165,830.00
Proposal Section 004213 - 2 Acknowledgement of Addendum
Page 2 of 15 11/01/2024
Type N/A if no addenda were issued. Click "+" to add additional fields.
Addendum No. *
1
Dated
October 25, 2024
Bid Security Form Section 004313 - 1
Accompanying this proposal is security (check one only) in an amount equal to at least ten percent (10%) of the total amount of
the bid:
Bond Percentage
10.00%
Guarantee Method
Paper Bid Bond, Certified
Check, Cashier's Check,
Cash
Paper Bid Bond, Certified Check, Cashier's Check, Cash
Confirmation *
I have provided a Paper Bid Bond for 10.00% of the bid total amount, to the public works office, prior to the solicitation deadline.
If Cash Security, Enter Amount
You must either attach an electronic bid bond here or provide an original bid bond (or other form of bid
security authorized by Public Contract Code Section 20129(a)), prior to the bid opening.
Bid Security Form Section 0014313 - 1 (cont.)
Business Name *
Fortune-Ratliff General Contractors, Inc.
Page 3 of 15 11/01/2024
The names of all persons interested in the foregoing proposal as principals are as follows:
IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the
president, secretary, treasurer and manager thereof; if a co-partnership, state true name of firm.
Type of Business *
Corporation - list officers
List additional type of business information below.
Note: Business Owners and Officers Names below: If a bidder or other interested person is:
• a corporation, list names of the president, secretary, treasurer and manager thereof
• a partnership, list names of all individual co-partners composing firm.
• an individual, state first and last name in full
Business Owners and Officers Name
Adam Myles, Vice President
Allen Fortune, President / Founder
Allen Jones, Treasurer
Note: Names of Owners and Key Employees below: List majority owners of your firm. If multiple owners, list all. Also include
anyone, including key employees, who are actively promoting the contract. (SB1439)
Names of Owners and Key Employees
Adam Myles
Allen Fortune
Allen Jones
Licensed in accordance with an act providing for the registration of Contractors,
Class *
B, & C-8
Contractor License Number
496147
Page 4 of 15 11/01/2024
Expires *
8/31/2026
DIR Registration Number
1000005076
Signature of Bidder
Adam Myles, Vice President, Fortune-Ratliff General Contractors, Inc.
Dated *
10/28/24
NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above together with the signature of the
officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm
shall be set forth above together with the signature of the partner or partners authorized to sign contracts on behalf of the co-
partnership; and if bidder is an individual, bidder signature shall be placed above. If signature is by an agent, other than an officer
of a corporation or a member of a partnership, a Power of Attorney must be on file with the Owner prior to opening bids or
submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized.
Business Address *
352 West Bedford Suite 107, Fresno, CA 93711
Mailing Address
PO Box 26944 Fresno, CA. 93729
Business Phone
(559) 432-1306
Fax Number
(559) 432-2878
Email Address
adamm@fortuneratliff.com
Subcontractors List Section 004336 - 1
SUBCONTRACTORS
Page 5 of 15 11/01/2024
The following named subcontractor(s) will perform with labor, or otherwise render services to the general contractor in or about the
construction of the work or improvement in an amount in excess of one-half of one percent of the total bid presented herewith.
Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with the
License Board. Submission of subcontractor's name, location of business and description of work, California contractor's license
number and public works contractor registration number issued pursuant to Section 1725.5 of the Labor Code, all are REQUIRED,
by Section 4104 of the California Public Contract Code, to be submitted prior to bid opening. (The "location of business" must
specify the city in which the subcontractor's business is located, and the state if other than California.) All other requested
information shall be submitted, either with the bid or within 24 hours after bid opening.
Please fill out as completely as possible when submitting your bid. Use subcontractor's business name style as registered with the
License Board.
FAILURE TO LIST SUBCONTRACTORS AS DIRECTED MAY RENDER THE BID NON-RESPONSIVE, OR MAY RESULT IN
ASSESSMENT OF A PENALTY AGAINST THE BIDDER IN ACCORDANCE WITH SECTION 4110 OF THE CALIFORNIA
PUBLIC CONTRACT CODE.
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor:
Kroeker
Business Address
4627 S. Chestnut Ave. Fresno, CA 93725
Class
A, C 12, C21, C57, C61/D06,
C10, C61/D49
License No.
621866
DIR Registration No.
1000006246
Item No. or Description of Work
Demolition
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Page 6 of 15 11/01/2024
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 1
Subcontractor: *
Strausser Construction
Business Address *
2354 W. Warner Ave. Fresno, CA 93711
Class
B
License No.
838251
DIR Registration No.
1000017893
Item No. or Description of Work
Framing / Siding
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 2
Subcontractor:
Wm. B. Saleh Co.
Business Address
1364 N. Jackson Ave Fresno, CA 93703
Class
C33
License No.
468616
Page 7 of 15 11/01/2024
DIR Registration No.
1000003170
Item No. or Description of Work
Painting / Joint Sealant
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 3
Subcontractor: *
McCurley & Day Masonry
Business Address *
5740 E. Shields Ave. #104 Fresno, CA 93727
Class
B, C29, C50
License No.
620562
DIR Registration No.
1000012425
Item No. or Description of Work
Brick Replacement
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Page 8 of 15 11/01/2024
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 4
Subcontractor: *
Absolute Urethane
Business Address
6614 S. Elm Ave. 93706
Class
C33, C39
License No.
1088088
DIR Registration No.
1000874786
Item No. or Description of Work
Roofing
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields. 5
Subcontractor: *
Engineered Controls Inc. dba ECI
Business Address *
1500 Tollhouse Rd. #103 Clovis, CA 93611
Class
B, C20, C36, C43, C61/D64,
C61/D62
License No.
714317
Page 9 of 15 11/01/2024
DIR Registration No.
1000004409
Item No. or Description of Work
Mechanical Curbs
Dollar Amount: OR Percentage of Total Bid:
Email Address:
Subcontractors List Section 004336 - 2
Optional: Vendor is not required to complete.
SUBCONTRACTORS
Subcontractor: To add more subcontractor listings, click the "+" to add additional fields.
Subcontractor: *
Business Address
Class
License No.
DIR Registration No.
Item No. or Description of Work
Dollar Amount: OR Percentage of Total Bid:
Page 10 of 15 11/01/2024
Email Address:
Noncollusion Declaration Section 004519 - 1
TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID*
The undersigned declares:
I am the (Choose one of the following options):
Owner
If Corporate Officer please list Title:
Vice President
of (Business Name):
Fortune-Ratliff General Contractors, Inc.
the party making the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other
bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or refrain from bidding. The bidder has not in any manner, directly or indirectly, sought
by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The
bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any
member or agent thereof, and has not paid, and will not pay, any person or entity for that purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability
company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does
execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this
declaration is executed on 2024,
Date: *
10/28/24
at City, State:
Fresno, California
Page 11 of 15 11/01/2024
Signature: *
Adam Myles, Vice President
(See Title 23 United States Code Section 112; Calif Public Contract Code Section 7106)
*NOTE: Completing, signing, and returning the Non-Collusion Declaration is a required part of the Proposal. Bidders are cautioned
that making a false certification may subject the certifier to criminal prosecution.
Title 13 CARB Certification Section 004556 - 1
In conformance with Title 13 § 2449(i), bidders will be required to attach copies of valid Certificates of Reported Compliance for
the fleet selected for the contract and their listed subcontractors.
Before May 15th of each year, the prime contractor must collect a new valid Certificate of Reported Compliance for the current
compliance year, as defined in section 2449(n), from all fleets that have an ongoing contract with the prime contractor as of March
1 of that year. Prime contractors must not write contracts to evade this requirement. Annual renewals must be provided to the
Resident Engineer at least one week prior to the expiration date of the current certificate.
https://ww2.arb.ca.gov/resou rces/fact-sheets/fact-sheet-contracting-requirements
Choose all that apply:
Bidder's Certificate of Reported Compliance has been attached to the bid.
✓ Bidder does not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4).
✓ Listed subcontractors' certificates have been attached or will be submitted within five (5) calendar days of the
bid opening.
The following subcontractors do not have a fleet subject to this regulation as outlined in Section 2449(i)(1)-(4):
Page 12 of 15 11/01/2024
FAILURE TO PROVIDE THE CERTIFICATES OF REPORTED COMPLIANCE AS DIRECTED MAY RENDER THE BID NOW
RESPONSIVE.
Guaranty Section 006536 - 1
Optional: Vendor is not required to complete.
CONTRACT NO: 24-S-08
This guaranty shall be executed by the successful bidder in accordance with Section 2.32 of the General Conditions. The bidder
may execute the guaranty on this page at the time of submitting the bid or may, in the alternative, submit it with the insurance
certificates and bonds within ten (10) days after award.
GUARANTY
To the Owner: County of Fresno
The undersigned guarantees the construction and installation of the following work included in this project:
ALL WORK
Should any of the materials or equipment prove defective or should the work as a whole prove defective, due to faulty
workmanship, material furnished or methods of installation, or should the work or any part thereof fail to operate properly as
originally intended and in accordance with each individual Work Order Detailed Scope of Work and specifications, due to any of
the above causes, all within 365 calendar days after the date on which the Work under this contract is accepted by the Owner, the
undersigned agrees to reimburse the Owner, upon demand, for its expenses incurred in restoring said work to the condition
contemplated in said project, including the cost of any such equipment or materials replaced and the cost of removing and
replacing any other work necessary to make such replacement or repairs, or, upon demand by the Owner, to replace any such
material and to repair said work completely without cost to the Owner so that said work will function successfully as originally
contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself or to have such replacements or
Page 13 of 15 11/01/2024
repairs done by the undersigned. In the event the Owner elects to have said work performed by the undersigned, the undersigned
agrees that the repairs shall be made and such materials as are necessary shall be furnished and installed within a reasonable
time after the receipt of demand from the Owner. If the undersigned shall fail or refuse to comply with his or her obligations under
this guaranty, the Owner shall be entitled to all costs and expenses reasonably incurred by reason of said failure or refusal.
Date:
No bid
Name (Printed):
No bid
Signature:
No bid
Title:
No bid
Contractor:
No bid
Required Documents
Name Omission Terms Submitted
File
I am not
CARB Certification of Reported Compliance - enclosing this
Bidder document
Valid CARB Certification of Reported Compliance Does not have a fleet subject to this regulation. because the
- Bidder omission terms
have been
met.
I am not
CARB Certification(s) of Reported Compliance - enclosing this
Subcontractors Due by 4pm on the 5th calendar day after bid document
Valid CARB Certification(s) of Reported opening or no listed subcontractors have a fleet because the
Compliance - Subcontractors subject to this regulation. omission terms
have been
met.
2 Required Documents
Additional Documents (use if needed)
Page 14 of 15 11/01/2024
Name Omission Terms Submitted
File
Not Required - Extra Space if needed Fortune Bid
Not Required - Extra Space if needed Not Required - Extra Space if needed Bond-DBH
Olive AVe..pdf
I am not
enclosing this
Not Required - Extra Space if needed document
Not Required - Extra Space if needed Not Required - Extra Space if needed because the
omission terms
have been
met.
I am not
enclosing this
Not Required - Extra Space if needed document
Not Required - Extra Space if needed Not Required - Extra Space if needed because the
omission terms
have been
met.
3 Required Documents
Page 15 of 15 11/01/2024
DBH OLIVE AVE ROOF REPLACEMENT AGREEMENT
AND FAQADE REPAIRS, FRESNO, CA SECTION 005213 - 1
AGREEMENT
THIS AGREEMENT is made at Fresno, in Fresno County, California, by and between Fortune-
Ratliff General Contractor, Inc., hereinafter "Contractor", and the County of Fresno, hereinafter
"Owner".
WITNESSETH, the Contractor and the Owner, for the consideration hereinafter named, agree as
follows:
ARTICLE I. The Contractor agrees to furnish all labor, equipment and materials, including tools,
implements, and appliances required, and to perform all the work in a good and workmanlike
manner, free from any and all liens and claims of mechanics, materialmen, subcontractors,
artisans, machinists, teamsters, and laborers required for:
DBH OLIVE AVE ROOF REPLACEMENT AND FACIADE REPAIRS
Contract No. 24-S-08
Located at 5555 E. Olive Avenue, Fresno, California, all in strict compliance with the plans,
drawings, and specifications therefore prepared by the Director of the Fresno County Department
of Public Works and Planning and his authorized representatives, hereinafter called the Project
Manager, and other contract documents relating thereto.
ARTICLE II. The Contractor and the Owner agree that the Advertisement (Notice to Bidders), the
Wage Scale, the Proposal hereto attached, the Instructions to Bidders, the General Conditions of
the contract, the Technical Specifications, the Drawings, and the Addenda and Bulletins thereto,
the Contract Bonds and Certificates of Liability and Workers Compensation Insurance, and the
Contract Change Orders, together with this Agreement form the Contract Documents, and they are
as fully a part of the contract as if hereto attached or herein repeated. The Specifications and
Drawings are intended to cooperate so that any work exhibited in the drawings and not mentioned
in the specifications, or vice versa, is to be executed the same as if both are mentioned in the
specifications and set forth in the drawings, to the true intent and meaning of the said drawings
and specifications when taken together. Provided, however, that no part of said specifications that
is in conflict with any portion of this Agreement, or that is not actually descriptive of the work to be
done thereunder, or of the manner in which the said work is to be executed, shall be considered
as any part of this Agreement, but shall be utterly null and void, and anything that is expressly
stated, delineated or shown in or upon the specifications or Detailed Scope of Work shall govern
and be followed, notwithstanding anything to the contrary in any other source of information or
authority to which reference may be made.
ARTICLE III. The Contractor agrees that the work under the contract shall be completed as
determined by the Owner within ONE HUNDRED THIRTY-SEVEN (137) CALENDAR DAYS
from the date shown in the Notice to Proceed. Time of performance shall be deemed as of the
essence hereof and it is agreed that actual damages to the Owner from any delay in completion
beyond the date provided for herein, or any extension thereof until the work is completed or
accepted, shall be all provable damages plus liquidated damages in the amount of ONE
THOUSAND 00/100 DOLLARS ($1,000.00) per day; that said liquidated damage was arrived
at by a studied estimate of loss to the Owner in the event of a delay considering the following
damage items which are extremely difficult or impossible to determine: Additional construction
expense resulting from delay of completion including, but not limited to, engineering, inspection,
rental and utilities; provided, however, the Owner may conditionally accept the work and occupy
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT AGREEMENT
AND FAQADE REPAIRS, FRESNO, CA SECTION 005213 - 2
and use the same if there has been such a degree of completion as shall in its opinion render
the same safe, fit and convenient for the use for which it is intended and in such cases the
Contractor and Surety shall not be charged for liquidated damages for any period subsequent
to such conditional acceptance and occupation by the Owner but Owner may assess actual
damages caused by failure of total completion during such period. The time during which the
Contractor is delayed in said work by the acts or neglects of the Owner or its employees or those
under it by contract or otherwise, or by the acts of God which the Contractor could not have
reasonably foreseen and provided for, or by storms and inclement weather which delays the
work, or by any strikes, boycotts, or like obstructive action by employee or labor organizations,
or by any general lockouts or other defensive action by employers, whether general, or by
organizations of employers, shall be added to the time for completion as aforesaid.
ARTICLE IV. COMPENSATION: The Owner agrees to make payments on account thereof as
provided in the General Conditions in the total amount of THREE MILLION ONE HUNDRED
SIXTY-FIVE THOUSAND EIGHT HUNDRED THIRTY AND 00/100 DOLLARS ($3,165,830.00)
in current funds for the performance of the contract which sum is computed as follows: TOTAL
BID LUMP SUM.
ARTICLE V. The Contractor and the Owner agree that changes in this Agreement or in the work
to be done under this Agreement shall become effective only when written in the form of a
supplemental agreement or change order and approved and signed by the Owner and the
Contractor. It is specifically agreed that the Owner shall have the right to request any alterations,
deviations, reductions, or additions to the contract, plans, and/or specifications and the amount
of the cost thereof shall be added to or deducted from the amount of the contract price aforesaid
by fair and reasonable valuations thereof.
This contract shall be deemed completed when the work is finished in accordance with all
Contract Documents as amended by such changes. No such change or modification shall
release or exonerate any surety upon any guaranty or bond given in connection with this
contract.
ARTICLE VI. In the event of a dispute between the Owner or Project Manager and the
Contractor as to an interpretation of any of the specifications or as to the quality of sufficiency of
material or workmanship, the decision of the Project Manager shall for the time being prevail
and the Contractor, without delaying the job, shall proceed as directed by the Project Manager
without prejudice to a final determination by negotiation, arbitration by mutual consent or
litigation and should the Contractor be finally determined to be either wholly or partially correct,
the Owner shall reimburse him for any added costs he may have incurred by reason of work
done or material supplied beyond the terms of the contract as a result of complying with the
Project Manager's directions as aforesaid. In the event the Contractor shall neglect to prosecute
the work properly or fail to perform any provisions of this contract, the Owner, after three days'
written notice to the Contractor, may, without prejudice to any other remedy it may have, make
good such deficiencies and may deduct the cost thereof from the payment then or thereafter due
to the Contractor, subject to final settlement between the parties as in this paragraph
hereinabove provided.
ARTICLE VII. TERMINATION: If the Contractor should be adjudged a bankrupt, or if he should
make a general assignment for the benefit of his creditors, or if a receiver should be appointed
on account of his insolvency, or if he or any of his subcontractors should persistently violate any
of the provisions of the contract, or if he should persistently or repeatedly refuse or should fail,
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT AGREEMENT
AND FAQADE REPAIRS, FRESNO, CA SECTION 005213 - 3
except in cases for which extension of time is provided, to supply enough properly skilled
workmen or proper material, or if he should fail to make prompt payment to subcontractors or
for material or labor or persistently disregard laws, ordinances or the instructions of the Project
Manager, then the Owner may, upon the certificate of the Project Manager, when sufficient
cause exists to justify such action, serve written notice upon the Contractor and his surety of its
intention to terminate the contract, such notice to contain the reasons for such intention to
terminate the contract, and unless within five (5) days after the serving of such notice, such
violations shall cease and satisfactory arrangements for correction thereof be made, the contract
shall, upon the expiration of said five days, cease and terminate.
In the event of any such termination, the Owner shall immediately serve written notice thereof
upon the surety and the Contractor, and the surety shall have the right to take over and perform
the contract, provided, however, that if the surety within ten (10) days after the serving upon it
of notice of termination does not give the Owner written notice of its intention to take over and
perform the contract or does not commence performance thereof within the ten (10) days stated
above from the date of the serving of such notice, the Owner may take over the work and
prosecute the same to completion by contract or by any other method it may deem advisable for
the account and at the expense of the Contractor, and the Contractor and his surety shall be
liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the
Owner may without liability for so doing, take possession of and utilize in completing the work,
such materials, appliances, plant and other property belonging to the Contractor as may be on
the site or the work and necessary therefore. In such case, the Contractor shall not be entitled
to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expense of finishing the work,
including compensation for additional managerial and administrative services, such excess shall
be paid to the Contractor. If such expense shall exceed such unpaid balance, the Contractor
shall pay the difference to the Owner. The expense incurred by the Owner as herein provided,
and damage incurred through the Contractor's default, shall be certified by the Project Manager.
ARTICLE VIII. The Contractor and his subcontractors shall comply with Sections 1770 — 1780
of the California Labor Code and the provisions of Sections 2.52 and 2.55 of the General
Conditions concerning the payment of wages to all workers and mechanics, and the employment
and payment of apprentices by the Contractor or any subcontractor for all work performed under
this Agreement.
ARTICLE IX. The Contractor and his subcontractors shall comply with Sections 1810 to 1815
of the California Labor Code and the provisions of Section 2.51 of the General Conditions,
concerning hours of work and payment of overtime compensation for all work performed under
this Agreement.
The Board of Supervisors hereby specifies that portions of the work can only be performed
outside the regular working hours as defined in the applicable collective bargaining agreement
filed with the Director of Industrial Relations in accordance with Labor Code Section 1773.1, and
that the overtime requirements for Saturdays, and holidays are hereby waived for these portions
of the work, as more particularly described in the specifications. However, this exemption shall
not negate the overtime provisions specified in Labor Code Section 1815.
ARTICLE X. INDEMNIFICATION: To the fullest extent permitted by law, Contractor agrees to
and shall indemnify, save, hold harmless and at County's request, defend County and its officers,
agents and employees, and the Project Manager and their respective officers, agents and
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT AGREEMENT
AND FAQADE REPAIRS, FRESNO, CA SECTION 005213 -4
employees, from any and all costs and expenses, attorney fees and court costs, damages,
liabilities, claims and losses occurring or resulting to County, or the Project Manager in
connection with the performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement, and from any and all costs and expenses, attorney fees and
court costs, damages, liabilities, claims and losses occurring or resulting to any person, firm or
corporation who may be injured or damaged by the performance, or failure to perform, of
Contractor, its officers, agents or employees under this Agreement. In addition, Contractor
agrees to indemnify County for Federal, State of California and/or local audit exceptions resulting
from non-compliance herein on the part of Contractor.
In any and all claims against the County, the Project Manager, or any of their respective officers,
agents or employees, initiated by any employee of the Contractor, any Subcontractor, anyone
directly or indirectly employed by any of them or anyone for whose acts any of them may be
liable, the indemnification obligation set forth in the immediately preceding paragraph shall not
be limited in any way by any limitation on the amount or type of damages, compensation or
benefits payable by or for the Contractor or any Subcontractor under workmen's compensation
acts, disability benefit acts or other employee benefit acts.
ARTICLE XI. INSURANCE: Without limiting the Owner's right to obtain indemnification from
Contractor or any third parties, Contractor, at its sole expense, in accordance with the provisions
of Section 2.40 of the General Conditions, shall maintain in full force and effect the following
insurance policies throughout the term of this Agreement, excepting only those policies for which
a longer term is specified:
A. Course of Construction (Builder's All Risk) Insurance, with scope and amount of
coverage as specified in Section 2.40 E.1 of the General Conditions.
B. Commercial General Liability Insurance, with scope and amount of coverage as
specified in Section 2.40 E.2 of the General Conditions.
C. Automobile Liability Insurance, with scope and amount of coverage as specified in Section
2.40 E.2 of the General Conditions.
D. Professional Liability Insurance, with scope and amount of coverage as specified in Section
2.40 E.3 of the General Conditions.
E. Worker's Compensation Insurance, with scope and amount of coverage as specified in
Section 2.40 E. 4 of the General Conditions.
The Certificate of Insurance shall be issued in triplicate, to the County of Fresno, and all other
participating agencies, whether or not said agencies are named herein, who contribute to the
cost of the work or have jurisdiction over areas in which the work is to be performed and all
officers and employees of said agencies while acting within the course and scope of their duties
and responsibilities.
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT AGREEMENT
AND FAQADE REPAIRS, FRESNO, CA SECTION 005213 - 5
ARTICLE XII. MISCELLANEOUS PROVISIONS:
1. AUDITS AND INSPECTIONS: The Contractor shall at any time during business hours, and
as often as the Owner may deem necessary, make available to the Owner for examination all of
its records and data with respect to the matters covered by this Agreement. The Contractor shall,
upon request by the Owner, permit the Owner to audit and inspect all of such records and data
necessary to ensure Contractor's compliance with the terms of this Agreement. If this
Agreement exceeds ten thousand dollars ($10,000.00), Contractor shall be subject to the
examination and audit of the Auditor General for a period of three (3) years after final payment
under contract (Government Code Section 8546.7).
2. INDEPENDENT CONTRACTOR: In performance of the work, duties, and obligations
assumed by Contractor under this Agreement, it is mutually understood and agreed that
Contractor, including any and all of Contractor officers, agents and employees, will at all times
be acting and performing as an independent contractor, and shall act in an independent capacity
and not as an officer, agent, servant, employee,joint venture, partner, or associate of the Owner.
Contractor and Owner shall comply with all applicable provisions of law and the rules and
regulations, if any, of governmental authorities having jurisdiction over matters of the subject
thereof. Because of its status as an independent contractor, Contractor shall have absolutely no
right to employment rights and benefits available to Owner's employees. Contractor shall be
solely liable and responsible for providing to, or on behalf of, its employees all legally-required
employee benefits. In addition, Contractor shall be solely responsible and save Owner harmless
from all matters related to payment of Contractor's employees, including compliance with social
security, withholding, and all other regulations governing such matters. It is acknowledged that
during the term of this Agreement, Contractor may be providing services to others unrelated to
the Owner or to this Agreement.
3. DISCLOSURE OF SELF-DEALING TRANSACTIONS: This provision is only applicable if
the Contractor is operating as a corporation (a for-profit or non-profit corporation) or if during the
term of the agreement, the Contractor changes its status to operate as a corporation. Members
of the Contractor's Board of Directors shall disclose any self-dealing transactions that they are
a party to while Contractor is providing goods or performing services under this agreement. A
self-dealing transaction shall mean a transaction to which the Contractor is a party and in which
one or more of its directors has a material financial interest. Members of the Board of Directors
shall disclose any self-dealing transactions that they are a party to by completing and signing a
Self-Dealing Transaction Disclosure Form, attached hereto as Exhibit A and incorporated herein
by reference, and submitting it to the Owner prior to commencing with the self-dealing
transaction or immediately thereafter.
ARTICLE XIII. The Contractor represents that he has secured the payment of Workers
Compensation in compliance with the provisions of the Labor Code of the State of California and
Paragraphs B.3, C.3 and EA of Article 2.40 of the General Conditions, and will continue so to
comply with such statutory and contractual provisions for the duration and entirety of the
performance of the work contemplated herein.
CONTRACT# 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT AGREEMENT
AND FACADE REPAIRS, FRESNO, CA SECTION 005213 - 6
This Contract, 24-S-08,was awarded by the Board of Supervisors on December 17, 2024.
It has been reviewed by the Department of Public Works and Planning and is in proper
order for signature of the Chairman of the Board of Supervisors.
IN WITNESS WHEREOF, they have executed this Agreement this 15th day of
January 12024
Fortune-Ratliff General Contractors, Inc. COUNTY OF FRESNO
(CONTRACTOR) (OWNER)
77-0126150
,T payer Federal . No.)
l.-
i
B By:
Nathan Magsig, Chairman
Name: Adam Myles of the Board of Supervisors of the
County of Fresno
Title: Vice President
ATTEST:
Bernice E. Seidel
Clerk of the Board of Supervisors
County of Fresno, State of
California
By:
Deputy
FOR ACCOUNTING USE ONLY
VARIOUS ORGS.
0400/ 10072 /8872 /8150 /91940
END OF SECTION
CONTRACT#24-S-08
DBH OLIVE AVE ROOF REPLACEMENT SELF-DEALING TRANSACTION
AND FAQADE REPAIRS, FRESNO,CA DISCLOSURE FORM
EXHIBIT A- 1
SELF-DEALING TRANSACTION DISCLOSURE FORM
In order to conduct business with the County of Fresno (hereinafter referred to as
"County"), members of a corporation's board of directors of the Consultant, must
disclose any self-dealing transactions that they are a party to while providing goods,
performing services, or both for the County. A self-dealing transaction is defined
below:
"A self-dealing transaction means a transaction to which the corporation is a party and
in which one or more of its directors has a material financial interest."
The definition above will be utilized for purposes of completing this disclosure form.
INSTRUCTIONS
(1) Enter board member's name, job title (if applicable), and date this disclosure is
being made.
(2) Enter the board member's company/agency name and address.
(3) Describe in detail the nature of the self-dealing transaction that is being
disclosed to the County. At a minimum, include a description of the following:
a. The name of the agency/company with which the corporation has the
transaction; and
b. The nature of the material financial interest in the Corporation's
transaction that the board member has.
(4) Describe in detail why the self-dealing transaction is appropriate based on
applicable provisions of the Corporations Code.
(5) Form must be signed by the board member that is involved in the self-dealing
transaction described in Sections (3) and (4).
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT SELF-DEALING TRANSACTION
AND FAQADE REPAIRS, FRESNO,CA DISCLOSURE FORM
EXHIBIT A - 2
(1) Company Board Member Information:
Name: Date:
Job
Title:
(2) Company/Agency Name and Address:
(3) Disclosure (Please describe the nature of the self-dealing transaction you are a party
to):
(4) Explain why this self-dealing transaction is consistent with the requirements of
Corporations Code 5233 (a):
5 Authorized Signature
Signature: Date:
CONTRACT # 24-S-08
DBH OLIVE AVE ROOF REPLACEMENT GUARANTY
AND FAQADE REPAIRS, FRESNO, CA SECTION 006536 - 1
CONTRACT NO: 24-S-08
This guaranty shall be executed by the successful bidder in accordance with Section 2.32 of
the General Conditions. The bidder may execute the guaranty on this page at the time of
submitting the bid or may, in the alternative, submit it with the insurance certificates and bonds
within ten (10) days after award.
GUARANTY
To the Owner: County of Fresno
The undersigned guarantees the construction and installation of the following work included
in this project:
ALL WORK
Should any of the materials or equipment prove defective or should the work as a whole prove
defective, due to faulty workmanship, material furnished or methods of installation, or should
the work or any part thereof fail to operate properly as originally intended and in accordance
with the plans and specifications, due to any of the above causes, all within twelve (12)months
after the date on which this contract is accepted by the Owner, the undersigned agrees to
reimburse the Owner, upon demand, for its expenses incurred in restoring said work to the
condition contemplated in said project, including the cost of any such equipment or materials
replaced and the cost of removing and replacing any other work necessary to make such
replacement or repairs, or, upon demand by the Owner, to replace any such material and to
repair said work completely without cost to the Owner so that said work will function
successfully as originally contemplated.
The Owner shall have the unqualified option to make any needed replacement or repairs itself
or to have such replacements or repairs done by the undersigned. In the event the Owner
elects to have said work performed by the undersigned, the undersigned agrees that the
repairs shall be made and such materials as are necessary shall be furnished and installed
within a reasonable time after the receipt of demand from the Owner. If the undersigned shall
fail or refuse to comply with their obligations under this guaranty, the Owner shall be entitled
to all costs and expenses reasonably incurred by reason of said failure or refusal.
Name (Printed): Adam Myles
Signature: -
Title: Vice President
Date: 12/17/2024 Contractor: Fortune-Ratliff General Contractors, Inc.
END OF SECTION
CONTRACT# 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 1
GENERAL CONDITIONS
2.01 IDENTIFICATION OF CONTRACT
A. The Agreement shall be signed by the Contractor and the Owner.
B. The Contract Documents are defined in ARTICLE II of the Agreement.
C. The Contract Documents form the Contract for Construction ("Contract"). This
Contract represents the entire and integrated agreement between the parties
hereto and supersedes all prior negotiations, representations or agreements,
either written or oral. The Contract may be amended or modified only by a
Modification as defined above. The Contract Documents shall not be construed
to create any contractual relationship of any kind between the Architect of
record and the Contractor, but the Architect of record shall be entitled to
performance of the obligations of the Contractor intended for their benefit and
to enforcement thereof. Nothing contained in the Contract Documents shall
create any contractual relationship between the Owner and any Subcontractor
or Sub-subcontractor.
2.02 EXECUTION, CORRELATION, AND INTENT OF CONTRACT DOCUMENTS
A. The Contract Documents are complementary and anything called for by one
shall be supplied as if called for by all, providing it comes clearly within the
scope of the Contract.
B. The intent of the Contract Documents is to include all items necessary for the
proper execution and completion of the Work. Words and abbreviations that
have well-known technical or trade meanings are used in the Contract
Documents in accordance with such recognized meanings.
C. Execution of the Contract by the Contractor is a representation that the
Contractor has visited the site, become familiar with the local conditions under
which the Work is to be performed, and has correlated personal observations
with the requirements of the Contract Documents.
D. All work and material shall be the best of the respective kinds specified or
indicated. Should any workmanship or materials be required that are not
directly or indirectly called for in the Contract Documents, but which
nevertheless are necessary for proper fulfillment of the obvious intent thereof,
said workmanship or materials shall be the same for similar parts that are
detailed, indicated or specified, and the Contractor shall understand the same
to be implied and provide for it in his/her tender as if it were particularly
described or delineated.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 2
2.03 OWNERSHIP AND USE OF DOCUMENTS
All Contract Documents and copies thereof furnished shall remain the property of the
Owner. With the exception of one (1) contract set for each party to the Contract, such
documents are to be returned by Contractor or suitably accounted for to the Owner
upon request at the completion of the Work. Submission or distribution to meet official
regulatory requirements or for other purposes in connection with the Project is not to
be construed as publication in derogation of the Architect's common law copyright or
other reserved rights. The Owner's use of the documents will not increase the
Architect's design liability beyond the Project and the site for which the design was
originally intended.
2.04 DEFINITIONS
The following words, or variations thereof, as used in these documents have meanings
as defined:
A. The Work — The Work comprises the completed construction required of the
Contractor by the Contract Documents, and includes all labor, materials,
equipment and services necessary to produce such construction, and all
materials, other permits and equipment incorporated or to be incorporated in
such construction.
B. The Project—The collective improvements to be constructed by the Contractor
pursuant to the construction of the Sheriff Substation, Vehicle/Evidence
Storage building, parking, and associated site improvements for Fresno
County.
C. Owner — The County of Fresno, State of California, as represented by the
Fresno County Board of Supervisors and so named in the Agreement. The
term Owner additionally includes the Owner's authorized representative (also
known as the Project Manager) for this Project.
D. Architect of record — The Owner and his/her authorized representative, as
defined in Section 2.04C, or a duly California licensed Architect.
E. Contractor—When used in the General Conditions refers to person(s) or entity
(partnership or corporation) so named in Agreement and when used in the
body of the Specifications, refers to the Contractor for that specific work,
whether it be the General Contractor, Subcontractor, or other Contractor. The
term Contractor means the Contractor or the Contractor's authorized
representative.
F. Subcontractor— Person, persons, entity, co-partnership or corporation having
direct contract with Contractor to perform any of the Work at the site. The term
Subcontractor means a Subcontractor or a Subcontractor's authorized
representative. The term Subcontractor does not include any separate
contractor or any separate contractor's subcontractors.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 3
G. Sub-subcontractor — Person, persons, entity, co-partnership or corporation
having a direct or indirect contract with a Subcontractor to perform any of the
Work at the site (i.e. a second-tier, third-tier or lower-tier Subcontractor). The
term Sub-subcontractor means a Sub-subcontractor or an authorized
representative thereof.
H. Notice to Proceed — A written notice issued by the Owner directing the
Contractor to proceed with construction activities to complete the Project.
I. Technical Specifications — Contains the written requirements for materials,
equipment, systems, standards and workmanship for the Work, and
performance of related services.
J. Days —All days shall be measured in calendar days unless specifically noted
otherwise in these documents or referenced codes.
K. Year— One year shall be measured in terms of 365 calendar days.
2.05 SPECIFICATIONS AND DRAWINGS
A. Precedence —Anything mentioned in the Specifications and not shown on the
Drawings, or shown on the drawings and not mentioned in the specifications,
shall be of like effect as if shown or mentioned in both. Subject to Section 2.02,
in cases of discrepancy concerning dimension, quantity and location, the
Drawings shall take precedence over the Specifications. Explanatory notes on
the Drawings shall take precedence over conflicting drawn indications. Large
scale details shall take precedence over smaller scale details and figured
dimensions shall take precedence over scaled measurement. Where figures
are not shown, scale measurements shall be followed but shall in all cases be
verified by measuring actual conditions of Work already in place. In cases of
discrepancy concerning quality and application of materials and non-technical
requirements over materials, the specifications shall take precedence over
Drawings.
B. Division of Specifications — For convenience of reference and to facilitate the
letting of independent contracts, this specification may be separated into
certain sections; such separation shall not operate to oblige the Owner,
Architect or Professional Consultant to establish the limits of any contract
between the Contractor and Sub-Contractor each of whom shall depend upon
his/her own contract stipulations. The General Conditions apply with equal
force to all work, including extra work.
C. Governing Factors—Dimensions figured on drawings shall be followed in every
case in preference to scale of drawings.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -4
D. Discrepancies— Should the Contractor, at any time, discover a discrepancy in
a drawing or specification, or any variation between dimensions on drawings
and measurements at site, or any lacking of dimensions or other information,
he/she shall report at once to the Project Manager requesting clarification and
shall not proceed with the work affected thereby until such clarification has
been made. If the Contractor proceeds with work affected by such
discrepancies, without having received such clarification, he/she does so at
his/her own risk. Any adjustments involving such circumstances made by the
Contractor, prior to approval by the Project Manager, shall be at the
Contractor's risk and the settlement of any complications or disputes arising
therefrom shall be at the Contractor's sole expense and Contractor shall
indemnify, hold harmless and defend Owner, Owner's representatives, and
Project Manager from any liability or loss with respect to said adjustments.
E. Scope of Drawings — The drawings shall be held to determine the general
character of the Work as well as its details. Parts not detailed shall be
constructed in accordance with best standard practice for work of this class, so
as to afford the requisite strength and logically complete the parts they
compose. Where it is obvious that a drawing illustrates only a part of a given
work or of a number of items, the remainder shall be deemed repetitious and
so construed. The Contractor shall be responsible for all errors made in using
any drawings which have been superseded.
F. Shop Drawings, Product Data and Samples—
1. Shop Drawings are drawings, diagrams, schedules and other data
specially prepared for the Work by the Contractor or any Subcontractor,
manufacturer, supplier or distributor to illustrate some portion of the
Work. Product Data are illustrations, standard schedules, performance
charts, instructions, brochures, diagrams and other information
furnished by the Contractor to illustrate a material, product or system
for some portion of the Work. Samples are physical examples that
illustrate materials, equipment or workmanship, and establish
standards by which the work will be judged.
2. The Contractor shall prepare, review, approve and submit to the Project
Manager, with reasonable promptness and in such sequence as to
cause no delay in the Work or in the work of the Owner or any separate
contractor, all Shop Drawings, Product Data and Samples required by
the Contract Documents.
3. By preparing, approving and submitting Shop Drawings, Product Data
and Samples, the Contractor represents that the Contractor has
determined and verified all materials, field measurements and field
construction criteria related thereto, or will do so with reasonable
promptness, and has checked and coordinated the information
contained within such submittals with the requirements of the Work, the
Project, the Work Order and the Contract Documents.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 5
4. The Contractor shall not be relieved of responsibility for any deviation
from the requirements of the Contract Documents by the Architect's
review of Shop Drawings, Product Data or Samples, unless the
Contractor has specifically informed the Project Manager in writing of
such deviation at the time of submission and the Architect has reviewed
the specific deviation. The Contractor shall not be relieved from
responsibility for errors or omissions in the Shop Drawings, Product
Data or Samples by the Architect's review of them.
5. When professional certification of performance criteria of materials,
systems or equipment is required by the Contract Documents, the
Architect shall be entitled to rely upon the accuracy and completeness
of such calculations and certifications. The cost of such certifications
shall be borne by the Contractor. Owner may elect to have an
independent certification performed at its own expense. The Owner
shall have final approving authority for performance-based items.
6. The Contractor shall direct specific attention, in writing or on
resubmitted Shop drawings, Product Data, or Samples, to revisions
other than those requested by the Architect on previous submittals.
7. No portion of the Work requiring submission of a Shop Drawing,
Product Data or Sample shall be commenced until the submittal has
been reviewed by the Architect. All such portions of the Work shall be
in accordance with reviewed submittals.
8. Submission of Shop Drawings and Samples to the Project Manager is
required for only those items specifically mentioned in the Specification
Sections. If Contractor submits Shop Drawings for items other than the
above, the Project Manager will not be obligated to distribute or review
them. Contractor shall be responsible for the procuring of Shop
Drawings for his/her own use as he/she may require for the progress of
the Work.
9. The term "Shop Drawings" as used herein also includes but is not
limited to fabrication, erection, layout and setting drawings,
manufacturer's standard drawings, descriptive literature, catalogs,
brochures, performance and test data, wiring and control diagrams, all
other drawings and descriptive data pertaining to materials, equipment,
piping, duct and conduit systems, and methods of construction as may
be required to show that the materials, equipment or systems and the
positions and layout of each conform to the Contract requirements. As
used herein the term "manufactured" applies to standard units usually
mass-produced, and the term "fabricated" means items specifically
assembled or made out of selected materials to meet individual design
requirements. Shop Drawings shall establish the actual detail of all
manufactured or fabricated items; indicate proper relation to adjoining
work; amplify design details of mechanical and electrical equipment in
proper relation to physical spaces in the structure; and incorporate
minor changes of design or construction to suit actual conditions.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 6
10. Drawings: Following Contractor's review and approval, Contractor shall
submit to the Project Manager for approval four (4) minimum to six (6)
maximum prints and/or PDF submission of the same information via
email. (Required delivery methods and quantities of submittals will be
determined at the time of the Pre-Construction Meeting.) The Project
Manager will check the submittal to see if it is complete. If complete,
the Project Manager will forward the drawings to the Owner and the
Architect. The Architect and Owner will check the drawings and note
Architect and Owner comments and affix a stamp to the drawings
indicating the status of acceptance, and will return same to the Project
Manager, each retaining prints for his/her records. The Architect or
his/her consultants, as applicable, will review the Shop Drawings; mark
the prints with required revisions; stamp the prints and indicate "No
Exceptions Taken", "Make Corrections Noted", "Revise and Resubmit",
"Submit Specified Item", or "Rejected", and return the prints. The
Project Manager will return the prints to the Contractor. The Contractor
shall then print and distribute the appropriate number of copies to
his/her job personnel as required. If a drawing is stamped "Rejected"
or"Revise and Resubmit", the Contractor shall correct and resubmit as
outlined above. When stamped "Make Corrections Noted", or similar
instructions, the Contractor shall correct and resubmit for record only,
three (3) prints of each drawing. Also see Technical Specifications,
Division I, General Requirements.
11. Samples: Following Contractor's review and approval, Contractor shall
submit to the Architect, five (5) minimum samples of all materials in
quantities and sizes as specified herein as requested by the Architect.
Submittals shall be given to the Architect at a time determined by the
Contractor, which allows for any necessary resubmittal and which will
not cause any delay in the Work. Samples will be forwarded to the
Architect. If a sample is stamped "Rejected" or"Revise and Resubmit",
one sample so noted will be returned to the Contractor. The Contractor
shall correct and resubmit as outlined above. If a sample is stamped
"Make Corrections Noted", one sample so noted will be returned.
Corrected samples shall be resubmitted for approval as per the original
submittal. Also see Technical Specifications and General
Requirements.
12. Brochures: Following Contractor's review and approval, Contractor
shall submit to the Architect, five (5) copies of all manufacturer's
catalogs or brochures as required. Brochures will be forwarded to the
Architect for review. If a brochure is stamped "No Exception Taken",
two (2)copies will be returned to the Contractor. If stamped "Rejected",
one marked copy and two (2) unmarked copies will be returned.
Corrected copies shall be resubmitted for approval as per the original
submittal. Also see General Requirements.
13. Manufacturer's Instructions: Where any item or work is required by
Specifications to be furnished, installed or performed in accordance
with a specified product manufacturer's instructions, Contractor shall
procure and distribute the necessary copies of such instructions to all
concerned parties.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 7
G. Materials—All materials, unless otherwise specified, shall be new and of good
quality, proof of which shall be furnished by the Contractor; in case of doubt as
to kind or quality required, samples shall be submitted to the Architect through
the Project Manager who will specify the kind and use of the material
appropriate to the location and the function of the item in question. Contractor
shall furnish such item accordingly. Before final payment, all material rejected
by the Architect or Project Manager shall be promptly removed from the
premises by the Contractor, whether or not completely installed, and promptly
and properly replaced with correct materials, including any other work adjoining
if disturbed, in accordance with the contract and without expense to the Owner;
the Contractor also shall pay for work of other Contractors as is affected by
such removals and replacements.
2.06 THE ARCHITECT
A. The Owner may delegate all or a portion of its rights and responsibilities to a
California licensed Architect as deemed necessary.
B. The Architect advises the Project Manager in all aspects of the construction
phase of the Project. The Architect's functions include advice and assistance
to the Project Manager in the correct interpretation and application of the
Contract Documents. The Architect is not authorized independently to issue
Addenda, Clarifications, Field Orders, Work Authorizations, or Supplemental
Work Orders, or in any other way to bind the Owner in discussions with the
Contractor.
C. The Contractor shall deliver all correspondence relating to the proper
execution of the Work to the Project Manager. The Project Manager reserves
the right to consult with the Architect and Owner prior to responding to the
Contractor's correspondence.
D. When discussions between the Contractor and the Project Manager occur
either on the site or elsewhere, but the Architect is not present, the Project
Manager reserves the right to consult with the Architect and Owner prior to
issuing his/her final decision or instruction.
E. The Architect shall review or take other appropriate action upon the
Contractor's submittals such as Shop Drawings, Product Data and Samples,
but only for conformance with the design concept of the Work and the
information given in the Contract Documents. Such action shall generally be
taken within ten (10)working days, however under certain circumstances such
as very complex submittals or if large number of submittals are submitted at
one time it may take longer. In this case the Contractor will be notified and
given the opportunity to advise the Architect of priorities. The Architect's
review of a specific item shall not indicate review of an assembly of which the
item is a component.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 8
2.07 THE PROJECT MANAGER
A. The Project Manager is the authorized representative of the Owner in all
aspects of administering the construction contract on behalf of the Owner. All
communications from and to the Contractor will be channeled through the
Project Manager. However, the Project Manager does not have the authority
to bind the Owner in matters affecting adjustments to the time or cost of the
Project as defined in the Agreement for Construction.
B. The Project Manager will be the Owner's representative during the construction
and warranty periods, and until final payment to all contractors is due. The
Project Manager will advise and consult with the Owner. All instructions to the
Contractor shall be forwarded through the Project Manager. The Project
Manager will have authority to act on behalf of the Owner only to the extent
provided in the Contract Documents, unless otherwise modified by written
instrument.
C. The Project Manager will be on site during construction to monitor the progress
and quality of the Work and to determine in general if the Work is proceeding
in accordance with the Contract Documents. On the basis of on-site
observations and communication with the Contractor, the Project Manager will
keep the Owner informed of the progress of the Work, and will endeavor to
guard the Owner against defects and deficiencies in the Work of the
Contractor.
D. The Project Manager shall at all times have access to the Work wherever it is
in preparation and progress. The Contractor shall provide facilities for such
access so that the Project Manager may perform its functions under the
Contract Documents.
E. Based on the Project Manager's observations, and an evaluation of the
Contractor's Application for Payment, the Project Manager will determine the
amount owing to the Contractor and will issue to the Owner Certificates for
Payment incorporating such amount.
F. The Project Manager will be the initial interpreter of the requirements of the
Contract Documents and the initial judge of the performance hereunder by the
Contractor. The Owner will have final authority of all such matters.
G. The Project Manager will render interpretations necessary for the proper
execution or progress of the Work, with reasonable promptness and in
accordance with agreed upon time limits. Either party to the Contract may
make written request to the Project Manager for such interpretations.
H. Claims, disputes and other matters in question between the Contractor and the
Project Manager relating to the execution or progress of the Work or the
interpretation of the Contract Documents shall be referred to the Owner (or
his/her designee).
I. All interpretations and decisions of the Project Manager will be in writing or in
graphic form, and shall be both consistent with the intent of the Contract
Documents and reasonably inferable therefrom.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 9
J. The Project Manager will have the authority to reject, or recommend to the
Owner the rejection, of any work that does not conform to the Contract
Documents. Whenever, in the Project Manager's opinion, it is considered
necessary or advisable for the implementation of the intent of the Contract
Documents, the Project Manager will have authority to require special
inspection or testing of the Work whether or not such work be then fabricated,
installed or completed.
K. The Project Manager will receive from the Contractor and review all Shop
Drawings, Product Data and Samples, and forward same to Architect and
Owner for review.
L. Following consultation with the Owner, the Project Manager will take
appropriate action on changes, and will have authority to order minor changes
in the Work as provided herein.
M. The Project Manager will conduct inspections to determine the date of
Completion, and will receive and forward to the Owner for the Owner's review
written warranties and related documents required by the Contract Documents
and assembled by the Contractor. The Project Manager will issue a final
Project Certificate for Payment upon compliance with the requirements for
completion and final payment. The Project Manager will monitor the warranty
for a period of365 Calendar Days from and after the date of acceptance of the
Work, unless otherwise specified as a longer term.
N. The duties, responsibilities and limitations of authority of the Project Manager
as the Owner's representative during construction, as set forth in the Contract
Documents, will not be modified or extended without written consent of the
Owner, the Contractor and the Project Manager, which consent shall not be
unreasonably withheld. Failure of the Contractor to respond within ten (10)
business days to a written request shall constitute consent by the Contractor.
O. In case of the termination of the employment of the Project Manager, the
Owner may appoint a successor Project Manager, whose status and duties
under the Contract Documents shall be the same as those of the former Project
Manager.
2.08 OWNER
A. Information and Services Required of the Owner
1. Unless otherwise provided in the Contract Documents, the Owner shall
secure and pay for necessary approvals, easements, assessments and
charges required for the construction, use or occupancy of permanent
structures or for permanent changes in existing facilities.
2. Information or services under the Owner's control shall be furnished by
the Owner with reasonable promptness to avoid delay in the orderly
progress of the Work.
3. The Owner shall forward all instructions to the Contractor through the
Project Manager.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 10
B. Owner's Right to Stop the Work
If the Contractor fails to correct defective work as required by Section 2.42
herein or persistently fails to carry out the Work in accordance with the Contract
Documents, the Owner, by a written order signed personally or by an agent
specifically so empowered by the Owner in writing, may order the Contractor
to stop the Work, or any portion thereof, until the cause for such order has been
eliminated; however, this right of the Owner to stop the Work shall not give rise
to any duty on the part of the Owner to exercise this right for the benefit of any
contractor or any other person or entity, except to the extent required by
Section 2.12.C.
C. Owner's Right to Carry Out the Work
If the Contractor defaults or neglects to carry out the Work in accordance with
the Contract Documents, and fails after written notice from the Owner to correct
such default or neglect with diligence and promptness, the Owner may, after
an additional written notice and without prejudice to any other remedy the
Owner may have, make good such deficiencies. In such case an appropriate
Contract Change Order shall be issued deducting from the payments then or
thereafter due the Contractor the cost of correcting such deficiencies, including
compensation for the additional services of the Architect or other professionals
made necessary by such default, neglect or failure. Such action by the Owner
and the amount charged to the Contractor are both subject to the prior approval
of the Architect. If the payments then or thereafter due the Contractor are not
sufficient to cover such amount, the Contractor shall pay the difference to the
Owner, or Owner may require payment by the surety on the performance or
warranty bonds as appropriate. Such action shall, in no way, affect the status
of either party under contract, nor be held as a basis of any claim by the
Contractor for damages or extension of time.
2.09 CONTRACTOR RESPONSIBILITIES
A. Review of Contract Documents and Field Conditions
1. The Contractor shall carefully study and compare the Contract
Documents and shall at once report to the Project Manager any
discrepancy or inconsistency that may be discovered. The Contractor
shall not be liable to the Owner or the Project Manager for any damage
resulting from any such inconsistencies or discrepancies in the
Contract Documents unless the Contractor recognized such
inconsistencies or discrepancies and knowingly failed to report it to the
Project Manager. The Contractor shall perform no portion of the Work
at any time unless authorized by the Contract Documents or, where
required, approved Shop Drawings, Product Data or Samples for such
portion of the Work.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 11
2. Neither the Owner nor the Project Manager or Architect assume any
responsibility for an understanding or representation made by any of
their agents or representation prior to the execution of the Agreement
unless (1) such understanding or representations are expressly stated
in the Agreement, and (2) the Agreement expressly provides that
responsibility therefor is assumed by the Owner.
3. Failure by the Contractor to acquaint himself/herself with all available
information will not relieve him/her from responsibility for estimating
properly the difficulty or cost of successfully performing the Work.
4. The Contractor shall take field measurements and verify field conditions
and shall carefully compare such field measurements and conditions
and other information known to the Contractor with the Contract
Documents before commencing activities. Any inconsistencies or
discrepancies discovered by the Contractor shall be reported to the
Project Manager at once.
5. Before submitting any Request for Information (RFI), or other
contractor-initiated request for information, the Contractor shall
determine that the information requested is not clearly provided in the
Contract Documents. RFI's shall be submitted to the Project Manager
only from the Contractor, or Owner, and not from any subcontractor,
supplier or other vendor, and shall be on a form approved by the Project
Manager. The Contractor shall provide a revised and updated RFI
Priority Schedule on a weekly basis. The RFI Priority Schedule shall
rank RFI's in order of priority and include a brief statement of reason
for priority. Owner initiated RFI's will not be listed on the Contractor's
RFI Priority Schedule. The Owner will provide the Architect a separate
list of Owner initiated RFI's upon request of the Architect. The Architect
will endeavor to respect the order of priorities as requested by the
Contractor or Owner for the overall benefit of the Project. The RFI
process is for information and clarification only and may not be utilized
to obtain approval for changes in Work Order Price or time. Also see
Division 01 - General Requirements.
B. Supervision Procedures
1. The Contractor shall efficiently supervise and direct the Work, using
therein the Contractor's best skill and diligence for which he/she is
remunerated in the Contract Price. The Contractor shall carefully
inspect the site and study and compare the Contract Documents, as
ignorance of any phase of any of the features or conditions affecting
the Contract will not excuse him/her from carrying out its provisions to
its full intent.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 12
2. The Contractor shall employ a competent superintendent and
necessary assistants who shall be in attendance at the Project site
during the progress of the Work. The superintendent shall represent
the Contractor and all communications given to the superintendent
shall be as binding as if given to the Contractor. Important
communications shall be confirmed in writing. Other communications
shall be so confirmed upon written request in each case. The
Superintendent who begins the Project shall remain on the Project until
the Project is completed, as long as the Contractor employs that
person. The Superintendent shall not be replaced without the approval
of the Owner.
3. The Contractor shall be responsible to the Owner for the acts and
omissions of his/her employees, subcontractors and their agents and
employees, and other persons performing any of the Work under a
contract with the Contractor.
4. The Contractor shall at all times enforce strict discipline and good order
among his/her employees and shall not employ on the Work any unfit
person or anyone not skilled in the task assigned to him/her.
5. The Contractor shall not be relieved from his/her obligations to perform
the Work in accordance with the Contract Documents either by the
activities or duties of the Owner or the Architect in his/her administration
of the Contract, or by inspections, tests or approvals required or
performed by persons other than the Contractor.
6. Contractor shall alert and inform their employees that State law
requires that the identities of inmates/wards/patients/clients be kept
confidential. Revealing the identities of inmates/wards/patients/clients
is punishable by law.
C. Construction Procedures
1. Means and Methods — The Contractor shall be solely responsible for
and control of construction means, methods, techniques, sequences,
coordination and procedures for all the Work of this contract.
Additionally, the Contractor shall be responsible for safety precautions
and programs in connection with the Work.
2. Laws of County and State—The Contractor must comply with all laws,
rules, regulations, provisions and ordinances of the County in which the
Work is being done, and all State laws pertaining to the Work.
3. Safeguards — The Contractor shall provide, in conformity with all local
codes and ordinances and as may be required, such temporary walls,
fences, guard-rails, barricades, lights, danger signs, enclosures, etc.,
and shall maintain such safeguards until all work is completed.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 13
4. Housekeeping — Contractor shall keep the premises free of excess
accumulated debris. Clean up as required and as directed by the
Project Manager. At completion of work all debris shall be removed
from the site. Refer to General Requirements for additional
requirements.
5. Labor and Materials — Unless otherwise provided in the Contract
Documents, the Contractor shall provide and pay for all labor,
materials, equipment, tools, construction equipment and machinery,
water, heat, utilities, transportation, and other facilities and services
necessary for the proper execution and completion of the Work,
whether temporary or permanent and whether or not incorporated or to
be incorporated in the Work.
6. The Contractor shall deliver to the Project Manager, prior to final
acceptance of the Work as a whole, signed certificates from suppliers
of materials and manufactured items stating that such items conform to
the Contract Documents.
7. The Contractor, immediately upon receipt of the Notice to Proceed (or
where shop drawings, samples, etc., are required, immediately upon
receipt of review thereof), shall place orders for all materials, work
fabrication, and/or equipment to be employed by him/her in connection
with that portion of the contracted Work. The Contractor shall keep all
materials, work fabrications and/or equipment specified and shall
advise the Project Manager promptly, in writing, of all orders placed and
of such materials, work fabrications and/or equipment which may not
be available in a timely manner for the purposes of the Contract.
8. Any worker whose work is unsatisfactory to the Owner or the Architect,
or are considered by the Owner or Architect to be careless,
incompetent, unskilled or otherwise unfit, shall be dismissed from work
under the Contract upon written request to the Contractor from the
Owner or the Architect.
9. Temporary Facilities — Contractor may connect to existing water and
electricity available on the site, provided it is suitable to the Contractor's
requirements. Water and electricity used will be paid by the Owner.
Contractor shall bear all expenses for carrying the water or electricity
to the appropriate locations and to connect or tap into existing lines.
Toilet facilities may be available on a site to the workmen engaged in
the performance of this contract. It shall be the responsibility of the
Contractor to confirm with the Owner the availability of toilet facilities on
the site. The use of such facilities may be revoked in the event of
excess janitorial requirements.
10. Contractor shall not perform any fire hazardous operation adjacent to
combustible materials. Any fire hazardous operation shall have proper
fire extinguisher close by and the adjacent area shall be policed before
stopping work for the day. Contractor shall provide not less than one
OSHA/NFPA Class 6-ABC fire extinguisher for each 9,000 square feet
of Project area or fraction thereof.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 14
11. Contractor shall erect temporary dust separation partitions and floor
mats as necessary to confine dust and debris within area of work.
Contractor shall post signs, erect and maintain barriers and warning
devices for the protection of the general public and Owner personnel.
12. Trenching and Excavation — In accordance with Section 7104 of the
California Public Contract Code, the following provisions shall apply to
any contract involving digging of trenches or other excavations that
extend deeper than four (4) feet below the surface:
a. The Contractor shall promptly, and before the following
conditions are disturbed, notify the Owner, in writing, of any:
i. Material that the Contractor believes may be material
that is hazardous waste, as defined in Section 25117 of
the Health and Safety Code that is required to be
removed to a Class I, Class II, or Class III disposal site
in accordance with provisions of existing law.
ii. Subsurface or latent physical conditions at the Project
site differing from those indicated by information about
the site made available to bidders prior to the deadline
for submitting bids.
iii. Unknown physical conditions at the site of any unusual
nature, different materially from those ordinarily
encountered and generally recognized as inherent in
work of the character provided for in the contract.
b. The Owner shall promptly investigate the conditions, and if it
finds that the conditions do materially so differ, or do involve
hazardous waste, and cause a decrease or increase in the
Contractor's cost of, or the time required for, performance of any
part of the work, shall issue a Contract Change Order in
accordance with the provisions of Section 2.09 of the General
Conditions.
C. In the event that a dispute arises between the Owner and the
Contractor whether the conditions materially differ, or involve
hazardous waste, or cause a decrease or increase in the
Contractor's cost of, or time required for, performance of any
part of the work, the Contractor shall not be excused from any
scheduled completion date provided for by the contract, but
shall proceed with all work to be performed under the contract.
The Contractor shall retain any and all rights provided either by
contract or by law which pertain to the resolution of disputes and
protests between the contracting parties.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 15
2.10 SUBCONTRACTORS
A. Agreements — Agreements between the Contractor, Subcontractors, and
Subcontractors of lower tier shall be subject to the approval of the Owner, but
in no case does such approval relieve the Contractor of any conditions imposed
by the Contract Documents. The Contractor shall only use those
subcontractors that are required to be listed and included in his/her sealed bid
Subcontractor List, section 004336, unless any proposed substitution is first
approved by the Owner pursuant to statute. The Contractor shall not use any
subcontractor who is ineligible to perform work on a Public Works Project
pursuant to section 1777.1 or 1777.7 of the Labor Code. Notwithstanding any
other provision of the Contract Documents, subcontractors may be added,
deleted or substituted only in accordance with the provisions of Public Contract
Code Section 4100 et seq.
B. Relation with Subcontractor — By an appropriate agreement, written where
legally required for enforceability, the Contractor shall bind every
Subcontractor and require therein that every Subcontractor agrees to be bound
by the terms of the Contract Documents to carry out their provisions insofar as
applicable to their work; and the Contractor further agrees to pay to each
Subcontractor promptly upon issuance of Certificate of Payment, his/her or
their due portion. Said agreement shall preserve and protect the rights of the
Owner and the Architect under the Contract Documents with respect to the
work to be performed by the Subcontractor so that the subcontracting thereof
will not prejudice such rights, and shall allow to the Subcontractor, unless
specifically provided otherwise in the Contractor-Subcontractor Agreement,
the benefit of all rights, remedies and redress against the Contractor that the
Contractor, under the Contract Documents, has against the Owner. Where
appropriate, the Contractor shall require each Subcontractor to enter into
similar agreements with their Sub-subcontractors. The 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 by this Paragraph and identify to the Subcontractor any terms and
conditions of the proposed Subcontract which may be at variance with the
Contract Documents. Each Subcontractor shall similarly make copies of
Contract Documents available to their Sub-subcontractors. Nothing contained
herein shall be deemed to create an agency relationship between the Owner
and any Subcontractor or material supplier.
C. Owner's Relation — Neither the acceptance of the name of Subcontractor nor
the suggestion of such name nor any other act of the Owner or Architect nor
anything contained in any Contract Document is to be construed as creating
any contractual relation between the Owner (or Owner's authorized
representatives) and any Subcontractor of any tier nor as creating any
contractual relation between the Architect and any Subcontractor of any tier.
D. All Subcontractors employed by the Contractor shall be appropriately licensed
in conformity with the laws of the State of California.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 16
E. Jurisdictional disputes between Subcontractors or between Contractor and
Subcontractor shall not be mediated or decided by the Owner or the Architect.
The Contractor shall be responsible for the resolution of all such disputes
based upon his/her contractual relationship with his/her Subcontractors.
2.11 OWNER'S RIGHT TO PERFORM WORK AND TO AWARD SEPARATE
CONTRACTS
A. The Owner reserves the right to perform work related to the Project with the
Owner's own forces, and to award separate contracts in connection with other
portions of the Project or other work on the site under these or similar
Conditions of the Contract. If the Contractor claims that the Owner's action
results in delay, damage or additional cost attributable thereto, the Contractor
shall make such claim as provided elsewhere in the Contract Documents.
B. When separate contracts are awarded for different portions of the Project or
other work on the site, the term Contractor in the Contract Documents in each
case shall mean the Contractor who executes each separate Owner-
Contractor Agreement.
C. The Owner shall provide for coordination of the activities of the Owner's own
forces and of each separate contractor with the Work of the Contractor, who
shall cooperate with them. The Contractor shall participate with other separate
contractors and the Owner in reviewing their construction schedules when
directed to do so. The Contractor shall make any revisions to the construction
schedule deemed necessary after a joint review and mutual agreement. The
construction schedules shall then constitute the schedules to be used by the
Contractor, separate contractors, and the Owner, until subsequently revised.
D. Unless otherwise provided in the Contract Documents, when the Owner
performs construction or operations related to the Project with the Owner's own
forces, the Owner shall be deemed to be subject to the same obligations and
to have the same rights which apply to the Contractor under the Conditions of
the Contract.
2.12 MUTUAL RESPONSIBILITY
A. The Contractor shall afford the Owner and separate contractors reasonable
opportunity for introduction and storage of their materials and equipment and
performance of their activities and shall connect and coordinate the
Contractor's construction and operations with theirs as required by the Contract
Documents.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 17
B. When any part of the Contractor's Work depends upon proper execution or
results of the work of the Owner or any separate contractor, the Contractor
shall, prior to proceeding with the Work, promptly report to the Project Manager
any apparent discrepancies or defects in such other work that render it
unsuitable for such proper execution and results. Failure of the Contractor so
to report shall constitute an acceptance of the Owner's or separate contractor's
work as fit and proper to receive the Work, except as to defects which may
subsequently become apparent in such work by others.
C. If, following the reporting of any discrepancy or defect as required herein
above, the Contractor suffers damage due to disruption or delay caused by the
separate contractor, without fault by the Owner, the Contractor's remedy shall
be limited to seeking recovery from the separate contractor.
D. Any costs caused by defective or ill-timed work shall be borne by the Contractor
responsible therefor.
E. Should the Contractor cause damage to the work or property of the Owner, or
to other work or property on the site, the Contractor shall promptly remedy such
damage as provided herein.
F. Should the Contractor wrongfully delay or cause damage to the work or
property of any separate contractor, the Contractor shall, upon due notice,
promptly attempt to settle with such other contractor by agreement, or
otherwise to resolve the dispute. If such separate contractor sues the Owner
on account of any delay or damage alleged to have been caused by the
Contractor, the Owner shall notify the Contractor who shall defend such
proceedings, and if any judgment or award against the Owner (or Owner's
authorized representatives) arises therefrom, the Contractor shall pay or
satisfy such judgment or award in full and shall reimburse the Owner for all
costs which the Owner has incurred in connection with such matter.
2.13 OWNER'S RIGHT TO CLEAN UP
If a dispute arises between the Contractor and separate contractors as to their
responsibility for cleaning up as required in the Contract Documents, the Owner may
clean up and the contractor responsible shall pay Owner such portions of the cost as
the Project Manager shall determine to be just.
2.14 GOVERNING LAW
The Contract shall be governed by the law of the State of California.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 18
2.15 INSPECTION
A. All material and workmanship (if not otherwise designated by the Contract
Documents)shall be subject to inspection, examination, and test by the Owner
and Project Manager at any and all times during manufacture and/or
construction and at any and all places where such manufacture and/or
construction are carried on. The Owner and Project Manager shall have the
right to reject defective material and workmanship or require its correction.
B. The Contractor shall furnish promptly without additional charge, all reasonable
facilities, labor, and materials necessary for the safe and convenient inspection
and tests that may be required by the Owner and Project Manager.
C. Where the Contract Documents, instructions by the Owner, laws, ordinances,
or any public authority having jurisdiction requires work to be inspected, tested
or approved before work proceeds, such work shall not proceed, nor shall it be
concealed prior to inspection.
D. The Contractor shall give the Project Manager at least two (2) business days
advance notice of the readiness for any Contract compliance inspection by the
Inspector. The Contractor shall give notice as required by all other inspecting
and testing agencies of jurisdiction for Code and regular compliance
inspection. In all cases, the Contractor shall schedule inspections so as not to
delay the Work.
E. If the Project Manager determines that any work requires additional special
inspection beyond that identified in the specifications, the Project Manager will,
upon written authorization from the Owner, instruct the Contractor to order
such special inspection, testing or approval, and the Contractor shall give
notice as provided above. If such special inspection or testing reveals a failure
of the Work to comply with the requirements of the Contract Documents, the
Contractor shall bear all costs thereof, including compensation for the Project
Manager's additional services, testing or inspections made necessary by such
failure; otherwise the Owner shall bear such costs, and an appropriate Contract
Change Order shall be issued.
F. Should it be considered necessary or advisable by the Project Manager at any
time, either before acceptance of the entire Work, or after acceptance and
within the guaranty period, to make an examination of work already completed,
by removing or tearing out same, the Contractor shall on request promptly
furnish all necessary facilities, labor, and material. If such work is found to be
defective in any material respect, due to the fault of the Project Manager or
his/her Subcontractors, he/she shall defray all the expenses of such
examination and of satisfactory reconstruction. If, however, such work is found
to meet the requirements of the contract, any compensation deemed
appropriate shall be handled by issuance of a Contract Change Order to the
Contractor and he/she shall, in addition, if completion of the work has been
delayed thereby, be granted a suitable extension of time on account of the
additional work involved.
G. Required certificates of inspection, testing, or approval shall be secured by the
Contractor and the Contractor shall promptly deliver them to the Project
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 19
Manager for review and evaluation of compliance with the appropriate
specifications and standards.
H. When the work is completed, the Contractor shall notify the Project Manager
in writing that the work will be ready for final inspection and test on a definite
date, which shall be stated in such notice.
2.16 TAXES, PERMITS, FEES, AND INDEMNIFICATION FOR PATENT INFRINGEMENT
CLAIM
A. The Contractor shall pay for and include all Federal, State, and local taxes
direct or indirect for the work or portions thereof provided by the Contractor
which are legally enacted at the time the Notice to Proceed is issued, whether
or not yet enacted, and secure and pay all fees and charges for permits and
licenses, unless otherwise specified.
B. Royalty and license fees incidental to the use of any patented material, device,
or process shall be paid by the Contractor and in the event of a claim of alleged
infringement of patent copyright, or Trade Secret rights, the Contractor shall
indemnify, save the Owner (and Owner's authorized representatives) free and
harmless, and defend, at the Contractor's own expense, any and all suits that
may be brought in such connection.
C. Unless otherwise provided in the Contract Documents, the Owner shall secure
and pay for the building permit, permanent utility connection fees, and right-of-
way encroachment permit. The Contractor shall secure and pay for temporary
construction utilities, and all other permits and governmental fees, licenses,
and inspections necessary for the proper execution and completion of the
Work.
D. The Contractor shall give all notices and comply with all laws, ordinances,
rules, regulations, and lawful orders of any public authority bearing on the
performance of the Work.
E. It is not the responsibility of the Contractor to make certain that the Contract
Documents are in accordance with applicable laws, statutes, building codes
and regulations. If the Contractor observes that any of the Contract Documents
are at variance therewith in any respect, the Contractor shall promptly notify
the Project Manager in writing, and any necessary changes shall be
accomplished by appropriate Modification.
F. If the Contractor performs any work knowing it to be contrary to any laws,
ordinances, rules, and regulations, without notice to the Project Manager, the
Contractor shall assume full responsibility therefor and shall bear all costs
attributable thereto.
G. Any reference in the Contract Documents to codes, standard specifications, or
manufacturer's instructions, shall mean the latest printed edition of each in
effect at the Contract date.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 20
2.17 CONTRACTOR'S CONSTRUCTION SCHEDULE
A. Within thirty (30) calendar days after receipt of Notice to Proceed, the
Contractor shall submit a Construction Schedule in CPM (Critical Path Method)
form to the Project Manager for approval. The Construction Schedule shall be
sufficiently detailed to accurately depict all the work required by the Contract.
CPM Construction Schedule shall reflect shop drawings; submittals due and
return dates, fabrication and delivery times, cost loading, crew mix, and
equipment loading data. The Contractor shall thereafter adhere to the
Construction Schedule, as updated monthly, or as necessary in accordance
with the Contract Documents, including any scope changes or changes in the
work approved by the Owner during the course of construction.
"Slack" or "float" time on the CPM Construction Schedule is not intended, and
shall not be, for the sole benefit of either the Owner or Contractor.
B. Within fourteen (14) calendar days after the pre-construction conference, the
Contractor shall provide a Submittal and Procurement Schedule indicating time
periods for review of Shop Drawings, Data, Samples, and procurement of
material and equipment required for the Work. Contractor shall allow time for
submittal review in accordance with the General Requirements Section —
Construction Progress Documentation. All items that require review by the
Project Manager and/or are not readily available from stock and requiring more
than thirty-five (35) days lead-time shall be included in the Submittal and
Procurement Schedule. Items listed in the Submittal and Procurement
Schedule shall also be identified as activities on the CPM Construction
Schedule. Contractor shall identify items requiring coordination with work of
separate contractors. The working day to calendar date correlation shall be
based upon the Contractor's proposed work week with adequate allowance for
legal holidays, days lost due to abnormal weather, and any special
requirements of the Project.
C. The Construction Schedule shall be prepared and maintained by the
Contractor.
D. The Owner, Project Manager, Contractor, and other Contractor(s) shall jointly
review the progress of the work weekly. Should this review, in the opinion of
the Project Manager, indicate that the work is behind the schedule established
by currently reviewed Construction Schedule, the Contractor shall either (a)
provide a plan to the Project Manager indicating the steps the Contractor
intends to take in order to recover the time behind schedule and conform to the
reviewed Construction Schedule; or (b) submit a revised Construction
Schedule for completion of the work, remaining within the contract completion
time, to the Project Manager for review by the next weekly meeting. If the
Contractor's recovery or revised schedule requires work to occur during other
than normal working hours, the Contractor will be responsible for any resulting
costs incurred by the Owner, including but not limited to, the costs for
construction management, contract administration, inspection, testing, and
staffing.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 21
E. The Contractor shall deliver copies of his/her daily job logs to the Project
Manager and Owner on a weekly basis or as otherwise agreed to by Owner.
At a minimum, the Contractor's daily job log should include the sub-contractors
working onsite, number of workers and their trade classification, description of
work, visitors, temperature and weather conditions, accidents, delays, and any
other important information pertaining to the Project that day. The Contractor
will schedule and coordinate the Work of all sub-contractors on the Project.
The Contractor will keep the Sub-contractors informed of the Construction
Schedule to enable the Contractor to plan and perform the Work properly.
2.18 RECORDS, DOCUMENTS, AND SAMPLES AT THE SITE
A. The Contractor shall maintain all records of required Review Agencies, County,
or State inspections, and shall promptly notify the Project Manager of the
results of any inspection. Copies of all such records shall be provided to the
Owner.
B. The Contractor shall secure and maintain required certificates of inspection,
testing, or approval and shall promptly deliver them to the Project Manager.
C. The Contractor shall maintain at the Project site, on a daily basis, one (1)
record copy of all Drawings, Specifications, Addenda, Change Orders, and
other Modifications, in good order and marked currently to record all changes
made during construction, and reviewed Shop Drawings, Product Data, and
Samples. These shall be available to the Project Manager and the Owner and
reviewed weekly, and shall be delivered to the Project Manager for forwarding
to the Owner upon completion of the Project. The Contractor shall advise the
Project Manager on a current basis of all changes in the Work made during
construction. Payment may be withheld from Contractor for failure to maintain
current Record Documents.
2.19 USE OF SITE
A. The Contractor shall confine operations at the site to areas permitted by law,
ordinances, permits, and the Contract Documents, and shall not unreasonably
encumber the site with any materials or equipment.
B. The Contractor shall coordinate all of the Contractor's operations with, and
secure approval from, the Project Manager before using any portion of the site.
Also see Technical Specifications, Division 01, General Requirements.
2.20 CUTTING AND PATCHING OF WORK
A. The Contractor shall be responsible for all cutting, fitting, or patching that may
be required to complete the Work or to make its several parts fit together
properly.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 22
B. The Contractor shall not damage or endanger any portion of the Work or the
work of the Owner, or any separate contractors by cutting, patching or
otherwise altering any work, or by excavation. The Contractor shall not cut or
otherwise alter the work of the Owner or any separate contractor except with
the written consent of the Owner and of such separate contractor. The
Contractor shall not unreasonably withhold from the Owner or any separate
contractor consent to cutting or otherwise altering the Work.
C. The Contractor in all cases shall exercise extreme care in any cutting
operations, and perform such operations under adequate supervision by
competent mechanics skilled in the applicable trade. Openings shall be neatly
cut and shall be kept as small as possible to avoid unnecessary damage.
Careless and/or avoidable cutting damage, etc., will not be tolerated, and the
Contractor will be held responsible for such avoidable or willful damage.
D. All replacing, patching, and repairing of all materials and surfaces cut or
damaged in the execution of the Work shall be performed by experienced
mechanics of the several trades involved. All work of such nature shall be done
with the applicable materials, in such a manner that all surfaces so replaced,
repaired, or patched, will, upon completion of the Work, match the surrounding
similar surfaces.
2.21 CLEANING UP
A. The Contractor shall at all times keep the premises free from accumulation of
waste materials or rubbish caused by the Contractor's operations. At the
completion of the Work, the Contractor shall remove all the Contractor's waste
materials and rubbish from and about the Project as well as all the Contractor's
tools, construction equipment, machinery and surplus materials.
B. If the Contractor fails to clean up at the completion of the Work, the Owner may
do so, and the cost thereof shall be paid by the Contractor.
2.22 INDEMNIFICATION
A. To the fullest extent permitted by law, Contractor agrees to and shall indemnify,
save, hold harmless and at Owner's request, defend Owner and its officers,
agents and employees, and the Architect and Consultants and their respective
officers, agents and employees, from any and all costs and expenses, attorney
fees and court costs, damages, liabilities, claims and losses occurring or
resulting to Owner, the Architect or Consultants in connection with the
performance, or failure to perform, by Contractor, its officers, agents or
employees under this Agreement, and from any and all costs and expenses,
attorney fees and court costs, damages, liabilities, claims and losses occurring
or resulting to any person, firm or corporation who may be injured or damaged
by the performance, or failure to perform, of Contractor, its officers, agents or
employees under this Agreement. In addition, Contractor agrees to indemnify
Owner for Federal, State of California and/or local audit exceptions resulting
from non-compliance herein on the part of Contractor.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 23
B. In any and all claims against the Owner, the Architect or Consultants, or any of
their respective officers, agents or employees, initiated by any employee of the
Contractor, any Subcontractor, anyone directly or indirectly employed by any
of them or anyone for whose acts any of them may be liable, the
indemnification obligation set forth in the immediately preceding paragraph
shall not be limited in any way by any limitation on the amount or type of
damages, compensation or benefits payable by or for the Contractor or any
Subcontractor under workmen's compensation acts, disability benefit acts or
other employee benefit acts.
2.23 FAIR EMPLOYMENT PRACTICES CLAUSE
Nondiscrimination: In connection with the performance of Work under the contract,
the Contractor agrees (as prescribed in Chapter 6 of Division 3 of Title II of the
Government Code of the State of California, commencing at Section 12900 and by
Labor Code Section 1735) not to discriminate against any employee or applicant for
employment because of race, religious creed, color, national origin, ancestry,
physical disability, mental disability, medical condition, marital status, or sex. The
aforesaid provisions shall include, but not be limited to, the following: employment,
upgrading, demotion or transfer, recruitment or recruitment advertising, layoff or
termination, rates of pay or other forms of compensation, and selection for training,
including apprenticeship. The Contractor agrees to post hereafter in conspicuous
places, available for employees and applicants for employment, Notices to be
provided by the County, setting forth the provisions of this discrimination clause. The
Contractor further agrees to insert the foregoing provisions in all subcontracts
hereunder, except subcontracts for standard commercial supplies of raw materials.
2.24 PAYMENT
A. CONTRACT SUM
The Contract Sum is stated in the Owner-Contractor Agreement ("the
Agreement"), Section 005213, and, including authorized adjustments thereto,
is the total amount payable by the Owner to the Contractor for the
performance of the Work under the Contract Documents.
B. SCHEDULE OF VALUES
Before the first Application for Payment, and within eight (8) days of the bid
opening, the Contractor shall submit to Des ignServices(a-)-fresnocountyca.gov
a Schedule of Values allocated to the various portions of the Work, prepared
in such form and supported by such data to substantiate its accuracy as the
Project Manager may require. This schedule, unless objected to by the Project
Manager, shall be used only as a basis for the Contractor's Applications for
Payment.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 24
C. APPLICATIONS FOR PAYMENT
The Owner will make progress payments to the Contractor upon completion of
portions of the Work, as covered by the Contract Documents, in accordance
with established Owner procedures. Before submitting an Application for
Payment (Final or Partial), the Contractor shall reach an agreement with the
Project Manager(in consultation with the Architect) concerning the percentage
complete of the Work and the dollar value for which the Application for Payment
may be submitted.
1. On or about the twentieth (20th) day of the month in which the work
was performed, the Contractor shall submit to the Project Manager an
itemized Application for Payment, notarized if required, supported by
such data substantiating the Contractor's right to payment as the Owner
or the Project Manager may require, including appropriate updates to
the Construction Schedule, and reflecting retainage, if any, as provided
elsewhere in the Contract Documents. Payment is expressly
conditioned upon submission by the Contractor of conditional and
unconditional waivers and release of lien rights upon progress payment
as the Owner or the Architect may require. Waiver and Release forms
must be submitted on forms approved by the Owner. Copies of said
forms shall comply with Civil Code Section 8132 through 8138,
inclusive.
2. Unless otherwise provided in the Contract Documents, payments may
be made on account of materials or equipment not incorporated in the
Work but delivered and suitably stored at the site and, if approved in
advance by the Owner, payments may similarly be made for materials
or equipment suitably stored at some other location agreed upon in
writing. Payments for materials or equipment stored on or off the site
shall be conditioned upon submission by the Contractor of bills of sale
or such other procedures satisfactory to the Owner to establish the
Owner's title to such materials or equipment or otherwise protect the
Owner's interest, including applicable insurance and transportation to
the site for those materials and equipment stored off the site.
3. The Contractor warrants that title to all work, materials, and equipment
covered by an Application for Payment will pass to the Owner either by
incorporation in the construction or upon receipt of payment by the
Contractor, whichever occurs first, free and clear of all liens, stop
notices, claims, security interest or encumbrances, hereinafter referred
to as "liens"; and that no work, materials or equipment covered by an
Application for Payment will have been acquired by the Contractor, or
by any other person performing work at the site or furnishing materials
and equipment for the Project, subject to an agreement under which an
interest therein or an encumbrance thereon is retained by the seller or
otherwise imposed by the Contractor or such other person.
4. On or about the twentieth (20th) day of the month following the month
in which the work was performed, the Owner shall pay to the Contractor
ninety-five percent(95%)of the value of said work in place, as checked
and approved by the Project Manager. The balance of five percent
(5%) of the estimate shall be retained by the Owner until the time of
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 25
final acceptance of said work. In lieu of the five percent(5%) retainage,
the Contractor may substitute securities as provided herein below.
a. If the Owner does not pay the Contractor within thirty (30) days
after receipt of an undisputed and properly submitted payment
request for a progress payment, excluding that portion of the
final payment designated by the contract as retention earnings,
then the Owner shall pay interest to the Contractor as provided
by Public Contract Code Section 20104.50. Said interest
penalty is the sole recourse of Contractor and Contractor shall
have no right to stop the Work until payment of the amount
owing has been received, nor shall the contract completion time
be extended, nor shall the Contract Sum be increased in any
way, including by reason of any costs incurred by Contractor,
except to the extent of said interest payment.
b. Pursuant to Public Contract Code Section 7107, in the event of
a dispute between the Owner and Contractor, the Owner may
withhold from the final payment an amount not to exceed one
hundred and fifty percent (150%) of the disputed amount.
Except as so provided, the Owner shall release the retention
withheld within sixty(60)days after the date of completion of the
Work, as "completion" is defined in Public Contract Code
Section 7107. In the event that retention payments are not
made within the time periods required by Public Contract Code
Section 7107, the Owner may be subject to the interest
provisions of Public Contract Code Section 7107.
5. Security Substitutions and Escrow for Moneys Withheld to Insure
Contractor's Performance. Pursuant to Public Contract Code section
22300, the Contractor may deposit in an escrow, equivalent securities
for any moneys withheld to ensure performance and have said moneys
paid directly to Contractor, or, in the alternative, have the Owner deposit
such moneys directly into an escrow. Upon the closing of any such
escrow, Contractor shall pay to each Subcontractor, not later than
twenty (20) days after receipt of the closing payment, the respective
amount of interest earned, net of costs attributed to retention withheld
from each Subcontractor, on the amount of retention withheld to insure
the performance of the Contractor. Any escrow established pursuant
to this article shall be with a state or federally chartered bank, shall be
at the sole expense of the Contractor, and shall be established using
an escrow agreement in substantially the following form:
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 26
(Begin Escrow Agreement)
ESCROW AGREEMENT FOR SECURITY DEPOSITS IN LIEU OF RETENTION
This Escrow Agreement is made and entered into by and between the County of Fresno,
(hereinafter called "Owner"), ,
(hereinafter called "Contractor"); and
, a state or federally chartered bank
in California, (hereinafter called "Escrow Agent").
For the consideration hereinafter set forth, the Owner, Contractor, and Escrow Agent agree
as follows:
1. Pursuant to Section 22300 of the Public Contract Code of the State of California,
Contractor has the option to deposit securities with Escrow Agent as a substitute for
retention earnings required to be withheld by Owner pursuant to the Construction
Contract entered into between the Owner and Contractor for
in the amount
of$ and dated (hereinafter referred to
as the "Contract"). Alternatively, on written request of the Contractor, the Owner shall
make payments of the retention earnings directly to the Escrow Agent. When
Contractor deposits the securities as a substitute for Contract earnings, the Escrow
Agent shall notify the Owner within ten (10) days of the deposit. The market value of
the securities at the time of the substitution, as valued by the Owner, shall be at least
equal to the cumulative total cash amount then required to be withheld as retention
under the terms of the contract between Owner and Contractor. If the Owner
determines that the securities are not adequate, it will notify Contractor and Escrow
Agent, and Contractor shall deposit additional security as further determined by the
Owner. Securities shall be held in the name of the Owner and shall designate the
Contractor as the beneficial owner.
2. Securities eligible for investment under subdivision (c) of the above-referenced
Section 22300 shall include those listed in Section 16430 of the Government Code,
and shall also include bank or savings and loan certificates of deposit, interest-bearing
demand deposit accounts, and standby letters of credit. Deposit of any other type of
security may be permitted only by mutual agreement of the Contractor and the Owner,
evidenced by an amendment to this agreement executed by all of the parties hereto.
3. Upon the deposit of adequate securities, Owner shall make progress payments to the
Contractor for such funds which otherwise would be withheld from progress payments
pursuant to the Contract provisions.
4. When the Owner, at Contractor's written request, makes payment of retentions earned
directly to the Escrow Agent, the Escrow Agent shall hold them for the benefit of the
Contractor until such time as the escrow created under this contract is terminated. The
Contractor may direct the investment of the payments into securities. All terms and
conditions of this agreement and the rights and responsibilities of the parties shall be
equally applicable and binding when the Owner pays the Escrow Agent directly.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 27
5. Contractor shall be responsible for paying all fees for the expenses incurred by Escrow
Agent in administering the Escrow Account and all expenses of the Owner. The
Owner, Contractor, and Escrow Agent shall determine these expenses and payment
terms.
6. The interest earned on the securities, or the money market accounts held in escrow,
and all interest earned on that interest, shall be for the sole account of Contractor and
shall be subject to withdrawal by Contractor at any time and from time to time without
notice to the Owner.
7. Contractor shall have the right to withdraw all or any part of the principal in the Escrow
Account only by written notice to Escrow Agent accompanied by written authorization
from Owner to the Escrow Agent that Owner consents to the withdrawal of the amount
sought to be withdrawn by Contractor.
8. The Owner shall have the right to draw upon the securities or any amount paid directly
to Escrow Agent in the event of default by the Contractor. Upon seven (7)days written
notice to the Escrow Agent from the Owner of the default, the Escrow Agent shall
immediately convert the securities to cash and shall distribute the cash, including any
amounts paid directly to Escrow Agent, as instructed by the Owner. Escrow Agent
shall not be concerned with the validity of any notice of default given by Owner
pursuant to this paragraph, and shall promptly comply with Owner's instructions to pay
over said escrowed assets. Escrow Agent further agrees not to interplead the
escrowed assets in response to conflicting demands and hereby waives any present
or future right of interpleader.
9. Upon receipt of written notification from the Owner certifying that the Contract is final
and complete, and that the Contractor has complied with all requirements and
procedures applicable to the Contract, Escrow Agent shall release to Contractor all
securities and interest on deposit less escrow fees and charges of the Escrow
Account. The escrow shall be closed immediately upon disbursement of all moneys
and securities on deposit and payment of fees and charges.
10. Escrow Agent shall rely on the written notifications from the Owner and Contractor
pursuant to Sections (6), (7), (8), and (9) of this Agreement and the Owner and
Contractor shall hold Escrow Agent harmless from Escrow Agent's release and
disbursement of the securities and interest as set forth above.
11. The venue of any litigation concerning the rights and obligations of the parties to this
agreement shall be the County of Fresno and the parties hereto waive the removal
provisions of Code of Civil Procedure Section 394.
12. The names of the persons who are authorized to give written notice or to receive
written notice on behalf of the Owner and on behalf of Contractor in connection with
the foregoing, and exemplars of their respective signatures are as follows:
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 28
On Behalf of Owner: On behalf of Contractor:
Title — Business Manager Title
Name — Lemuel Asprec Name
Signature Signature
Address: 2220 Tulare St, 6t" Floor Address:
Fresno, CA 93721
On behalf of Escrow Agent.
Title
Name
Signature
Address
At the time the Escrow Account is opened, the Owner and Contractor shall deliver to the
Escrow Agent a fully executed counterpart of this Agreement
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers
on the date first set forth above.
Owner: Contractor:
Title — Steve White, Director Title
Department of Public Works Name
and Planning
Signature Signature
Address — 2220 Tulare St, 6t" Floor Address
Fresno, CA 93721
Escrow Agent:
Title
Name
Signature
Address
(End Escrow Agreement)
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 29
6. Itemized Breakdown: The Contractor shall submit a financial
breakdown of the work, itemized by crafts or sections as designated by
the Owner. The Contractor's payment shall be based upon the monthly
percentage of completion of these items.
7. Lien Waivers: The Owner may require the Contractor to submit, along
with the progress payment request, notarized lien waivers from each
Subcontractor, materials, or equipment supplier. Lien waivers shall
comply with Civil Code Section 8132, et seq., and the aggregate sum
thereof shall reflect all progress payments previously made.
D. CERTIFICATES FOR PAYMENT
1. The Project Manager shall, within seven (7)days after the receipt of the
Project Application for Payment, review the Project Application for
Payment and either issue a Project Certificate for Payment to the
Owner for such amounts as the Project Manager determines are
properly due, or notify the Contractor in writing of the reasons for
withholding a Certificate provided in Part F of this Section 2.24.
2. The issuance of a Project Certificate for Payment will constitute a
representation by the Project Manager to the Owner that, based on the
Project Manager's observations at the site as provided herein and the
data comprising the Project Application for Payment, the Work has
progressed to the point indicated and that, to the best of the Project
Manager's knowledge, information and belief,the quality and timeliness
of the Work is in accordance with the Contract Documents (subject to
an evaluation of the Work for conformance with the Contract
Documents upon Completion of the Work, to the results of any
subsequent tests required by or performed under the Contract
Documents, to minor deviations from the Contract Documents
correctable prior to completion, and to any specific qualifications stated
in the Certificate); and that based upon all currently available
information, the Contractor is entitled to payment in the amount
certified. However, by issuing a Project Certificate for Payment, the
Project Manager shall not thereby be deemed to represent that the
Project Manager has made exhaustive or continuous on-site
inspections to check the quality or quantity of the Work, has reviewed
the construction means, methods, techniques, sequences, or
procedures, or has made any examination to ascertain how or for what
purpose the Contractor has used the monies previously paid on
account of the Contract Sum.
E. PROGRESS PAYMENTS
1. After the Project Manager has issued a Project Certificate for Payment,
the Owner shall make payment in the manner and within the time
provided in the Contract Documents.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 30
2. The Contractor shall promptly pay each Subcontractor upon receipt of
payment from the Owner, out of the amount paid to the Contractor on
account of such Subcontractor's Work, the amount to which
Subcontractor is entitled, reflecting the percentage actually retained, if
any, from payments to the Contract on account of such Subcontractor's
Work. The Contractor shall, by an appropriate agreement with each
Subcontractor, require each Subcontractor to make payments to their
Sub-subcontractors in similar manner.
3. The Project Manager may on request of any Subcontractor, at the
Project Manager's discretion, furnish to that Subcontractor, if
practicable, information regarding the percentages of completion or the
amounts applied for by the Contractor and the action taken thereon by
the Project Manager on account of Work done by such Subcontractor.
4. Neither the Owner nor the Project Manager shall have any obligation to
pay or to see to the payment of any monies to any Subcontractor or
Material Suppliers except as may otherwise be required by law.
5. Neither certification of a progress payment, delivery of a progress
payment, nor partial or entire use or occupancy of the Project by the
Owner, shall constitute an acceptance of any Work not performed in
accordance with the Contract Documents.
F. PAYMENTS WITHHELD
1. The Project Manager may decline to certify payment and may withhold
the Certificate in whole or in part to the extent necessary to reasonably
protect the Owner, if, in the Project Manager's opinion, the Project
Manager is unable to make representations to the Owner as provided
herein above for Certificates for Payment. If the Project Manager is
unable to make representations to the Owner and certify payment in
the amount of the Project Application, the Project Manager will notify
the Contractor as provided herein. If the Contractor and the Project
Manager cannot agree on a revised amount, the Project Manager will
promptly issue a Project Certificate for Payment for the amount for
which the Project Manager is able to make such representations to the
Owner. The Project Manager may also decline to certify payment or,
because of subsequently discovered evidence or subsequent
observations, the Project Manager may nullify the whole or any part of
any Project Certificate for Payment previously issued to such extent as
may be necessary, in the Project Manager's opinion, to protect the
Owner from loss because of:
a. Defective Work not remedied;
b. Third party claims filed or reasonable evidence indicating
probable filing of such claims, including claims by separate
contractors;
C. Failure of the Contractor to make payments properly to
Subcontractors, or for labor, materials or equipment;
d. Architect's determination, based upon reasonable evidence,
that the Work cannot be completed for the unpaid balance of
the Contract Sum;
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 31
e. Damage to the Owner or another contractor;
f. Architect's determination, based upon reasonable evidence,
that the Work will not be accomplished in compliance with the
Work Order Completion Time;
g. Persistent failure to carry out the Work in accordance with the
Contract Documents;
h. Failure of the Contractor to submit Construction Schedules or
Submittal and Procurement Schedules as required;
i. Failure of the Contractor to maintain record drawings on a
current basis;
j. Failure of the Contractor to submit notarized lien waivers from
each Subcontractor, materials, or equipment supplier;
k. Failure of the Contractor to submit certified payroll reports;
I. Stop notice served upon the Owner.
2. A retention in the amount of one-thousand dollars ($1,000) will be
withheld from the Contractor's monthly progress payment for each and
every required document not submitted in a timely manner by the
Contractor or its subcontractors up to a maximum of ten-thousand
dollars ($10,000). For purposes of this Paragraph, the term "required
document" includes, but is not limited to, certified payrolls, labor
compliance documents, Disadvantaged Business Enterprise
documents, and any other information or documents required to be
submitted by the Contractor or any of its subcontractors under the terms
of this Agreement or pursuant to applicable federal, state, or local laws
or regulations. The retention provided for in this Paragraph shall be in
addition to any other deduction or retention allowed under this
Agreement, and shall be in addition to any other remedy or
consequence provided by law for untimely submission of any required
document. Such retention shall remain in effect only until such time as
the required documents have been submitted by the Contractor or its
subcontractor(s) and have been determined by the Owner to be both
complete and acceptable as to form.
3. When the grounds as noted above are removed, payment shall be
made for amounts withheld on the basis thereof.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 32
G. COMPLETION AND FINAL PAYMENT
1. Following the Contractor's completion of the Work, the Contractor shall
forward to the Project Manager a written notice that the Work is ready
for final inspection and acceptance, and shall also forward to the Project
Manager a final Application for Payment. Upon receipt, the Project
Manager will promptly make such inspection. When the Project
Manager finds the Work acceptable under the Contract documents and
the Contract fully performed, the Project Manager will issue a Project
Certificate for Payment which will certify the final payment due the
Contractor. This certification will constitute a representation that, to the
best of the Project Manager's knowledge, information and belief, and
on the basis of observations and inspections, the Work has been
completed in accordance with the Terms and Conditions of the Contract
Documents and that the entire balance found to be due the Contractor,
and noted in said Certificate, is due and payable. The Project
Manager's certification of said Project Certificate for Payment will
constitute a further representation that the conditions precedent to the
Contractor's being entitled to final payment as set forth herein below
have been fulfilled.
2. Neither the final payment nor the remaining retainage shall become due
until the Contractor submits to the Project Manager (1) an affidavit that
all payrolls, bills for materials and equipment, and other indebtedness
connected with the Work for which the Owner or the Owner's property
might in any way be responsible, have been paid or otherwise satisfied,
(2) consent of surety, if any, to final payment, and (3) other data
establishing payment or satisfaction of all such obligations, such as
receipts, releases and waivers of liens arising out of the Contract, to
the extent and in such form as may be designated by the Owner. If any
Subcontractor refuses to furnish a release or waiver required by the
Owner, the Contractor may furnish a bond satisfactory to the Owner to
indemnify the Owner against any such lien. The bond cannot be from
the original surety insurer for the Project or any affiliate of the original
surety. If any such lien remains unsatisfied after all payments are
made, the Contractor shall refund to the Owner all monies that the latter
may be compelled to pay in discharging such lien.
3. All provisions of this Agreement, including without limitation those
establishing obligations and procedures, shall remain in full force and
effect notwithstanding the making or acceptance of final payment, and
the making of final payment shall not constitute a waiver of any claims
by the Owner.
4. Upon completion and acceptance of all work whatsoever required, and
upon the release of all claims against the Owner as specified, the
Owner shall file a written Notice of Completion with the County
Recorder as to the entire amount of work performed.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 33
5. Final payment will be released within sixty (60) days after the date of
acceptance of the Work as reflected in the Notice of Completion filed
with the County Recorder's Office; provided, that Owner may withhold
from the final payment, in the event of a dispute between Owner and
Contractor, retentions in, and amount not exceeding, one hundred fifty
percent (150%) of the disputed amount. At the Contractor's option, the
Owner may release retention upon receipt of an unconditional lien
release for the full value of the Work and any of its Contract Change
Orders.
6. All manufacturers'warranties required by the Contract Documents shall
commence on the date of the Notice of Completion for the Work. It
shall be the Contractor's responsibility, through appropriate contractual
arrangements with all subcontractors, materialmen, and suppliers, to
ensure compliance with this requirement.
7. The acceptance by the Contractor of the final payment, after the date
of Notice of Completion of the Project, shall be and shall operate as a
release to the Owner of all claims and of all liability to the Contractor,
under the Contract Documents or otherwise, for all things done or
furnished in connection with this Work, excepting only the Contractor's
claims for interest upon final payment, if such final payment be
improperly delayed. No payments, however, final or otherwise, shall
operate to release the Contractor or his/her sureties from any
obligations under the Contract Documents, including but not limited to
the Performance and Payment Bonds.
2.25 CHANGES TO THE WORK
A. The Owner, without invalidating the Contract, may order changes in the Work
within the general scope of the Contract consisting of additions, deletion, or
other revisions. All such changes in the Work shall be authorized by a Contract
Change Order, and shall be performed under the applicable conditions of the
Contract Documents.
B. CONTRACT CHANGE ORDER: A Change Order issued to add or delete Work
from the Contract. Only an executed Contract Change Order will effectuate
change in either the Contract Sum and/or the contract time. A Change Order
is a written order to the Contractor dually signed to show both the approval of
the Architect and Authorization of the Owner, issued after execution of the
Contract. A Change Order signed by the Contractor indicates the Contractor's
agreement therewith, including any adjustment in the Contract Sum or the
contract time, and the full and final settlement of all costs (direct, indirect, and
overhead) related to the Work authorized by the Change Order.
C. All claims for additional compensation to the Contractor shall be presented in
writing before the expense is incurred, and will be adjusted as provided herein.
No work shall be allowed to lag pending such adjustment, but shall be promptly
executed as directed, even if a disputed claim arises. No claim will be
considered after the work in question has been done unless a Contract Change
Order has been issued or a timely written notice of claim has been made by
Contractor.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 34
D. Costs mean an itemized breakdown of all labor (by crafts), materials, sales
taxes, equipment rentals, etc., for each portion of the Work which comprises
the Change Order including any Subcontractor's itemized breakdown, plus not
more than twenty percent (20%) to cover all profits and administration.
1. Under no circumstance will the total sum of allowable mark up for
General Conditions, General Requirements, supervision, overhead
(excluding small tools) and profit, exceed a cumulative total of twenty
percent (20%), including markups for all parties involved in a change.
i. Work done by Contractor's own forces, not including bond and
insurance premiums, shall not exceed a cumulative total of
fifteen percent (15%);
ii. Work done by subcontractors, all tiers, including bond and
insurance premiums, if any, shall not exceed a cumulative total
of fifteen percent (15%);
iii. General Conditions, General Requirements, Supervision,
Overhead and Profit for Contractor on Subcontractor's work,
shall not exceed a cumulative total of five percent (5%).
2. The cost or credit to the Owner resulting from a change in the Work
shall be determined in one or more of the following ways:
i. By mutual acceptance of a lump sum properly itemized and
supported by sufficient substantiating data to permit evaluation;
ii. By unit prices state in the Contract Documents or subsequently
agreed upon;
iii. By cost to be determined in a manner agreed upon by the
parties and a mutually acceptable fixed or percentage fee; or
iv. By the method provided under Article 2.26.
E. The amount of credit to be allowed by the Contractor to the Owner, as
confirmed by the Project Manager, for any deletion or change that results in a
decrease in the Contract Sum will be the amount of the actual cost. When both
additions and credits covering related Work or substitutions are involved in any
one change, the allowance for overhead and profit shall be figured on the basis
of the net increase, if any, with respect to that change.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 35
2.26 CHANGES TO THE CONTRACT (EXTRA WORK AT FORCE ACCOUNT)
A. If none of the methods set forth in Section 2.25.D, is agreed upon, the
Contractor, provided that a written order signed by the Owner is received, shall
promptly proceed with the Work involved. The cost of such Work shall then be
determined by the Project Manager, on the basis of reasonable expenditures
or savings of those performing the Work attributable to the change, including,
in the case of an increase in the Contract Sum, not more than twenty percent
(20%)for all overhead and profit. In such case, and also under Section 2.25.D,
Paragraph 3, the Contractor shall keep and present, in such form as the Owner
or the Project Manager may prescribe, an itemized accounting of actual cost
together with appropriate supporting data for inclusion in a Contract Change
Order. Unless otherwise provided in the Contract Documents, cost shall be
limited to the following:
1. Labor Cost is the cost of labor for the workers (including working
foremen) used in the actual and direct performance of the extra work,
whether employed by the Contractor, or Subcontractors and
Specialized Forces of any tier. Labor Cost shall include:
a. Actual Wages paid to the works, plus employer payments to or
on behalf of the workers for health and welfare, pension,
vacation, and training. If required by the Project Manager,
certified payrolls shall be submitted with extra work reports as
verification of wages paid to the workers.
b. A Labor Surcharge of twenty percent (20%) (thirty five percent
(35%)for demolition work and roofing work)will be added to the
Actual Wages as defined above. The Labor Surcharge shall
constitute full compensation for all payments imposed by State
and Federal laws, including Workers Compensation Insurance,
Social Security, and Unemployment Insurance.
C. Subsistence and Travel Allowance if actually paid to the
workers. Labor Surcharge will not be added to Subsistence and
Travel Allowance.
2. Equipment Cost is the payment made for the equipment actually used
in the performance of the extra work.
a. Equipment valued at three hundred dollars ($300) or less shall
be considered as small tools, and no payment will be made
therefor.
b. Equipment costs will be paid in accordance with the rental rates
listed in the "Cal-Trans Equipment Rental Rates, County of
Fresno, Department of Public Works and Planning," in effect at
the time of bid, available from the Department, Suite 711,
Fresno County Plaza Building, 2220 Tulare Street, Fresno, CA
93721.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 36
C. In the event that any of the equipment to be used is not listed in
the above publication, the rental rate shall be agreed upon in
writing by the Contractor and CM before the extra work is
begun.
3. Materials Cost is the payment made for materials incorporated into the
Work.
a. Materials Cost shall include sales tax, freight, and delivery
charges, less any available discounts whether or not said
discounts are taken.
b. Materials Cost shall be based upon supplier's or manufacturer's
invoice. If invoices or other satisfactory evidence of cost are not
furnished within sixty (60) days of delivery or within fifteen (15)
days after acceptance of the Contract, whichever occurs first,
then the Project Manager shall determine the Materials Cost, in
his/her sole discretion, on the basis of available information and
on his/her considered experience.
4. Specialized Services are those services or items of extra work that, by
agreement of the Contractor and the Project Manager, cannot be
performed by forces of the Contractor of his/her Subcontractors, and
may be performed by a specialist.
a. Specialized Services may be paid for by invoice if the
established practice of the specialized force industry does not
provide complete itemization of Labor, Equipment, and
Materials Costs.
5. Markup for Profit, Home Office and Field Office Overhead, Bond
Premium, insurance, taxes, and supervision will be added to the total
of Labor Cost, Equipment Cost, Materials Cost, and Specialized
Services.
a. Markup will be added only once on any Extra Work at Force
Account, regardless of the number of contractors and
subcontractors involved.
b. It is recognized that individual contractors and subcontractors
have different overhead costs, profit requirements, and bond
premium rates. The amount to be added to Extra Work for
markup shall include compensation for profit, overhead and
bond premium without distinguishing among these items.
C. The markup to be added for Extra Work at Force Account on
this Project shall be fifteen percent (15%) plus 1-1/2% for
Performance and Payment Bonds for Contractor only.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 37
6. Records shall be maintained by the Contractor and Subcontractors in
such a manner as to provide a clear distinction between the costs of
Extra Work paid for on a forced account basis and the costs of other
operations. From these records, the Contractor shall furnish the
Project Manager a completed extra work report for each day's extra
work to be paid for on a force account basis. Extra work reports shall
itemize the materials used, equipment rental charges, and specialized
services costs, and shall provide names or identifications and
classifications of workmen, the hourly rate of pay, and hours worked.
Extra work reports shall be compiled and submitted to the Project
Manager daily for verification and signature. Extra work reports shall
be signed by the Contractor or his/her authorized representative.
7. If the Contractor disputes the Architect's cost determination, the
Contractor may initiate a claim in compliance with the Claims and
Disputes Resolution provisions of these General Conditions.
2.27 SITE CONDITIONS
A. Where investigations have been conducted by the Owner of existing conditions
on a site, including subsurface conditions, such investigations are made for the
purpose of design only and for the information of bidders. The results of such
investigations represent only the statement by the Owner as to the
circumstance and character of materials actually encountered by the Owner
during the investigations. The Owner makes no guarantee or warranty,
express or implied, that the conditions indicated are representative of
conditions existing throughout the site of a Project or any part of it, or that
unanticipated conditions might not occur.
B. All excavation work shall be performed on an "unclassified basis"; that is, such
work shall include the removal of all material encountered including earth or
rock formations, regardless of the type or hardness thereof, or groundwater
conditions in the excavation, the cost of such excavations being included in the
Contract Sum. Unclassified excavation Work includes drilling or blasting
operations.
C. If site conditions are discovered that materially differ from previous information
that the Contractor has received, and that could not have been discovered by
the Contractor through prudent and reasonable investigation prior to
developing the Contract Sum for the Work, the Contractor shall be
compensated for additional costs incurred in working with the unknown site
conditions, but only to the extent that such previously unknown and
undiscoverable site conditions cause the Contractor to incur costs in addition
to the Contract Sum for that portion of the Work. The Contractor must be able
to demonstrate clearly the original Contract Sum for that portion of the Work
(plus any Contract Change Orders applicable to that portion of the Work) and
the additional costs incurred as a direct result of the unknown site conditions.
Only additional costs over and above the amount of the Contract Sum for that
portion of the Work will be compensated upon a recommendation of approval
by the Project Manager.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 38
2.28 REQUEST FOR EQUITABLE ADJUSTMENT
A. If the Contractor considers a Request for Equitable Adjustment is justified for
any increase in the contract time, the Contractor shall promptly, upon first
observance of the condition giving rise to the request, provide the Project
Manager and Owner written notice of such condition and circumstance. This
notice shall be given by the Contractor before proceeding to execute the Work,
except in emergency endangering life or property, in which case the Contractor
shall proceed in accordance with the Emergency provisions of these General
Conditions. No such request shall be valid unless so made.A Contract Change
Order shall be required to authorize any change in the contract time resulting
from such request for equitable adjustment.
B. If the Contractor requests that additional cost or time is involved because of,
but not limited to, (1) any written interpretation pursuant to Section 2.07.G, (2)
any order by the Owner to stop the Work pursuant to Section 2.08 where the
Contractor was not at fault, or any such order by the Project Manager as the
Owner's agent, (3) any written order for a minor change in the Work issued
pursuant to Section 2.29, the Contractor shall make such request for equitable
adjustment as provided in Section 2.28.A.
2.29 MINOR CHANGES IN THE WORK
The Project Manager will have authority to order minor changes in the Work not
involving an adjustment in the Contract Sum or extension of the contract time and not
inconsistent with the intent of the Contract Documents. Such changes shall be
enacted by written order issued through the Project Manager, and shall be binding on
the Owner and the Contractor. The Contractor shall carry out such written orders
promptly.
2.30 SUCCESSORS AND ASSIGNS
The Owner and the Contractor, respectively, bind themselves, their partners,
successors, assigns, and legal representatives to the other party hereto and to the
partners, successors, assigns, and legal representatives of such other party with
respect to all covenants, agreements, and obligations contained in the Contract
Documents. Neither party to the Contract shall assign the Contract or sublet it as a
whole without the written consent of the other.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 39
2.31 ASSIGNMENT OF MONEYS
The Contractor shall not assign moneys due or to become due him/her under the
contract without the written consent of the Auditor-Controller of Fresno County. Any
assignment of moneys shall be subject to all proper set-offs in favor of the County of
Fresno and to all deductions provided for in the contract and particularly all money
withheld, whether assigned or not, shall be subject to being used by the County of
Fresno for the completion of the work in the event that the Contractor should be in
default therein.
2.32 GUARANTEE OF WORK
A. The Contractor warrants to the Owner that all materials and equipment and the
Work as a whole furnished under this Contract will be new unless otherwise
specified, and that all Work will be of good quality, free from faults and defects,
and in conformance with the Contract Documents, for a period of 365 Calendar
Days from the date of acceptance of the Work as specified in the Notice of
Completion, unless a longer period is otherwise specified. All manufacturer's
warranties required by the Contract Documents shall commence on the date
of the filing of the Notice of Completion for the Work (which date necessarily
will follow the performance under separate contracts). It shall be the
Contractor's responsibility, through appropriate contractual arrangements with
all subcontractors, materialmen, and suppliers, to ensure compliance with this
requirement. All Work not conforming to these requirements, including
substitutions not properly reviewed and authorized, may be considered
defective. If required by the Project Manager, the Contractor shall furnish
satisfactory evidence as to the kind and quality of materials and equipment.
B. If repairs or changes are required in connection with guaranteed work within
any guaranteed period, which, in the opinion of the Project Manager is
rendered necessary as the result of the use of materials, equipment, or
workmanship which are inferior, defective, or not in accordance with the
Contract Documents, the Contractor shall, promptly upon receipt of notice from
the Owner, and without expense to the Owner, (1) place in satisfactory
condition in every particular all of such guaranteed work, correct all defects
therein; and (2) make good all damage to the building or site, or equipment or
contents thereof, which, in the opinion of the Project Manager, is the result of
the use of materials, equipment, or workmanship which are inferior, defective,
or not in accordance with the Contract Documents; and (3) make good any
work or materials, or the equipment and contents of said building or site
disturbed in fulfilling any such guarantee.
C. If the Contractor disturbs any work guaranteed under another contract in
fulfilling the requirements of the contract or of any guarantee, embraced in or
required thereby, he/she shall restore such disturbed work to a condition
satisfactory to the Project Manager and guarantee such restored work to the
same extent as it was guaranteed under such other contract.
D. The Owner may have the defects corrected if the Contractor, after notice, fails
to proceed promptly to comply with the terms of the guarantee and the
Contractor and his/her surety shall be liable for all costs and expenses incurred
in connection therewith.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -40
E. All special guarantees applicable to definite parts of the work that may be
stipulated in the Contract Documents shall be subject to the terms of this Article
2.32 during the first (1st) year (365 Calendar Days) of the life of such special
guarantee.
2.33 RESPONSIBILITY FOR DAMAGE
A. Neither the Owner, the Architect, nor any officer or employee of the County,
or officer or employee thereof, within the limits of which the work is being
performed, shall be answerable or accountable in any manner, for any loss or
damage that may happen to the work or any part thereof; or for any of the
materials or other things used or employed in performing the work; or for injury
to any person or persons, either workmen or the public, for damage to property
from any cause which might have been prevented by the Contractor, or his/her
workmen, or anyone employed by him/her, against all of which injuries or
damages to persons and property the Contractor having control over such work
must properly guard.
B. The Contractor shall be responsible for any liability imposed by law for any
damage to any person or property resulting from defects or obstructions or
from any cause whatsoever during the progress of the work or at any time
before the issuance of the Notice of Completion.
C. The Contractor shall indemnify and hold harmless the Owner, the Project
Manager, the Architect, and all of their respective officers and employees, from
all claims, lawsuits or actions of every kind and nature whatsoever, brought for,
or on account of any injuries or damages received or sustained by any person
or persons, resulting from any act or admission by the Contractor or his/her
servants or agents, in the construction of the work or by or in consequence of
any negligence in guarding the same, in improper materials used in its
construction, or by or on account of any act or omission of the Contractor or
his/her agents in the performance of Contractor's obligations under the
Contract Documents. In addition to any remedy authorized by law, so much of
the money due the Contractor under and by virtue of the contract as shall be
considered necessary by the Owner may be retained by the Owner until
disposition has been made of such claims, lawsuits, or actions for damages as
aforesaid.
2.34 WRITTEN NOTICE
Subject to any additional requirements that may be applicable to claims under the
immediately following Article 2.35 RESOLUTION OF CONTRACT CLAIMS AND
DISPUTES, formal service, when required, of written notice shall be deemed to have
been duly served if delivered in person, to the individual or member of the firm or entity
or to an officer of the corporation for whom it was intended, or if sent by registered or
certified mail to the listed address of that entity for the attention of such individual.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -41
2.35 RESOLUTION OF CONTRACT CLAIMS AND DISPUTES
A. A Claim is a demand or assertion, sent by registered mail or certified mail with
return receipt, requested by one (1) of the parties seeking, as a matter of right,
adjustment or interpretation of Contract terms, payment of money, extension
of time, or a request for equitable adjustment or Contract Change Order which
cannot be resolved per provisions of Section 2.25 - CHANGES TO THE
WORK. Any Claim shall be reduced to writing and filed with the Project
Manager, within ten (10) calendar days after the Contractor has notice of the
condition giving rise to the Claim, and final action per Section 2.25-CHANGES
TO THE WORK procedures has taken place or has been declared as such in
writing, by either party. Such ten (10)-day notice of an asserted claim is in
addition to the requirement for prompt notice required per Section 2.25 -
CHANGES TO THE WORK.
B. The Contractor shall not claim or recover any overhead cost administrative or
otherwise, particularly 'Home Office' expenses, 'Extended site overhead', or
any other overhead cost on the basis of any 'Home Office' damages formula,
'Eichleay' formula, 'Total Cost' recovery formula or any other such formula.
C. REQUIREMENTS FOR FILING A CLAIM. Claims shall be submitted to the
Project Manager. Claims must be filed within the time specified above, but in
no event shall any claim be considered by the Project Manager that is filed later
than the date of final payment of the Project. The claim shall be in writing and
shall be a sum certain, if known. If unknown, Contractor shall specify the basis
for establishing the sum certain. Claim shall include a statement of the reasons
for the asserted entitlement and include the documents necessary to
substantiate the claim. Such documents may include, but are not limited to,
payroll records, purchase orders, quotations, invoices, estimates,
subcontracts, daily logs, supplier contracts, subcontract billings, bid takeoffs,
equipment rental invoices, ledgers, journals, daily reports,job diaries, and any
documentation related to the requirements of Section 2.25 - CHANGES TO
THE WORK. In the case of a continuing delay, only one (1)claim is necessary.
If adverse weather conditions are the basis for a claim for additional time, such
claim shall be documented by data substantiating that weather conditions were
abnormal for the period of time and could not have been reasonably
anticipated, and that weather conditions had an adverse effect on the critical
activities on the construction schedule. The Contractor shall certify, at the time
of submission of a claim, as follows:
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -42
"I, being the
(MUST BE AN OFFICER) of
(GENERAL CONTRACTOR),
declare under penalty of perjury under the laws of the State of
California, and do personally certify and attest that: I have thoroughly
reviewed the attached claim for additional compensation and/or
extension of time, and know its contents, and said claim is made in
good faith; the supporting data is truthful and accurate; the amount
requested accurately reflects the contract adjustment for which the
Contractor believes the Owner is liable; and, further, that I am familiar
with California Penal Code Section 72 and California Government Code
Section 12560, et seq, pertaining to false claims, and further know and
understand that submission or certification of a false claim may lead to
fines, imprisonment and/or other severe legal consequences."
By:
(Contractor's signature) (Date)
D. Nothing in this Article is intended to extend the time limit or supersede notice
requirements otherwise provided by this contract or by applicable law for the
filing of claims. Any formal claim shall be processed in accordance with the
provisions of Public Contract Code Section 9204 and Section 20104 et. seg.,
each of which establishes a process for resolution of claims, the provisions of
which are consistent with and effectively summarized by the following:
1. The Owner (or his/her designee), shall review the facts pertinent to the
claim, obtain additional information deemed necessary for a decision (if
any), review recommendations of the Project Manager, coordinate with
the contract administrator(if any), and secure assistance from legal and
other advisors, and render a written decision on the claim within forty-
five (45) days of receipt of the claim. If additional information or
documentation is thereafter required, it shall be requested and provided
pursuant to this subdivision, upon mutual agreement of the Owner (or
his/her designee) and claimant. The Owner's (or his/her designee's)
written response to the claim, as supplemented by any additional
information and/or documentation provided by claimant, shall be
submitted to the claimant within fifteen (15) days after receipt of the
further information and/or documentation or within a period of time no
greater than that taken by the claimant in producing the additional
information, whichever is greater.
a. For claims of over fifty thousand dollars ($50,000) and less
than or equal to three hundred seventy-five thousand
dollars ($375,000), the Owner (or his/her designee), shall
respond in writing to all written claims within sixty (60) days
of receipt of the claim, or may request, in writing, within
thirty (30) days of receipt of the claim, any additional
documentation supporting the claim or relating to defenses
to the claim the Owner (or his/her designees) may have
against the claimant.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -43
2. If the claimant disputes the written response of Owner (or his/her
designee), or Owner fails to respond within the time prescribed, the
claimant may so notify the Owner(or his/her designee), in writing, either
within fifteen (15) days of receipt of the Owner (or his/her designee's)
response or within fifteen (15)days of the Owner(or his/her designee's)
failure to respond within the time prescribed, respectively, and demand
an informal conference to meet and confer for settlement of the issues
in dispute. Upon a demand, the Owner (or his/her designee) shall
schedule a meet and confer conference within thirty (30) days for
settlement of the dispute.
3. Within ten (10) business days following conclusion of the meet and
confer conference, any unpaid portion of the claim remaining in dispute
shall be submitted to nonbinding mediation, as that term is defined by
Public Contract Code Section 9204(d)(2)(C).
4. If following the conclusion of the meet and confer conference and
mediation process, the claim or any portion thereof remains in dispute,
the claimant may file a claim pursuant to Chapter 1 (commencing with
Section 900) and Chapter 2 (commencing with Section 910) of Part 3
of Division 3.6 of Title 1 of the Government Code. For purposes of
those provisions, the running of the period of time within which a claim
must be filed shall be tolled from the time the claimant submits his/her
written claim pursuant to subdivision (a) until the time the claim is
denied, including any period of time utilized by the meet and confer
conference and mediation process as described in the immediately
preceding Paragraphs 2 and 3 of this Section D.
5. In the event of any perceived conflict between the summary of the
procedure set forth in this Article and the actual provisions of the Public
Contract Code Section 9204 and Section 20104, et seq., the statutory
provisions shall control; and in the event of any perceived conflict
between the provisions of Section 9204 and Section 20104, et seq., the
provisions of Section 9204 shall control.
E. PROCEDURES FOR CIVIL ACTIONS TO RESOLVE DISPUTED CLAIMS.
Non-binding Mediation: Within sixty (60) days, but no earlier than thirty (30)
days, following the filing of a responsive pleading, the court shall submit the
matter to non-binding mediation unless waived by mutual stipulation by both
parties. The mediation process shall provide for the selection within fifteen (15)
days by both parties of a disinterested third person as mediator, shall be
commenced within thirty (30) days of the submittal, and shall be concluded
within fifteen (15)days from the commencement of the mediation unless a time
requirement is extended upon a good cause shown to the court. If the parties
fail to select a mediator within the 15-day period, any party may petition the
court to appoint the mediator.
Judicial Arbitration: If the matter remains in dispute, the case shall be
submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with
Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure,
notwithstanding Section 1141.11 of the code. The Civil Discovery Act of 1986
(Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of
the Code of Civil Procedure) shall apply to any proceeding brought under this
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -44
subsection consistent with the rules pertaining tojudicial arbitration. Arbitrators
shall be experienced in construction law.
Appeals: As provided by statute (specifically Public Contract Code section
20104.4(b)(3) and Code of Civil Procedure section 1141.21), any party
appealing an arbitration award who does not obtain a more favorable judgment
shall, in addition to payment of costs and fees, also pay the attorneys' fees on
appeal of the other party.
F. CLAIMS AND DISPUTES EXEMPT FROM FILING REQUIREMENTS. The
requirements and procedures imposed by this Article do not apply to:
1. Any claims by the Owner; or
2. Any claim for or respecting personal injury or death or reimbursement
or other compensation arising out of or resulting from liability for
personal injury or death; or
3. Any claim or dispute relating to stop payment requests or stop notices;
or
4. Any claim or dispute related to the approval, refusal to approve, or
substitution of Subcontractors, regardless of tier, and suppliers.
G. PAYMENT OF UNDISPUTED PORTION OF CLAIM. Owner shall pay claimant
such portion of a claim that is undisputed except as otherwise provided in the
contract.
H. CONTINUE WORK DURING DISPUTE. In the event of any disputed claim or
other dispute between the Owner and the Contractor, the Contractor will not
stop work but will prosecute the work diligently to completion in his/her manner
directed by the Owner, and the dispute shall be resolved by a court of law after
completion of the Work. However, Contractor must submit all disputes in
accordance with the provisions of this Section 2.35.
I. SUIT IN FRESNO COUNTY ONLY. Any litigation arising out of this Contract
shall be brought in Fresno County and Contractor hereby waives the removal
provisions of California Code of Civil Procedure Section 394.
2.36 PERFORMANCE BOND, LABOR AND MATERIAL PAYMENT BOND, AND
WARRANTY BOND
A. The Contractor shall furnish Performance Bond in the amount of one hundred
percent (100%) of the Contract Sum, and Payment Bond in the amount of
one hundred percent (100%) of the Contract Sum and One Year Warranty
Bond in the amount of ten percent (10%) of the Final Contract Sum, which is
the cumulative amount that will have been paid to Contractor for all of the
Work performed under the Contract once the Project has been completed
and the Work has been accepted by the County.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -45
B. All bonds required, whether Bid bonds, Performance, Payment, Warranty, or
other bonds, shall be issued by an admitted surety insurer authorized by the
California Insurance Commissioner to transact surety insurance in the state.
The same admitted surety insurer must issue the Bid Bond, Performance
Bond, Payment Bond, and Warranty Bond. The payment, performance, and
warranty bonds required by these specifications will neither be accepted nor
approved by the Owner unless the bonds are underwritten by an admitted
surety and the requirements of California Code of Civil Procedure section
995.630 are met. The bonds must include a physical mailing address, phone
number, and contract person for the admitted surety insurer. The Owner further
reserves the right to satisfy itself as to the acceptability of the surety and the
form of bond. Upon request of the Owner, the bidder must submit the following
documents:
1. The original, or a certified copy, of the unrevoked appointment, power
of attorney, bylaws, or other instrument authorizing the person who
executed the bond to do so.
2. A certified copy of the certificate of authority of the insurer issued by
the California Insurance Commissioner.
3. A certificate from the county clerk that the certificate of authority has
not been surrendered, revoked, canceled, annulled, or suspended, or
in the event that it has, that renewed authority has been granted.
4. A financial statement of the assets and liabilities of the insurer to the
end of the quarter calendar year prior to thirty (30) days next preceding
the date of the execution of the bond, in the form of an officers'
certificate as defined in Corporations Code section 173.
2.37 RIGHTS AND REMEDIES
A. The duties and obligations imposed by the Contract Documents and the rights
and remedies available hereunder shall be in addition to, and not a limitation
of, any duties, obligations, rights, and remedies otherwise imposed or available
by law.
B. No action or failure to act by the Owner, or by the Project Manager or Architect,
regarding any deficiency, breach, or default in performance by the Contractor
under the Contract Documents, shall be deemed or construed to constitute
acquiescence of the Owner in connection therewith or with regard to any
subsequent deficiency, breach, or default in performance by the Contractor;
nor shall any such prior act of failure to act by or on behalf of Owner be deemed
or construed as a waiver of any rights in favor of Owner regarding any such
deficiency, breach, or default in performance by the Contractor, regardless of
the similarity to the prior incident or circumstance when no action was taken
regarding any alleged deficiency, breach, or default in performance by the
Contractor.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -46
2.38 TIME, DELAYS, AND LIQUIDATED DAMAGES
A. DEFINITIONS
1. Unless otherwise provided, the contract time is the period of time
allotted in the Contract Documents for completion of the Work,
including authorized adjustments thereto.
2. The Date of Commencement of the Work is the date established in the
Notice to Proceed.
3. The Date of Completion of the Work is the date on which the work is
certified as complete by the Project Manager as specified in the Notice
of Completion.
4. The term"day"as used in the Contract Documents shall mean calendar
day unless specifically designated otherwise.
B. PROGRESS AND COMPLETION
1. Time is of the essence regarding all time limits stated in the Contract
Documents. By executing the Agreement, the Contractor confirms that
the contract time is a reasonable period for performing the Work.
2. The Contractor shall begin the Work on the Date of Commencement.
The Contractor shall not knowingly, except by agreement or instruction
of the Owner in writing, prematurely commence operations on the site
or elsewhere prior to the effective date of insurance required herein to
be furnished by the Contractor. The Date of Commencement of the
Work shall not be changed by the effective date of such insurance.
3. The Contractor shall carry the Work forward expeditiously with
adequate forces and shall achieve Completion of the Work within the
contract time.
C. DELAYS AND EXTENSIONS OF TIME
1. Delays in prosecution of parts or classes of the Work that are not
demonstrated to prevent or delay completion of the entire Project or
specific milestones within the contract time are not "unavoidable
delays" for purposes of this section.
2. In all cases, the time authorized for extension of the contract time shall
be no greater than the number of days directly attributable to the event
or circumstances which causes unavoidable delay in the completion of
the Project. Contractor shall be entitled, in the case of unavoidable
delays, to an extension in the contract time, but not to any increase to
the Contract Sum. "Unavoidable delay"for this purpose shall be defined
as follows:
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -47
a. Unavailable Materials. That materials or articles called for in the
Contract Documents are not obtainable within the time required
for timely completion; provided that such materials or articles
were listed by the Contractor in the schedule required by
Section 2.17 - CONTRACTOR'S CONSTRUCTION
SCHEDULE; that the Contractor demonstrates that the
unavailability of the materials is in fact the cause for the delay,
and could not have been avoided by an appropriate adjustment
in the Construction Schedule; and that the unavailability of such
materials is due to circumstances beyond the Contractor's
control. If good cause for delay is demonstrated pursuant to this
subsection, the Owner, at its sole discretion, may grant a time
extension.
b. Force Maieure. That delays in construction have resulted from
circumstances beyond the control of the Contractor and which
the Contractor could not have provided against by the exercise
of reasonable care, prudence, foresight, and diligence.
Unavoidable delays within the meaning of this subparagraph
shall be those caused by acts of God, war, insurrection, civil
disorder, fire, floods, epidemic, or strikes.
C. Unseasonable Weather. An extension of contract time may be
granted due to weather which is unsuitable for the Work
currently in progress, upon the determination of the Owner that
the weather conditions in fact caused the delay in completion of
the Project and that such weather conditions were not, and
could not in the exercise of reasonable diligence, have been
foreseen by the Contractor. Seasonable weather that, in the
exercise of reasonable foresight and diligence, should be
expected in the area at the time of year in question is not cause
for an extension of time.
d. Time Extensions Due to Contract Change Orders or Work
Authorizations. A time extension may be granted due to
additional work that results in a delay in the Project caused by
the approval by the Owner of a Contract Change Order or Work
Authorization. The Contractor shall be entitled to a contract
time extension Change Order only when the extra Work is
demonstrated by the Contractor to have caused a delay in the
Project.
e. Owner-Caused Delays. In the event that the Project is delayed
by acts of the Owner not authorized by the Contract Documents
which the Contractor demonstrates will or have caused an
unavoidable delay, the Contractor shall be entitled to a contract
time Change Order to offset the extra time incurred by the
Contractor. The Contractor will not be entitled to adjustments
in the Contract Sum. Extra time shall be limited to that which is
directly identified as critical by the delay.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -48
4. The Contractor specifically agrees that a time extension as provided
herein is its sole remedy for Owner-caused delays, and agrees to make
no claim or demand for additional damages, nor claim an acceleration
of the time for performance.
5. The Contractor shall not be entitled to any contract time extension nor
Contract Sum adjustment for alleged Owner delays if the Owner has
acted within the time limits specified by the Contract Documents.
D. NOTICE OF DELAYS
1. Contractor shall notify the Project Manager promptly whenever the
Contractor foresees any event or circumstance that may delay the
prosecution of the Work and in Contractor's opinion may provide
grounds for an extension, and shall in any event notify the Project
Manager immediately upon the occurrence of any such delay. The
Contractor shall take immediate steps to prevent, if possible, the
occurrence or continuance of the delay. If this cannot be done, the
Project Manager shall determine how long the delay shall continue and
to what extent the prosecution and completion of the Work are being
delayed thereby. Such notification shall specify with detail the cause
asserted by the Contractor to constitute grounds for an extension.
Failure of the Contractor to submit such a notice within ten (10) days
after the initial occurrence of the event giving rise to the delay shall
constitute a waiver by the Contractor of any request for a time
extension, and no extension shall be granted as a consequence of such
delay.
2. If the Contractor believes that the delay in prosecution in the Work will
result in an unavoidable delay in completion of the entire Project, the
Contractor shall submit evidence to support that belief, together with its
request for a time extension. Such evidence shall include a
demonstration that the delayed portion of the Work will affect the Critical
Path Scheduling of the entire Project. The Contractor shall also submit
a proposed revised Construction Schedule, which accounts for the
delay in completion of the entire Project caused by the delay in
prosecution of part of the Project, and includes a revised Critical Path
demonstrating how the Project will be completed within the proposed
revised contract time.
E. INVESTIGATION; PROCEDURE
1. Upon receipt of a request for Time extension, the Project Manager shall
conduct an investigation of the facts asserted by the Contractor to
constitute grounds for an extension. The results of this investigation
shall be reported by the Project Manager to the Contractor and shall
indicate whether he/she will recommend for or against such extension
to the Owner. The performance of this investigation by the Project
Manager shall not be construed as direction or recommendation to the
Contractor regarding scheduling of the work. Scheduling this work is
the sole responsibility of the Contractor.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 -49
2. The Project Manager may, in his/her sole discretion, defer this
recommendation to allow the accumulation of time extensions due to
Work Authorizations into a periodic or final Contract Change Order
request.
3. Upon receiving the Project Manager's recommendation to the Owner
regarding the Contractor's request for a time extension, the Contractor
may either withdraw its application for extension, or request that it be
scheduled for action by the Owner. If the Owner disallows the request,
there shall be no allowance made for the time during which the request
was pending, and the Contractor shall remain obligated to complete the
Work in the time specified.
4. If the Owner approves the time extension Contract Change Order, the
new Construction Schedule submitted by the Contractor and approved
by the Owner shall be deemed to amend the original Construction
Schedule approved by the Owner; thereafter, the amended
Construction Schedule shall have the same force and effect as the
originally approved Progress Schedule.
5. The revised Construction Schedule must be submitted within seven (7)
calendar days of the date on which the Owner approves the change.
6. The Contractor agrees that the Owner's determination as to the
existence of grounds for an extension, and the duration of any such
extension, shall be final and binding upon both Owner and Contractor.
F. DISCRETIONARY TIME EXTENSION FOR BEST INTEREST OF OWNER
1. The Owner reserves the right to extend the contract time for completion
of the Work if the Director of Public Works and Planning or designee
determines that such extension is in the best interest of the Owner.
2. In the event that such discretionary extension is made at the request of
the Contractor, the Owner shall have the right to charge to the
Contractor all or any part, as the Board may deem proper, of the actual
cost to the Owner for engineering, inspection, supervision, contract
administration, incidental, and other overhead expenses that accrue
during the period of such extension, and to deduct all or any portion of
such amounts from the final payment for the Work.
3. In the event such extension is ordered over the objection of the
Contractor, the Contractor shall be entitled to a Contract Change Order
adjusting the price paid to reflect the actual costs incurred by the
Contractor as a direct and proximate result of the delay, upon his/her
written application therefor, accompanied by such verification of costs
as the Project Manager requires. Only additional direct costs incurred
at the site will be reimbursable by Contract Change Order.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 50
G. LIQUIDATED DAMAGES
1. If the Work is not completed by Contractor in the time specified in the
Work Order, or within any period of extension authorized pursuant to
this Article, the Contractor acknowledges and admits that the Owner
will suffer damage, and that it is impracticable and infeasible to fix the
amount of actual damages. Therefore, it is agreed by and between the
Contractor and the Owner that the Contractor shall pay to the Owner
as fixed and liquidated damages, and not as a penalty, the sum
specified in Section 005213, Agreement, Article III for each calendar
day of delay until the Work is completed and accepted, and that both
the Contractor and the Contractor's surety shall be liable for the total
amount thereof, and that the Owner may deduct said sums from any
monies due or that may become due to the Contractor.
2. This liquidated damages provision shall apply to all delays of any nature
whatsoever, save and except only unavoidable delays approved by the
Owner pursuant to the provisions of Article 2.38.C.2 hereinabove, or
discretionary time extensions approved by the Board of Supervisors
pursuant to the provisions of Article 2.38.E hereinabove.
H. EXTENSION OF TIME NOT A WAIVER
1. Any extension of contract time granted pursuant to this Article shall not
constitute a waiver by the Owner, nor a release of the Contractor, from
his/her obligations to perform the Work within the allotted contract time.
2. Granting of a time extension due to one (1) circumstance on one (1)
request therefore shall not constitute a granting by the Owner of an
extension of time for any other circumstance or the same circumstance
occurring at some other time, and shall not be interpreted as a
precedent for any other request for extension.
2.39 PROTECTION OF PERSONS AND PROPERTY
A. SAFETY PRECAUTIONS AND PROGRAMS
The Contractor shall be responsible for initiating, maintaining, and supervising
all safety precautions and programs in connection with the Work.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 51
B. SAFETY OF PERSONS AND PROPERTY
The Contractor shall take all reasonable precautions for the safety of, and shall
provide all reasonable protection to prevent damage, injury, or loss to:
1. All employees on the Work and all other persons who may be affected
thereby;
2. All the work and all materials and equipment to be incorporated therein,
whether in storage or off the site, and that is under the care, custody,
or control of the Contractor or any of the Contractor's Subcontractors
or Sub-subcontractors;
3. Other property at the site or adjacent thereto, including trees, shrubs,
lawns, walks, pavements, roadways, structures, and utilities not
designated for removal, relocation, or replacement in the course of
construction; and
4. The work of the Owner or other separate contractors.
C. The Contractor shall give all notices and comply with all applicable laws,
ordinances, rules, regulations, and lawful orders of any public authority bearing
on the safety of persons or property or their protection from damage, injury or
loss.
D. The Contractor shall erect and maintain, as required by existing conditions and
the progress of the Work, all reasonable safeguards for safety and protection,
including posting danger signs and other warnings against hazards,
promulgating safety regulations, and notifying owners and users of adjacent
facilities.
E. When the use or storage of explosives or other hazardous materials or
equipment is necessary for the execution of the Work, the Contractor shall
exercise the utmost care and shall carry on such activities under the
supervision of properly qualified personnel.
F. The Contractor shall promptly remedy all damage or loss to any property
referred to above caused in whole or in part by the Contractor, any
Subcontractor, any Sub-subcontractor, anyone directly or indirectly employed
by any of them, or anyone for whose acts any of them may be liable, and for
which the Contractor is responsible under the above noted clauses, except
damage or loss attributable solely to the acts or omissions of the Owner, the
Project Manager, or anyone directly or indirectly employed by any of them, or
by anyone for whose acts any of them may be liable, and not attributable in
any degree to the fault or negligence of the Contractor. The foregoing
obligations of the Contractor are in addition to the Contractor's obligations
under the Indemnification provisions provided herein.
G. The Contractor shall designate a responsible member of the Contractor's
organization at the site whose duty shall be the prevention of accidents. This
person shall be the Contractor's superintendent unless otherwise designated
by the Contractor in writing to the Owner and the Project Manager.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 52
H. The Contractor shall not load or permit any part of the Work to be loaded in a
manner that could endanger its safety or pose a risk to anyone working at the
Project site.
I. EMERGENCIES
In any emergency affecting the safety of persons or property, the Contractor
shall act, at the Contractor's discretion, to prevent threatened damage, injury,
or loss. Any additional compensation or extension of time claimed by the
Contractor on account of emergency work shall be determined as provided in
the provisions herein for Changes in the Work.
2.40 INSURANCE
A. CONTRACTOR'S INSURANCE
1. Bidders' attention is directed to the insurance requirements below. It is highly
recommended that Bidders confer with their respective insurance carriers or brokers
to determine in advance of bid submission the availability of the insurance certificates
and endorsements required below. A bidder who is awarded a contract and thereafter
fails to comply strictly with the insurance requirements, will be deemed to be in default
of its obligations.
2. Contractor shall procure and maintain for the duration of the Contract, and for three
(3) years thereafter, insurance against claims for injuries to persons or damages to
property which may arise from, or in connection with, the performance of the work
hereunder by the Contractor, his agents, representatives, employees, or
subcontractors. The cost of such insurance shall be included in the Contractor's bid.
3. No later than ten (10) calendar days following the Award of the Contract, and prior to
execution of the Agreement for Construction by the Owner, the Contractor shall submit
certificates of insurance, signed by an authorized agent of the insurer, attesting to
insurance coverage of the Contractor as required by this Article.
B. MINIMUM SCOPE AND LIMITS OF INSURANCE
Coverage shall be at least as broad as:
1. Commercial General Liability (CGL): Insurance Services Office (ISO) Form CG
00 01 covering CGL on an "occurrence" basis, including products and completed
operations, property damage, bodily injury and personal & advertising injury with
limits no less than one million dollars ($5,000,000) per occurrence and an annual
aggregate of two million dollars ($10,000,000). An umbrella or excess policy of
ten million dollars ($10,000,000) must contain a clause stating that it takes effect
(drops down) in the event the primary limits are impaired or exhausted.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 53
2. Automobile Liability: Insurance Services Office (ISO) Form CA 0001 covering
Code 1 (any auto), with limits no less than one million dollars ($5,000,000) per
accident for bodily injury and property damage. Coverage should include owned
and non-owned vehicles used in connection with this Agreement and all
applicable endorsements. This requirement can be obtained through an umbrella
policy.
3. Workers' Compensation insurance as required by the State of California, with
Statutory Limits, and Employers' Liability insurance with a limit of no less than
one million dollars ($1,000,000) per accident for bodily injury or disease.
4. If Contractor is a licensed professional or employs professional staff, (e.g.,
Architect, Engineer, Surveyor, etc.) in providing services, Professional Liability
with limits no less than $2,000,000 per occurrence or claim, and $3,000,000
annual aggregate.
5. Builder's Risk (Course of Construction) insurance utilizing an "All Risk" (Special
Perils) coverage form, with limits equal to the completed value of the project and
no coinsLirarice enaltt provisions.
If Contractor maintains woad r coverage and/or higher limits than the minimums shown
above, the Owner requires and shall be entitled to the broader coverage and/or the higher
limits maintained by the Contractor. Any available insurance proceeds in excess of the
specified minimum limits of insurance and coverage shall be available to the Owner.
Self-Insured Retentions
Self-insured retentions must be declared to and approved by the Owner. At the option of
the Owner, either: the Contractor shall obtain coverage to reduce or eliminate such self-
insured retentions as respects the Owner, its officers, officials, employees, and volunteers;
or the Contractor shall provide a financial guarantee satisfactory to the Owner
guaranteeing payment of losses and related investigations, claim administration, and
defense expenses. The policy language shall provide, or be endorsed to provide, that the
self-insured retention may be satisfied by either the named insured or Owner.
C. OTHER INSURANCE PROVISIONS
Contractor's insurance policies are to contain, or be endorsed to contain, the following
provisions:
1. The coverage shall contain no special limitations on the scope of protection
afforded to the Owner, its officers, officials, employees, or volunteers.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 54
2. The County of Fresno, its officers, officials, employees, and volunteers are to be
named individually and collectively, as additional insureds on the CGL policy with
respect to liability arising out of work or operations performed by or on behalf of
the Contractor including materials, parts, or equipment furnished in connection
with such work or operations and automobiles owned, leased, hired, or borrowed
by or on behalf of the Contractor. The coverage shall contain no special
limitations on the scope of protection afforded to the Owner, its officers, officials,
employees, or volunteers.
3. The insurer shall agree to waive all rights of subrogation against the Owner, its
officers, officials, employees, and volunteers for losses arising from work
performed by the Contractor for the Owner.
4. For any claims related to this project, the Contractor's insurance coverage shall
be primary insurance coverage at least as broad as ISO CG 20 01 04 13 as
respects the Owner, its officers, officials, employees, and volunteers. Any
insurance or self-insurance maintained by the Owner, its officers, officials,
employees, or volunteers shall be excess of the Contractor's insurance and shall
not contribute with it.
5. Any failure to comply with reporting provisions of the policies shall not affect
Coverage provided to the Owner, its officers, officials, employees, agents,
Engineers, Consulting Engineers, or volunteers.
6. The Contractor's insurance shall apply separately to each insured against whom
claim is made or suit is brought, except with respect to the limits of the insurer's
liability.
7. All Contractor's insurance policies for coverage required under this agreement
shall not be cancelled or changed, such as a reduction in coverage, without a
minimum of thirty (30) days advance written notice given to Owner. The 30-day
notice of cancellation applies to all reasons for cancellation, including
cancellation for non-payment of premiums.
8. The insurer shall agree to waive all rights of subrogation against the Owner, its
officers, officials, employees, and volunteers for losses arising from work
performed by the Contractor for the Owner.
9. The Builder's Risk (Course of Construction) policy shall be an "All Risk" (Special
Perils) coverage form, with limits equal to the completed value of the project and
no coinsurance penalty provisions. All subcontractors shall be insured to the
extent of their portion of the work under the Contractor. The Contractor shall
request, and is responsible to confirm with its insurer, that the County of Fresno
and all subcontractors are named, both as additional insured and as additional
loss payees, on the Builder's Risk insurance policy. The Contractor and all
subcontractors waive all rights, each against the others, for damages arising from
perils covered by the insurance required under the terms of this article, except
such rights as they may have to the proceeds of the Builder's Risk insurance
obtained and maintained by the Contractor.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 55
D. ACCEPTABILITY OF INSURERS
Contractor shall obtain the policies and coverages specified herein from an admitted
insurer in good standing with and authorized to transact business in this state by the
California Department of Insurance, and having a Best's rating of no less than A FSC
Vill.
E. SUBCONTRACTORS
Contractor shall include all Subcontractors as insured under its policies or shall furnish
separate certificates and endorsements for each Subcontractor.
F. EVIDENCE OF COVERAGE
Within ten (10) days of bid award, Contractor shall furnish the Owner with original
Certificates of Insurance including all required amendatory endorsements (or copies of
the applicable policy language effecting coverage required by this Article 2.40) and a
copy of the Declarations and Endorsement Page of the CGL policy listing all policy
endorsements to Owner. However, failure to obtain the required documents prior to the
work beginning shall not waive the Contractor's obligation to provide them. The Owner
reserves the right to require complete, certified copies of all required insurance policies,
including endorsements, required by these specifications, at any time.
Certificates of Insurance and Endorsements for all policies must be signed by a person
authorized by the insurer to bind coverage on its behalf, indicate the name and address
of the official who will administer this contract, state that such insurance coverages have
been obtained and are in full force and effect, and clearly indicate that coverage shall not
be suspended, voided, canceled by either party, reduced in coverage or in limits except
after thirty (30) days' prior written notice has been given to the Owner.
Commercial General Liability Endorsements must name the County of Fresno, its officers,
agents and employees, individually and collectively, as additional insured, but only insofar
as the operations under this Agreement are concerned; that such coverage for additional
insured shall apply as primary insurance and any other insurance, or self-insurance,
maintained by Owner, its officers, agents and employees, shall be excess only and not
contributing with insurance provided under Contractor's policies herein.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 56
2.41 UNCOVERING WORK
A. This Section shall apply to any Work installed and covered up by the
Contractor that is required by the Building Code or other statutory or
regulatory requirement to undergo inspection or special inspection and/or
testing approval by an appropriate official representing the Owner or other
public authority having jurisdiction to conduct such inspection and/or testing.
Work covered up by the Contractor, Contractor's Subcontractors, or
Suppliers prior to inspection/special inspection and/or testing approval shall
be uncovered and repaired or replaced after inspection approval at the sole
expense of the Contractor. This shall apply to all labor and material needed
to complete both physical and cosmetic repairs, and any additional
inspection costs associated with restoring the Work.
B. This Section also shall apply to any Work installed and covered up by the
Contractor, Contractor's Subcontractors, or Suppliers that is determined by
the Owner or its Project Manager, during construction or within the Warranty
period, to be defective, broken, or inoperative. Work covered up by the
Contractor, Contractor's Subcontractors, or Suppliers that is found to be
defective, broken, or inoperative shall be uncovered and repaired or
replaced at the sole expense of the Contractor. This shall apply to all labor
and material needed to complete both physical and cosmetic repairs, and
any additional inspection costs associated with restoring the Work.
2.42 CORRECTION OF WORK
A. The Contractor shall promptly correct all Work rejected by the Project Manager
as defective or as failing to conform to the Contract Documents, whether or not
fabricated, installed, or completed. The Contractor shall submit a plan of
action, within twenty-four (24) hours of notification of the rejected work by the
Project Manager, for correcting the rejected work. The Contractor shall bear all
costs of correcting such rejected Work, including compensation for the
additional architectural and/or engineering services made necessary thereby.
B. If, within 365 Calendar Days after the date of acceptance of the Work as
specified in the Notice of Completion, or designated portion thereof, or within
365 Calendar Days after acceptance by the Owner of designated equipment,
or within such longer period of time as may be prescribed by the terms of any
applicable special warranty required by the Contract Documents, any of the
Work is found by Owner to be defective or not in accordance with the Contract
Documents, the Contractor shall correct it promptly after receipt of a written
notice from the Owner to do so, unless the Owner has previously given the
Contractor a written acceptance of such condition. This obligation shall survive
both final payment for the Work or designated portion thereof and termination
of the Contract. The Owner shall give such notice promptly after discovery of
the condition.
C. The Contractor shall, at his/her sole expense, remove from the site all portions
of the Work that are defective or nonconforming and which have not been
corrected under Articles 2.32, 2.42.A, and 2.42.13, unless the Owner waives
removal.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 57
D. If the Contractor fails to submit a plan of action, within twenty-four (24) hours
of notification of the rejected work by the Project Manager, for correcting the
rejected work, or fails to correct defective or nonconforming Work as provided
herein in Articles 2.32, 2.42.A, and 2.42.13, the Owner may correct it in
accordance with Article 2.08.C.
E. If the Contractor does not take action under the plan to initiate such correction
of such defective or nonconforming Work within ten (10) days of written notice
from the Project Manager, the Owner may remove it and may store the
materials or equipment at the expense of the Contractor. If the Contractor does
not pay the cost of such removal and storage within ten (10) days thereafter,
the Owner may, upon ten (10) additional days' written notice, sell such Work
at auction or at private sale and shall account for the proceeds thereof, after
deducting all the costs that should have been borne by the Contractor,
including compensation for the Project Manager, Architect, or other
Professional's additional services made necessary thereby. If such proceeds
of sale do not cover all costs that the Contractor should have borne, the
difference shall be charged to the Contractor and an appropriate Supplemental
Work Order shall be issued. If the payments then or thereafter due the
Contractor are not sufficient to cover such amount, the Contractor shall pay the
difference to the Owner.
F. The Contractor shall bear the cost of making good all work of the Owner or
separate contractors destroyed or damaged by such correction or removal.
G. Nothing contained in this Section 2.42 shall be construed to establish a period
of limitation with respect to any other obligation which the Contractor might
have under the Contract Documents, including Section 2.32 hereof. The
establishment of the time periods noted in this Section 2.42, or such longer
period of time as may be prescribed by law or by the terms of any warranty
required by the Contract Documents, relates only to the specific obligation of
the Contractor to correct the defective or nonconforming Work, and has no
relationship to the time within which the Contractor's obligation to comply with
the Contract Documents may be sought to be enforced, nor to the time within
which proceedings may be commenced to establish the Contractor's liability
with respect to the Contractor's obligations other than specifically to correct the
defective or nonconforming Work.
2.43 ACCEPTANCE OF DEFECTIVE OR NONCONFORMING WORK
If the Owner prefers to accept defective or nonconforming Work, the Owner may do
so instead of requiring its removal and correction, in which case a Contract Change
Order will be issued to reflect a reduction in the Contract Sum where appropriate and
equitable. Such adjustment shall be given effect whether or not final payment has
been made. The Project Manager shall determine the amount of reduction in the
Contract Sum.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 58
2.44 TERMINATION BY THE OWNER
A. If the Contractor is adjudged bankrupt, or makes a general assignment for the
benefit of creditors, or if a receiver is appointed on account of the Contractor's
insolvency, or stop notices are served upon the Owner, or if the Contractor
persistently or repeatedly refuses or fails, except in cases for which extension
of time is provided, to supply enough properly skilled workers or proper
materials, or fails to make prompt payment to Subcontractors or for materials
or labor, or persistently disregards applicable laws, ordinances, rules,
regulations, or orders of any public authority having jurisdiction, or otherwise is
guilty of a substantial violation of a provision of the Contract Documents, and
fails after written notice to commence and continue correction of such default,
neglect, or violation with diligence and promptness, the Owner upon
certification by the Project Manager that sufficient cause exists to justify such
action, may, after an additional written notice and without prejudice to any other
remedy the Owner may have, terminate the Contract and take possession of
all materials, equipment, tools, construction equipment, and machinery thereon
owned by the Contractor and may finish the Work by whatever methods the
Owner may deem expedient. In such case, the Contractor shall not be entitled
to receive any further payment until the Work is finished.
B. If the unpaid balance of the Contract Sum exceeds the costs of finishing the
Work, including compensation for the Project Manager's and Architect's
additional services made necessary thereby, Contractor will only be paid for
his/her actual unpaid costs from such excess. If such costs exceed the unpaid
balance, the contractor shall pay the difference to the Owner. The amount to
be paid to the Contractor or to the Owner, as the case may be, shall be certified
by the Project Manager, upon application, in the manner provided in Section
2.24 and this obligation for payment shall survive the termination of the
Contract.
2.45 SUBSTITUTION OF MATERIALS
A. When a specific manufacturer, trade name, or material is specified, or
indicated, it is to establish a standard of quality and shall not be construed as
limiting competition. The intent of the Contract Documents is to specify high-
grade standard material and equipment, and it is not the intent of these
Contract Documents to exclude or omit the products of any responsible
manufacturer, if such products are equally acceptable in terms of quality,finish,
performance, durability, and serviceability, in the judgment of the Owner and
the Architect, to those specified herein. Wherever an article, or any class of
materials, is specified by the trade name or by the name of any particular
patentee, manufacturer, or dealer, it shall be taken as intending to mean and
specify the article of material described or any other equal thereto in quality,
finish, performance, durability, and serviceability, in the judgment of the Owner
and the Architect, for the purpose for which it is or they are intended.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 59
B. If the Contractor desires to use material or equipment other than that specified,
he/she shall submit a request for approval of such substitution, in writing, to
the Project Manager by no later than ten (10) days prior to bid opening.
Substitution requests will not be considered if received after the time stipulated.
C. The Owner does not guarantee that alternative articles, components,
materials, or equipment other than the item specified by trade name or other
specific identification, will fit within the design parameters of the Project without
alteration of the Project design by the Contractor.
D. The Owner has the right to reject any proposed alternative material which
requires alteration of the project design which impacts the safety of the public
or the user of a completed facility. If the proposed alternative material requires
alteration of the design of the Project or any aspect thereof, and said alterations
are acceptable to the Owner,the Contractor shall be responsible for performing
said alterations at no additional cost to the Owner.
E. Submittals for approval of substitute materials shall contain sufficient detailed
information, descriptive brochures, drawings, samples, or other data as is
necessary to provide a detailed side-by-side comparison to the specified
materials. It is the sole responsibility of the Contractor to submit complete
descriptive and technical information so the Project Manager can make proper
appraisal. Lack of either proper or sufficient information shall constitute cause
for rejection. Reference to product data will not be acceptable.
F. It is the Contractor's responsibility to confirm and correlate all quantities and
dimensions, and coordinate with all trades whose work may be affected by the
requested substitution.
2.46 REFERENCE TO STANDARDS
A. Reference to known standards shall mean and intend the latest edition or
amendment published prior to date of these Specifications, unless specifically
indicated otherwise, and to such portions of it that relate and apply directly to
the material or installation called for on the Project.
B. Where material is specified solely by reference to standard specifications, the
Contractor shall, if requested by the Project Manager, submit to the Project
Manager for his/her approval, data on all such material proposed to be
incorporated into the Work of the Contractor, listing the name and address of
the vendor, the manufacturer or producer, and the trade or brand names of
such materials.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 60
2.47 SPECIFICATIONS
A. The Specifications are organized into Divisions, Sections, and Trade headings
based on the Construction Specifications Institute's Master format and the
Master format numbering system. This organization shall not control the
Contractor in dividing the Work among Subcontractors or in establishing the
extent of the Work to be performed by any trade. The Contractor shall be
responsible for examining all Sections of the Specifications for interrelated
items of the Work, and for furnishing each item identified or specified.
B. No responsibility will be assumed by the Owner, Architect, or the Project
Manager for omissions or duplications by the Contractor in the completion of
the Contract due to any alleged discrepancy in the arrangement of the material
in these Specifications, nor shall any such segregation of work and materials
operate to make the Project Manager an arbiter in defining the limits to the
agreements between the Contractor and his/her Subcontractors or suppliers.
C. The misplacement, addition, or omission of any letter, word, or punctuation
mark shall in no way damage the true spirit, intent, or meaning of these
Specifications.
D. The words "shown", "indicated", "noted", "scheduled" or words of that effect
shall be understood to mean that reference is made to Drawings
accompanying these Specifications.
E. Where reference herein is made to colors or finishes "as selected", the
reference is to the Architect with concurrence by the Owner.
2.48 APPROVED APPLICATORS
A. Where specific instructions in these Specifications require that a particular
product and/or materials be installed and/or applied by an "approved
applicator" of the manufacturer, it shall be the Contractor's responsibility to
ensure that any Subcontractors used for such work be approved applicators.
B. Contractor accordingly shall bear any and all costs, and shall reimburse Owner
for any such costs incurred by Owner, resulting from Contractor's failure to
insure the use of an "approved applicator".
2.49 DELIVERY AND STORAGE OF MATERIALS
A. Deliver all manufactured materials in the original packages, containers, or
bundles (with the seals intact), bearing the name or identification mark of all
manufacturers.
B. Deliver fabrications in as large assemblies as practicable and where specified
to be shop-primed or shop-finished; they shall be packaged or crated as
required to preserve such priming or finish intact and free from abrasion.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 61
C. Store all materials in such manner as necessary to properly protect same from
damage, as materials or equipment damaged by handling, weather, dirt or from
any other cause will not be acceptable.
D. Store materials so as to cause no obstructions (i.e. stored off all sidewalks and
other walkways, roadways, and underground services). The Contractor shall
be responsible for protecting from damage all material and equipment
furnished under the Contract.
2.50 QUALITY OF WORK
A. Where not more specifically described in any of the various Sections of these
Specifications, the quality of work shall conform to all of the methods and
operations of best standards and accepted practices of the trade or trades
involved, and shall include all items of fabrication, construction, or installation
regularly furnished or required for completion of the work(including any finish),
and for successful operation as intended of the Project and the component
thereof corresponding to that work.
B. All Work shall be executed by mechanics skilled in their respective lines of
work.
C. When completed, all parts shall have been durably and substantially built and
shall present a neat, finished appearance.
2.51 HOURS OF WORK
A. Eight (8) hours of labor shall constitute a legal day's work upon all work done
hereunder, and it is expressly stipulated that no worker employed at any time
by the Contractor, or by a Subcontractor under this Contract, upon the Work,
shall be required or permitted to work thereon more than eight (8) hours in any
one (1)calendar day and forty (40) hours in any one (1) calendar week, except
as provided in Sections 1810-1815 inclusive, of the Labor Code of the State of
California, all the provisions of which are deemed to be incorporated herein as
if set forth in full; and it is further expressly stipulated that for each and every
violation of said last named stipulation, said Contractor shall forfeit, as a
penalty to the Owner, fifty dollars ($50.00) for each worker employed by the
Contractor in the execution of this Contract, for each calendar day during which
said worker is required or permitted to labor more than eight (8) hours in any
one (1) calendar day and forty (40) hours in any one (1) calendar week in
violation of any of said provisions of the Labor Code.
B. Notwithstanding the above stipulations, pursuant to Section 1815 of the Labor
Code, work performed by employees of contractors in excess of eight(8) hours
per day and forty (40) hours during any one (1)week shall be permitted on the
Project upon compensation for all hours worked in excess of eight (8) hours
per day at not less than one and a half(1 1/2) times the basic rate of pay.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 62
2.52 WAGE RATES AND RELATED LABOR COMPLIANCE REQUIREMENTS
A. This Project is subject to compliance monitoring and enforcement by the
Department of Industrial Relations (DIR), including the obligation to submit
certified payroll records directly to the DIR Compliance Monitoring Unit (CMU)
at least monthly using the CMU's eCPR system. Detailed information may be
obtained on the State of California's Department of Industrial Relations
website, www.dir.ca.gov/dlse/cmu/CMU.
The Contractor shall also submit certified payroll records of the Contractor,
Subcontractors, and all Sub-subcontractors of any tier to the Inspector of
Record at least monthly.
B. Contractor shall, and shall cause each of its Subcontractors (as defined in
Labor Code section 1722.1) to provide written proof that they are currently
registered with the California Department of Industrial Relations at the time of
bid submittal, and have paid the applicable annual fee and are thereby qualified
to submit a bid and to perform public work pursuant to Labor Code section
1725.5, prior to award of this Contract or any subcontract hereunder. No bid
shall be accepted, nor shall this Contract or any subcontract hereunder, be
entered into without such proof.
C. Pursuant to Section 1770-1780 of the Labor Code of the State of California,
the Director of the Department of Industrial Relations has determined the
general prevailing rates of wages and rates for legal holidays and overtime in
the locality in which this work is to be performed, which under Labor Code
Section 1773.1 are deemed to include employer payments for health and
welfare, pension, vacation, travel time, and subsistence pay, and
apprenticeship or other authorized training programs, for each craft or type of
worker or mechanic needed to perform this contract. Said wage rates are
available only at the Fresno County Department of Public Works and Planning,
Design Division, and will be made available to any interested person upon
request. Minimum wage rates for this Project, as predetermined by the
Secretary of Labor, are set forth in the Special Provisions. If there is a
difference between the minimum wage rates predetermined by the Secretary
of Labor and the Prevailing Wage Rates predetermined by the Director of the
Department of Industrial Relations of the State of California for similar
classifications of labor, the contractor and his subcontractors shall pay not less
than the higher wage rate.
D. It shall be mandatory upon the Contractor to whom the Contract is awarded,
and upon any Subcontractor under him/her, to pay not less than the said
specified rates to all laborers, workers, and mechanics employed by them in
the execution of the Contract, and to pay all laborers, workers, and mechanics
not less often than once weekly. The Contractor to whom the Contract is
awarded shall post a copy of the determination of prevailing wages at the job
site. The Contractor shall require all Subcontractors to comply with Sections
1770-1780 of the Labor Code of the State of California and shall insert into
every subcontract the requirements contained therein.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 63
E. The Contractor shall comply with Labor Code Section 1775. In accordance
with said Section 1775, it is hereby further agreed that the Contractor shall
forfeit to the Owner, as a penalty, fifty dollars ($50.00)for each laborer, worker,
or mechanic employed for each calendar day or portion thereof, who is paid
less than the said stipulated rates for any work done under the Contract, by
him/her, or by any Subcontractor under him/her. The difference between said
stipulated rates and the amount paid to each worker for each calendar day or
portion thereof for which each worker was paid less than said stipulated rate,
shall be paid to each worker by the Contractor. The Contractor, and each
Subcontractor, shall keep or cause to be kept an accurate record showing the
name, address, social security number, work classification, straight time and
overtime hours worked each day and week, and the actual per diem wages
paid to each journeyman, apprentice, worker or other employee employed by
him/her in connection with the public work. The records shall be open at all
reasonable hours to the inspection of the Owner, to its officers and agents, and
to the Division of Labor Law Enforcement of the State Department of Industrial
Relations, its deputies and agents, or as otherwise provided by applicable law
(including but not limited to Labor Code 1776).
F. In case it becomes necessary for the Contractor or any Subcontractor to
employ on the Work under this Contract any person in a trade or occupation
(except executive, supervisory, administrative, clerical, or other non-manual
workers as such) for which no minimum wage rate is specified, the Contractor
shall immediately notify the Owner, who shall promptly thereafter determine
the prevailing rate for such additional trade or occupation from the time of the
initial employment of the person affected and during the continuance of such
employment.
2.53 APPLICATION OF HIGHEST STANDARDS AND REQUIREMENTS
Whenever two (2) or more standards or requirements appear in these General
Conditions or in any other part of the Contract Documents that form the Contract, the
highest standard or requirement shall be applied and followed in the performance
under this Contract.
2.54 NONDISCRIMINATION IN EMPLOYMENT
Contractor shall comply with all Federal and State Laws prohibiting discrimination in
employment, including the following:
A. California Labor Code Section 1735, which prohibits discrimination in
employment on any basis listed in subdivision (a) of Section 12940 of the
Government Code, as those bases are defined in Sections 12926 and 12926.1
of the Government Code, except as otherwise provided in Section 12940 of
the Government Code, and applies to all employers, employment agencies and
labor organizations.
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 64
B. Title VII of the Federal 1964 Civil Rights Act (42 U.S.C. Section
2000e - 2000e - 17)which prohibits employment discrimination on the basis of
race, color, sex, religion, or national origin, and applies to all employers that
employ at least fifteen (15)workers during each working day in each of twenty
(20) or more calendar weeks in the current or preceding year.
C. In addition to these two (2) laws of general application listed in the immediately
preceding paragraphs A and B, there are other Federal and State laws that
prohibit employment discrimination in particular cases.
D. The Owner is an Affirmative Action Employer and expects all of its contractors
and suppliers to familiarize themselves with, and comply with, all applicable
laws relating to employment discrimination.
E. To the extent required by law, the Contractor shall meet all requirements of law
relating to the participation of minority, women, and disabled veteran business
enterprise contracting goals, and shall comply with Public Contract Code
10115 et seq. and all applicable regulations. Contractor further agrees that,
when required, Contractor shall ensure compliance by all Subcontractors and
shall complete all forms required by all agencies exercising jurisdiction over
the Project.
2.55 APPRENTICES
A. Pursuant to Sections 1770-1780 of the Labor Code of the State of California,
the Director of the Department of Industrial Relations has determined the
general prevailing rate of wages in the locality for each craft or type of worker
needed to execute the work. Said wage rates pursuant to Section 1773.2 of
the Labor Code are on file with the Clerk of the Fresno County Board of
Supervisors, and will be made available to any interested person on request.
A copy of this wage scale may also be obtained at the following Web Site:
hM3s://www.dir.ca.pov/OPRU.
B. Pursuant to Section 1775 of the Labor Code of the State of California, nothing
in this Article shall prevent the employment of properly registered apprentices
upon public works. Every such apprentice shall be paid the standard wage paid
to apprentices under the regulations of the craft or trade at which he/she is
employed, and shall be employed only at the work of the craft or trade to which
he/she is registered.
C. Only apprentices, as defined in Section 3077, who are in training under
apprenticeship standards and written apprentice agreements under Chapter 4
(commencing at Section 3070), Division 3, of the Labor Code, are eligible to
be employed on public works. The employment and training of each apprentice
shall be in accordance with the provisions of the apprenticeship standards and
apprentice agreements under which he/she is training.
2.56 PROVISIONS REQUIRED BY LAW DEEMED INSERTED
Every provision of law and clause required by law to be inserted in this contract shall
be deemed to be inserted, and this contract shall be read and enforced as though it
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 65
were included, and if through mistake or otherwise, any provision is not inserted or is
not correctly inserted, upon application of either party the contract shall be amended
to make the insertion or correction.
2.57 DRUG-FREE WORKPLACE CERTIFICATION
A. The Contractor shall comply with Government Code Section 8355 in matters
relating to providing a drug-free workplace.
B. The Contractor shall publish a statement notifying employees that unlawful
manufacture, distribution, dispensation, possession, or use of controlled
substance is prohibited, and specifying actions to be taken against employees
for violations, as required by Government Code Section 8355(a).
C. The Contractor shall establish a Drug-Free Awareness Program as required
by Government Code 8355(a)(2), to inform employees about all of the
following:
1. The dangers of drug abuse in the workplace,
2. The Contractor's policy for maintaining a drug-free workplace,
3. Any available counseling, rehabilitation, and employee assistance
programs,
4. Penalties that may be imposed upon employees for drug abuse
violations.
D. Provide as required by Government Code 8355(c), that everyone who provides
work under the Agreement:
1. Will receive a copy of the company's drug-free policy statement, and
2. Will agree to abide by the terms of the Contractor's statement as a
condition of employment on the contract.
2.58 BUILDING PERMIT AND OTHER PERMITS
The Building permit shall be obtained and paid for by the Owner. All other required
permits are the responsibility of the Contractor to obtain. Fees for all other required
permits shall be reimbursed to the Contractor at actual cost when the County is
presented with a valid receipt.
2.59 CODES AND REGULATIONS
All work, materials, and equipment shall be in full compliance with the California
Building Code; California Plumbing Code; California Electrical Code; California
Mechanical Code; California Fire Code; California Energy Code; as those codes may
be amended from time to time; Cal/OSHA Safety Regulations; and all Federal, State,
CONTRACT # 24-S-08
DBH OLIVE ROOF REPLACEMENT GENERAL CONDITIONS
AND FAQADE REPAIRS, FRESNO, CA SECTION 007200 - 66
and Local laws, ordinances, regulations and Fresno County Charter provisions in
effect and applicable in the performance of the work.
END OF SECTION
CONTRACT # 24-S-08
County of Fresno Project No. 2024_10
5555 East Olive Avenue, Fresno Contract 24-S-08
Roof Replacement and Fagade Repairs
SPECIFICATIONS
Table of Contents
Specifications for Roof Replacement and Facade Repairs
SECTION NUMBER I I SECTION TITLE
DIVISION 1 -GENERAL REQUIREMENTS
012500 Substitution Procedures
013100 Project Management and Coordination
017329 Cutting And Patching
DIVISION 2- EXISTING CONDITIONS
024119 1 1 Selective Demolition
DIVISION 4-MASONRY
040120 1 1 Maintenance Of Unit Masonry
DIVISION 6-WOOD,PLASTICS,AND COMPOSITES
061053 1 1 Miscellaneous Rough Carpentry
DIVISION 07-THERMAL AND MOISTURE PROTECTION
070100 Preparation For Re-Roofing
070191 Joint Sealant Rehabilitation and Replacement
072726 Fluid-Applied Membrane Air Barriers,Vapor Retarding
075416 Ketone Ethylene Ester (Kee) Roofing
076200 Sheet Metal Flashing and Trim
077200 Roof Accessories
DIVISION 08- OPENINGS
088513 1 1 Glazing Sealants
DIVISION 09 - FINISHES
099113 1 1 Exterior Painting
0996531 1 Silicone Elastomeric Coatings
A
¢� G1
O S
NO. 283
RENEWAL DATE
06/30/2025
TABLE OF CONTENTS
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 012500- SUBSTITUTION PROCEDURES
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes administrative and procedural requirements for substitutions.
B. Related Requirements:
1. Section 016000 "Product Requirements" for requirements for submitting comparable
product submittals for products by listed manufacturers.
1.2 DEFINITIONS
A. Substitutions: Changes in products, materials, equipment, and methods of construction from
those required by the Contract Documents and proposed by Contractor.
1.3 ACTION SUBMITTALS
A. Substitution Requests: Submit three copies of each request for consideration. Identify product
or fabrication or installation method to be replaced. Include Specification Section number and
title and Drawing numbers and titles.
1. Substitution Request Form: Use CSI Form 13.1A
2. Documentation: Show compliance with requirements for substitutions and the following,
as applicable:
a. Statement indicating why specified product or fabrication or installation cannot be
provided,if applicable.
b. Coordination information, including a list of changes or revisions needed to other
parts of the Work and to construction performed by Owner and separate
contractors,that will be necessary to accommodate proposed substitution.
C. Detailed comparison of significant qualities of proposed substitution with those of
the Work specified. Include annotated copy of applicable Specification Section.
Significant qualities may include attributes such as performance, weight, size,
durability, visual effect, sustainable design characteristics, warranties, and specific
features and requirements indicated. Indicate deviations, if any, from the Work
specified.
d. Product Data, including drawings and descriptions of products and fabrication and
installation procedures.
e. Samples,where applicable or requested.
f. Certificates and qualification data,where applicable or requested.
g. List of similar installations for completed projects with project names and
addresses and names and addresses of architects and owners.
SUBSTITUTION PROCEDURES 012500 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
h. Material test reports from a qualified testing agency indicating and interpreting test
results for compliance with requirements indicated.
i. Research reports evidencing compliance with building code in effect for Project,
from ICC-ES.
j. Detailed comparison of Contractor's construction schedule using proposed
substitution with products specified for the Work, including effect on the overall
Contract Time. If specified product or method of construction cannot be provided
within the Contract Time, include letter from manufacturer, on manufacturer's
letterhead, stating date of receipt of purchase order, lack of availability, or delays
in delivery.
k. Cost information, including a proposal of change, if any, in the Contract Sum.
1. Contractor's certification that proposed substitution complies with requirements in
the Contract Documents except as indicated in substitution request, is compatible
with related materials, and is appropriate for applications indicated.
in. Contractor's waiver of rights to additional payment or time that may subsequently
become necessary because of failure of proposed substitution to produce indicated
results.
3. Architect's Action: If necessary, Architect will request additional information or
documentation for evaluation within seven days of receipt of a request for substitution.
Architect will notify Contractor of acceptance or rejection of proposed substitution within
15 days of receipt of request, or seven days of receipt of additional information or
documentation,whichever is later.
a. Forms of Acceptance: Change Order, Construction Change Directive, or
Architect's Supplemental Instructions for minor changes in the Work.
b. Use product specified if Architect does not issue a decision on use of a proposed
substitution within time allocated.
1.4 QUALITY ASSURANCE
A. Compatibility of Substitutions: Investigate and document compatibility of proposed
substitution with related products and materials. Engage a qualified testing agency to perform
compatibility tests recommended by manufacturers.
PART 2 -PRODUCTS
2.1 SUBSTITUTIONS
A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for
change, but not later than 15 days prior to time required for preparation and review of related
submittals unless more restrictive conditions is indicated on specific sections of the
Specifications.
I. Conditions: Architect will consider Contractor's request for substitution when the
following conditions are satisfied:
SUBSTITUTION PROCEDURES 012500 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
a. Requested substitution is consistent with the Contract Documents and will produce
indicated results.
b. Requested substitution will not adversely affect Contractor's construction schedule.
C. Requested substitution has received necessary approvals of authorities having
jurisdiction.
d. Requested substitution is compatible with other portions of the Work.
e. Requested substitution has been coordinated with other portions of the Work.
£ Requested substitution provides specified warranty.
g. If requested substitution involves more than one contractor, requested substitution
has been coordinated with other portions of the Work, is uniform and consistent, is
compatible with other products,and is acceptable to all contractors involved.
PART 3 -EXECUTION(Not Used)
END OF SECTION 012500
SUBSTITUTION PROCEDURES 012500 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 013100-PROJECT MANAGEMENT AND COORDINATION
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes administrative provisions for coordinating construction operations on Project
including,but not limited to,the following:
1. Coordination drawings.
2. Requests for Information(RFIs).
3. Project meetings.
1.2 DEFINITIONS
A. RFI: Request from Owner, Construction Manager, Architect, or Contractor seeking
information required by or clarifications of the Contract Documents.
1.3 INFORMATIONAL SUBMITTALS
A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each
portion of the Work, including those who are to furnish products or equipment fabricated to a
special design. Include the following information in tabular form:
1. Name, address, and telephone number of entity performing subcontract or supplying
products.
2. Number and title of related Specification Section(s)covered by subcontract.
3. Drawing number and detail references, as appropriate, covered by subcontract.
1.4 GENERAL COORDINATION PROCEDURES
A. Coordination: Coordinate construction operations included in different Sections of the
Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate
construction operations, included in different Sections, that depend on each other for proper
installation, connection, and operation.
1. Schedule construction operations in sequence required to obtain the best results where
installation of one part of the Work depends on installation of other components, before
or after its own installation.
2. Coordinate installation of different components to ensure maximum performance and
accessibility for required maintenance, service, and repair.
3. Make adequate provisions to accommodate items scheduled for later installation.
PROJECT MANAGEMENT AND COORDINATION 013100 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Prepare memoranda for distribution to each party involved, outlining special procedures
required for coordination. Include such items as required notices, reports, and list of attendees
at meetings.
1. Prepare similar memoranda for Owner and separate contractors if coordination of their
Work is required.
1.5 COORDINATION DRAWINGS
A. Coordination Drawings, General: Prepare coordination drawings according to requirements in
individual Sections, where installation is not completely shown on Shop Drawings, where
limited space availability necessitates coordination, or if coordination is required to facilitate
integration of products and materials fabricated or installed by more than one entity.
1. Content: Project-specific information, drawn accurately to a scale large enough to
indicate and resolve conflicts. Do not base coordination drawings on standard printed
data. Include the following information,as applicable:
a. Indicate functional and spatial relationships of components of architectural,
structural, civil,mechanical, and electrical systems.
b. Indicate dimensions shown on the Drawings. Specifically note dimensions that
appear to be in conflict with submitted equipment and minimum clearance
requirements. Provide alternate sketches to Architect indicating proposed
resolution of such conflicts. Minor dimension changes and difficult installations
will not be considered changes to the Contract.
1.6 REQUESTS FOR INFORMATION(RFIs)
A. General: Immediately on discovery of the need for additional information or interpretation of
the Contract Documents, Contractor shall prepare and submit an RFI in the form specified.
1. Architect will return RFIs submitted to Architect by other entities controlled by
Contractor with no response.
2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's
work or work of subcontractors.
B. Content of the RFI: Include a detailed, legible description of item needing information or
interpretation and the following:
1. Project name.
2. Project number.
3. Date.
4. Name of Contractor.
5. Name of Architect.
6. RFI number,numbered sequentially.
7. RFI subject.
8. Specification Section number and title and related paragraphs, as appropriate.
PROJECT MANAGEMENT AND COORDINATION 013100 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
9. Drawing number and detail references, as appropriate.
10. Field dimensions and conditions, as appropriate.
11. Contractor's suggested resolution. If Contractor's solution(s) impacts the Contract Time
or the Contract Sum, Contractor shall state impact in the RFI.
12. Contractor's signature.
13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop
Drawings, coordination drawings, and other information necessary to fully describe items
needing interpretation.
C. RFI Forms: Software-generated form with substantially the same content as indicated above,
acceptable to Architect.
D. Architect's Action: Architect will review each RFI, determine action required, and respond.
Allow 15 working days for Architect's response for each RFI. RFIs received by Architect after
1:00 p.m.will be considered as received the following working day.
1. The following RFIs will be returned without action:
a. Requests for approval of submittals.
b. Requests for approval of substitutions.
C. Requests for coordination information already indicated in the Contract
Documents.
d. Requests for adjustments in the Contract Time or the Contract Sum.
e. Requests for interpretation of Architect's actions on submittals.
£ Incomplete RFIs or inaccurately prepared RFIs.
2. Architect's action may include a request for additional information, in which case
Architect's time for response will date from time of receipt of additional information.
E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number.
Submit log weekly. Software log with not less than the following:
1. Project name.
2. Name and address of Contractor.
3. Name and address of Architect
4. RFI number including RFIs that were dropped and not submitted.
5. RFI description.
6. Date the RFI was submitted.
7. Date Architect's response was received.
F. On receipt of Architect's, update the RFI log and immediately distribute the RFI response to
affected parties. Review response and notify Architect 7 days if Contractor disagrees with
response.
1. Identification of related Minor Change in the Work, Construction Change Directive, and
Proposal Request, as appropriate.
2. Identification of related Field Order, Work Change Directive, and Proposal Request, as
appropriate.
PROJECT MANAGEMENT AND COORDINATION 013100 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1.7 PROJECT MEETINGS
A. General: Schedule and conduct meetings and conferences at Project site unless otherwise
indicated.
1. Attendees: Inform participants and others involved, and individuals whose presence is
required, of date and time of each meeting. Notify Owner and Architect of scheduled
meeting dates and times.
2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees.
3. Minutes: Entity responsible for conducting meeting will record significant discussions
and agreements achieved. Distribute the meeting minutes to everyone concerned,
including Owner and Architect,within five days of the meeting.
B. Preconstruction Conference: Schedule and conduct a preconstruction conference before starting
construction, at a time convenient to Owner and Architect, but no later than 15 days after
execution of the Agreement.
1. Attendees: Authorized representatives of Owner,Owner's representative, Architect, and
their consultants; Contractor and its superintendent; major subcontractors; suppliers; and
other concerned parties shall attend the conference. Participants at the conference shall
be familiar with Project and authorized to conclude matters relating to the Work.
2. Agenda: Discuss items of significance that could affect progress, including the
following:
a. Tentative construction schedule.
b. Phasing.
C. Critical work sequencing and long-lead items.
d. Designation of key personnel and their duties.
e. Procedures for processing field decisions and Change Orders.
f. Procedures for RFIs.
g. Procedures for testing and inspecting.
h. Procedures for processing Applications for Payment.
i. Distribution of the Contract Documents.
j. Submittal procedures.
k. Preparation of record documents.
1. Use of the premises and existing building.
in. Work restrictions.
n. Working hours.
o. Owner's occupancy requirements.
p. Responsibility for temporary facilities and controls.
q. Procedures for moisture and mold control.
r. Procedures for disruptions and shutdowns.
S. Construction waste management and recycling.
t. Parking availability.
U. Office,work, and storage areas.
V. Equipment deliveries and priorities.
W. First aid.
X. Security.
y. Progress cleaning.
PROJECT MANAGEMENT AND COORDINATION 013100 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3. Minutes: Entity responsible for conducting meeting will record and distribute meeting
minutes.
C. Preinstallation Conferences: Conduct a preinstallation conference at Project site before each
construction activity that requires coordination with other construction.
I. Attendees: Installer and representatives of manufacturers and fabricators involved in or
affected by the installation and its coordination or integration with other materials and
installations that have preceded or will follow, shall attend the meeting. Advise Architect
of scheduled meeting dates.
2. Agenda: Review progress of other construction activities and preparations for the
particular activity under consideration, including requirements for the following:
a. Contract Documents.
b. Options.
C. Related RFIs.
d. Related Change Orders.
e. Purchases.
f. Deliveries.
g. Submittals.
h. Review of mockups.
i. Possible conflicts.
j. Compatibility problems.
k. Time schedules.
1. Weather limitations.
in. Manufacturer's written instructions.
n. Warranty requirements.
o. Compatibility of materials.
p. Acceptability of substrates.
q. Temporary facilities and controls.
r. Space and access limitations.
S. Regulations of authorities having jurisdiction.
t. Testing and inspecting requirements.
U. Installation procedures.
V. Coordination with other work.
W. Required performance results.
X. Protection of adjacent work.
y. Protection of construction and personnel.
3. Record significant conference discussions, agreements, and disagreements, including
required corrective measures and actions.
4. Reporting: Distribute minutes of the meeting to each party present and to other parties
requiring information.
5. Do not proceed with installation if the conference cannot be successfully concluded.
Initiate whatever actions are necessary to resolve impediments to performance of the
Work and reconvene the conference at earliest feasible date.
D. Progress Meetings: Conduct progress meetings at biweekly intervals.
PROJECT MANAGEMENT AND COORDINATION 013100 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Attendees: In addition to representatives of Owner and Architect, each contractor,
subcontractor, supplier, and other entity concerned with current progress or involved in
planning, coordination, or performance of future activities shall be represented at these
meetings. All participants at the meeting shall be familiar with Project and authorized to
conclude matters relating to the Work.
2. Agenda: Review and correct or approve minutes of previous progress meeting. Review
other items of significance that could affect progress. Include topics for discussion as
appropriate to status of Project.
a. Contractor's Construction Schedule: Review progress since the last meeting.
Determine whether each activity is on time, ahead of schedule, or behind schedule,
in relation to Contractor's construction schedule. Determine how construction
behind schedule will be expedited; secure commitments from parties involved to
do so. Discuss whether schedule revisions are required to ensure that current and
subsequent activities will be completed within the Contract Time.
1) Review schedule for next period.
b. Review present and future needs of each entity present,including the following:
1) Interface requirements.
2) Sequence of operations.
3) Status of submittals.
4) Deliveries.
5) Off-site fabrication.
6) Access.
7) Site utilization.
8) Temporary facilities and controls.
9) Progress cleaning.
10) Quality and work standards.
11) Status of correction of deficient items.
12) Field observations.
13) Status of RFIs.
14) Status of proposal requests.
15) Pending changes.
16) Status of Change Orders.
17) Pending claims and disputes.
18) Documentation of information for payment requests.
3. Minutes: Entity responsible for conducting the meeting will record and distribute the
meeting minutes to each party present and to parties requiring information.
a. Schedule Updating: Revise Contractor's construction schedule after each progress
meeting where revisions to the schedule have been made or recognized. Issue
revised schedule concurrently with the report of each meeting.
PROJECT MANAGEMENT AND COORDINATION 013100 - 6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
PART 2 -PRODUCTS (Not Used)
PART 3 -EXECUTION(Not Used)
END OF SECTION 013100
PROJECT MANAGEMENT AND COORDINATION 013100 - 7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024 10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 017329 - CUTTING AND PATCHING
PART 1 - GENERAL
1.1 RELATED DOCUMENTS
A. Drawings and general provisions of the Contract
B. Including General and Supplementary Conditions and other Division 1 Specification Sections,
apply to this Section.
1.2 SUMMARY
A. This Section includes administrative and procedural requirements for cutting and patching.
B. Related Sections: The following Sections contain requirements that relate to this Section:
1. Division 2 Section "Selective Demolition" for demolition of selected portions of
the building for alterations.
2. Refer to other Sections for specific requirements and limitations applicable to
cutting and patching individual parts of the Work.
a. Requirements of this Section apply to mechanical and electrical installations.
1.3 SUBMITTALS
A. Cutting and Patching Proposal: Submit a proposal describing procedures well in advance of
the time cutting and patching will be performed if the Owner requires approval of these
procedures before proceeding. Request approval to proceed. Include the following
information,as applicable,in the proposal:
1. Describe the extent of cutting and patching required. Show how it will be
performed and indicate why it cannot be avoided.
2. Approval by the Architect to proceed with cutting and patching does not waive the
Architect's right to later require complete removal and replacement of
unsatisfactory work.
1.4 QUALITY ASSURANCE
A. Requirements for Structural Work: Do not cut and patch structural elements in a manner that
would change their load-carrying capacity or load-deflection ratio.
B. Operational Limitations: Do not cut and patch operating elements or related components in a
manner that would result in reducing their capacity to perform as intended. Do not cut and
patch operating elements or related components in a manner that would result in increased
maintenance or decreased operational life or safety.
C. Visual Requirements: Do not cut and patch construction exposed on the exterior or in
occupied spaces in a manner that would,in the Architect's opinion,reduce the building's
CUTTING AND PATCHING 017329 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024 10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
aesthetic qualities. Do not cut and patch construction in a manner that would result in visual
evidence of cutting and patching. Remove and replace construction cut and patched in a
visually unsatisfactory manner.
PART 2 - PRODUCTS
2.1 MATERIALS
A. Use materials identical to existing materials. For exposed surfaces,use materials that
visually match existing adjacent surfaces to the fullest extent possible if identical materials
are unavailable or cannot be used.Use materials whose installed performance will equal or
surpass that of existing materials.
PART 3 -EXECUTION
3.1 INSPECTION
A. Examine surfaces to be cut and patched and conditions under which cutting and patching is
to be performed before cutting. If unsafe or unsatisfactory conditions are encountered,take
corrective action before proceeding.
3.2 PREPARATION
A. Temporary Support: Provide temporary support of work to be cut.
B. Protection: Protect existing construction during cutting and patching to prevent damage.
Provide protection from adverse weather conditions for portions of the Project that mightbe
exposed during cutting and patching operations.
3.3 PERFORMANCE
A. General: Employ skilled workmen to perform cutting and patching. Proceed with cutting and
patching at the earliest feasible time and complete without delay.
1. Cut existing construction to provide for installation of other components or
performance of other construction activities and the subsequent fitting and patching
required to restore surfaces to their original condition.
B. Cutting: Cut existing construction using methods least likely to damage elements retained or
adjoining construction. Where possible, review proposed procedures with the original Installer;
comply with the original Installer's recommendations.
1. In general,where cutting,use hand or small power tools designed for sawing or
grinding,not hammering and chopping. Cut holes and slots as small as possible,neatly
to size required, and with minimum disturbance of adjacent surfaces. Temporarily
CUTTING AND PATCHING 017329 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024 10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
cover openings when not in use.
2. To avoid marring existing finished surfaces, cut or drill from the exposed or finished
side into concealed surfaces.
3. Cut through concrete and masonry using a cutting machine, such as a Carborundum
saw or a diamond-core drill.
4. Where services are required to be removed,relocated,or abandoned,by-pass utility
services, such as pipe or conduit,before cutting. Cut-off pipe or conduit in walls or
partitions to be removed. Cap,valve, or plug and seal the remaining portion of pipe
or conduit to prevent entrance of moisture or other foreign matter after bypassing
and cutting.
C. Patching: Patch with durable seams that are as invisible as possible. Comply with specified
tolerances.
1. Where feasible, inspect and test patched areas to demonstrate integrity of the
installation.
2. Restore exposed finishes of patched areas and extend finish restoration into retained
adjoining construction in a manner that will eliminate evidence of patching and
refinishing.
3. Where removing walls or partitions extends one fmished area into another,patch and
repair floor and wall surfaces in the new space. Provide an even surface of uniform
color and appearance. Remove existing floor and wall coverings and replace with new
materials, if necessary,to achieve uniform color and appearance.
a. Where patching occurs in a smooth painted surface, extend final paint coat
over entire unbroken surface containing the patch after the area hasreceived
primer and second coat.
4. Patch,or repair, existing ceilings as necessary to provide an even-plane surface of
uniform appearance.
3.4 CLEANING
A. Clean areas and spaces where cutting and patching are performed.
END OF SECTION 017329
CUTTING AND PATCHING 017329 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 024119 - SELECTIVE DEMOLITION
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Demolition and removal of selected portions of building or structure.
2. Demolition and removal of selected site elements.
3. Salvage of existing items to be reused or recycled.
1.2 DEFINITIONS
A. Remove: Detach items from existing construction and legally dispose of them off-site unless
indicated to be removed and salvaged or removed and reinstalled.
B. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall
where indicated.
C. Existing: Existing items of construction that are not to be permanently removed and that are not
otherwise indicated to be removed, removed, and salvaged, or removed and reinstalled.
1.3 FIELD CONDITIONS
A. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with
selective demolition.
B. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work.
1. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect
and Owner. Hazardous materials will be removed by Owner under a separate contract.
C. Utility Service: Maintain existing utilities indicated to remain in service and protect them against
damage during selective demolition operations.
1. Maintain fire-protection facilities in service during selective demolition operations.
1.4 WARRANTY
A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged
during selective demolition,by methods and with materials so as not to void existing warranties.
SELECTIVE DEMOLITION 024119 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
PART 2 -PRODUCTS
2.1 PEFORMANCE REQUIREMENTS
A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning
selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction.
B. Standards: Comply with ANSFASSE A10.6 and NFPA 241.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify that utilities have been disconnected and capped before starting selective demolition
operations.
B. Survey existing conditions and correlate with requirements indicated to determine extent of selective
demolition required.
C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function
or design are encountered, investigate, and measure the nature and extent of conflict. Promptly
submit a written report to Architect.
D. Perform an engineering survey of condition of building to determine whether removing any element
might result in structural deficiency or unplanned collapse of any portion of structure or adjacent
structures during selective building demolition operations.
3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS
A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them
against damage.
B. Existing Services/Systems to Be Removed, Relocated, or Abandoned: Locate, identify, disconnect,
and seal or cap off indicated utility services and mechanical/electrical systems serving areas to be
selectively demolished.
1. Arrange to shut off indicated utilities with utility companies.
2. If services/systems are required to be removed, relocated, or abandoned, provide temporary
services/systems that bypass area of selective demolition and that maintain continuity of
services/systems to other parts of building.
3. Disconnect, demolish, and remove fire-suppression systems, plumbing, and HVAC systems,
equipment,and components indicated to be removed.
a. Piping to Be Removed: Remove portion of piping indicated to be removed and cap or
plug remaining piping with same or compatible piping material.
SELECTIVE DEMOLITION 024119 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
b. Piping to Be Abandoned in Place: Drain piping and cap or plug piping with same or
compatible piping material.
C. Equipment to Be Removed: Disconnect and cap services and remove equipment.
d. Equipment to Be Removed and Reinstalled: Disconnect and cap services and remove,
clean, and store equipment; when appropriate, reinstall, reconnect, and make equipment
operational.
e. Equipment to Be Removed and Salvaged: Disconnect and cap services and remove
equipment and deliver to Owner.
f. Ducts to Be Removed: Remove portion of ducts indicated to be removed and plug
remaining ducts with same or compatible ductwork material.
g. Ducts to Be Abandoned in Place: Cap or plug ducts with same or compatible ductwork
material.
3.3 PREPARATION
A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to
ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and
used facilities.
B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to
people and damage to adjacent buildings and facilities to remain.
C. Temporary Shoring: Provide and maintain shoring, bracing, and structural supports as required to
preserve stability and prevent movement, settlement, or collapse of construction and finishes to
remain, and to prevent unexpected or uncontrolled movement or collapse of construction being
demolished.
3.4 SELECTIVE DEMOLITION, GENERAL
A. General: Demolish and remove existing construction only to the extent required by new construction
and as indicated. Use methods required to complete the Work within limitations of governing
regulations and as follows:
1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting
methods least likely to damage construction to remain or adjoining construction. Use hand
tools or small power tools designed for sawing or grinding, not hammering and chopping, to
minimize disturbance of adjacent surfaces. Temporarily cover openings to remain.
2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing
finished surfaces.
3. Do not use cutting torches until work area is cleared of flammable materials. At concealed
spaces, such as duct and pipe interiors, verify condition and contents of hidden space before
starting flame-cutting operations. Maintain portable fire-suppression devices during flame-
cutting operations.
4. Locate selective demolition equipment and remove debris and materials so as not to impose
excessive loads on supporting walls, floors,or framing.
5. Dispose of demolished items and materials promptly.
SELECTIVE DEMOLITION 024119 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Reuse of Building Elements: Project has been designed to result in end-of-Project rates for reuse of
building elements as follows. Do not demolish building elements beyond what is indicated on
Drawings without Architect's approval.
C. Removed and Salvaged Items:
I. Clean salvaged items.
2. Pack or crate items after cleaning. Identify contents of containers.
3. Store items in a secure area until delivery to Owner.
4. Transport items to Owner's storage area designated by Owner.
5. Protect items from damage during transport and storage.
D. Removed and Reinstalled Items:
I. Clean and repair items to functional condition adequate for intended reuse.
2. Pack or crate items after cleaning and repairing. Identify contents of containers.
3. Protect items from damage during transport and storage.
4. Reinstall items in locations indicated. Comply with installation requirements for new materials
and equipment. Provide connections, supports, and miscellaneous materials necessary to make
item functional for use indicated.
E. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during
selective demolition. When permitted by Architect, items may be removed to a suitable, protected
storage location during selective demolition and cleaned and reinstalled in their original locations
after selective demolition operations are complete.
3.5 DISPOSAL OF DEMOLISHED MATERIALS
A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or
otherwise indicated to remain Owner's property, remove demolished materials from Project site and
legally dispose of them in an EPA-approved landfill.
1. Do not allow demolished materials to accumulate on-site.
2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and
areas.
3. Remove debris from elevated portions of building by chute, hoist, or other device that will
convey debris to grade level in a controlled descent.
B. Burning: Do not burn demolished materials.
C. Disposal: Transport demolished materials off Owner's property and legally dispose of them.
3.6 CLEANING
A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition
operations. Return adjacent areas to condition existing before selective demolition operations began.
END OF SECTION 024119
SELECTIVE DEMOLITION 024119 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 040120-MAINTENANCE OF UNIT MASONRY
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes maintenance of unit masonry consisting of brick clay masonry restoration and
cleaning as follows:
1. Repairing unit masonry, including replacing units.
2. Repointing joints.
3. Preliminary cleaning, including removing plant growth.
4. Cleaning exposed unit masonry surfaces.
1.2 DEFINITIONS
A. Low-Pressure Spray: [0 to 400 psi 4 to 6 gpm ].
1.3 PRECONSTRUCTION TESTING
A. Preconstruction Testing Service: Contractor will Engage a qualified testing agency to perform
preconstruction testing on masonry units as follows.
1. Existing Brick: Test each type of existing masonry unit indicated for replacement,
according to testing methods in ASTM C 67 for compressive strength, 24-hour Cold-
water absorption, 5-hour boil absorption, saturation coefficient, and initial rate of
absorption (suction). Carefully remove five existing units from locations designated by
Architect. Take testing samples from these units.
2. Existing Mortar: Test according to ASTM C 295, modified as agreed by testing service
and Architect for Project requirements, to determine proportional composition of original
ingredients, sizes and colors of aggregates, and approximate strength. Use X-ray
diffraction, infrared spectroscopy, and differential thermal analysis as necessary to
supplement microscopical methods. Carefully remove existing mortar from within joints
at five locations designated by testing service.
3. Temporary Patch: Provide temporary materials at locations from which existing samples
were taken.
4. Replacement Brick: Test each proposed type of replacement masonry unit, according to
sampling and testing methods in ASTM C 67 for compressive strength, 24-hour Cold-
water absorption, 5-hour boil absorption, saturation coefficient, and initial rate of
absorption(suction).
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
MAINTENANCE OF UNIT MASONRY 040120 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Shop Drawings: For the following:
1. Full-size patterns with complete dimensions for new specially molded brick shapes and
their jointing, showing relation of existing to new units.
2. Provisions for expansion joints or other sealant joints.
C. Samples: For each exposed product and for each color and texture specified.
1.5 INFORMATIONAL SUBMITTALS
A. Preconstruction test reports.
1.6 QUALITY ASSURANCE
A. Restoration Specialist Qualifications: Engage an experienced masonry restoration and cleaning
firm to perform work of this Section. Firm shall have completed work similar in material,
design, and extent to that indicated for this Project with a record of successful in-service
performance. Experience installing standard unit masonry is not sufficient experience for
masonry restoration work.
1. At Contractor's option, work may be divided between two specialist firms: one for
cleaning work and one for repair work.
2. Field Supervision: Restoration specialist firms shall maintain experienced full-time
supervisors on Project site during times that clay masonry restoration and cleaning work
is in progress.
3. Restoration Worker Qualifications: Persons who are experienced in restoration work of
types they will be performing. When masonry units are being patched, assign at least one
worker among those performing patching work who is trained and certified by
manufacturer of patching compound to apply its products.
B. Mockups: Prepare mockups of restoration and cleaning to demonstrate aesthetic effects and set
quality standards for materials and execution and for fabrication and installation.
1. Masonry Repair: Prepare sample areas for each type of masonry material indicated to
have repair work performed. If not otherwise indicated, size each mockup not smaller
than 2 adjacent whole units or approximately 48 inches in least dimension. Erect sample
areas in existing walls unless otherwise indicated, to demonstrate quality of materials,
workmanship, and blending with existing work. Include the following as a minimum:
a. Replacement:
1) Four brick units replaced.
b. Patching: Three small holes at least 1 inch in diameter for each type of masonry
material indicated to be patched, so as to leave no evidence of repair.
2. Repointing: Rake out joints in 2 separate areas , each approximately 36 inches high by
48 inches wide for each type of repointing required and repoint one of the areas.
MAINTENANCE OF UNIT MASONRY 040120 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3. Cleaning: Clean an area approximately 25 sq. ft. for each type of masonry and surface
condition.
C. Preinstallation Conference: Conduct conference at Project site.
PART 2-PRODUCTS
2.1 MASONRY MATERIALS
A. Face Brick: Provide face brick, including specially molded, ground, cut, or sawed shapes where
required to complete masonry restoration work.
1. Provide units with physical properties, colors, color variation within units, surface
texture, size, and shape to match existing brickwork.
a. For existing brickwork that exhibits a range of colors or color variation within
units,provide brick that proportionally matches that range and variation rather than
brick that matches an individual color within that range.
2. Special Shapes:
a. Provide specially molded, 100 percent solid shapes for applications where core
holes or "frogs" could be exposed to view or weather when in final position and
where shapes produced by sawing would result in sawed surfaces being exposed to
view.
b. Provide specially ground units, shaped to match patterns, for arches and where
indicated.
C. Mechanical chopping or breaking brick, or bonding pieces of brick together by
adhesive, are not acceptable procedures for fabricating special shapes.
3. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Boston Valley Terra Cotta.
b. Gladding,McBean; a Division of PABCO Building Products,LLC.
C. Studio S Pottery.
d. Superior Clay Corporation.
2.2 MORTAR MATERIALS
A. Portland Cement: ASTM C 150, Type I or Type II, white or gray or both where required for
color matching of exposed mortar.
B. Hydrated Lime: ASTM C 207, Type S.
C. Mortar Sand: ASTM C 144 unless otherwise indicated.
MAINTENANCE OF UNIT MASONRY 040120 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Color: Provide natural sand or ground marble, granite, or other sound stone of color
necessary to produce required mortar color.
2. For pointing mortar,provide sand with rounded edges.
3. Match size, texture, and gradation of existing mortar sand as closely as possible. Blend
several sands if necessary to achieve suitable match.
D. Water: Potable.
2.3 MANUFACTURED REPAIR MATERIALS
A. Masonry Patching Compound: Factory-mixed cementitious product that is custom
manufactured for patching masonry.
1. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following:
a. Cathedral Stone Products, Inc.; Jahn M100 Terra Cotta and Brick Repair Mortar.
b. Conproco Corporation;
C. Edison Coatings,Inc.; Custom System 45.
2. Use formulation that is vapor- and water permeable (equal to or more than the masonry
unit), exhibits low shrinkage, has lower modulus of elasticity than the masonry units
being repaired, and develops high bond strength to all types of masonry.
3. Formulate patching compound used for patching brick in colors and textures to match
each masonry unit being patched.
2.4 PAINT REMOVERS
A. Covered or Skin-Forming Alkaline Paint Remover: Manufacturer's standard covered or skin-
forming alkaline formulation for removing paint coatings from masonry.
1. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following:
a. ABR Products,Inc.; Grip'N Strip 800 Fast Acting.
b. Diedrich Technologies Inc.; 606 Multi-Layer Paint Remover or 606X Extra Thick
Multi-Layer Paint Remover with pull-off removal system.
C. Dumond Chemicals,Inc.; Peel Awgy I System.
d. PROSOCO; Enviro Klean Safety Peel 1 or Enviro Klean Safety Peel 3 with Enviro
Klean Overcoat.
B. Solvent-Type Paint Remover: Manufacturer's standard water-rinseable, solvent-type gel
formulation for removing paint coatings from masonry.
1. Products: Subject to compliance with requirements, products that may be incorporated
into the Work include,but are not limited to,the following:
a. ABR Products,Inc.; Super Bio Strip Gel.
MAINTENANCE OF UNIT MASONRY 040120 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
b. Diedrich Technologies Inc.; 505 Special Coatings Stripper.
C. Dumond Chemicals,Inc.; Peel Away2.
d. Hydroclean, Hydrochemical Techniques, Inc.; Hydroclean HT-300 Solvent Paint
Remover.
e. Price Research,Ltd.,Price Strip-All.
f. PROSOCO; Sure Klean Fast Acting Stripper.
C. Low-Odor, Solvent-Type Paint Remover: Manufacturer's standard low-odor, water-rinseable
solvent-type gel formulation, containing no methanol or methylene chloride, for removing paint
coatings from masonry.
1. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following:
a. ABR Products,Inc.; Super Bio Strip Gel.
b. Cathedral Stone Products, Inc.; 5-301 5-303 or 5-305.
C. Dumond Chemicals,Inc.; Peel Away 6
d. PROSOCO; [Enviro Klean Safety Peel 1 or Enviro Klean Safety Peel 3.
2.5 CLEANING MATERIALS
A. Water: Potable.
B. Job-Mixed Detergent Solution: Solution prepared by mixing 2 cups of tetrasodium
polyphosphate, 1/2 cup of laundry detergent, and 20 quarts of hot water for every 5 gal. of
solution required.
C. Job-Mixed Mold, Mildew, and Algae Remover: Solution prepared by mixing 2 cups of
tetrasodium polyphosphate, 5 quarts of 5 percent sodium hypochlorite(bleach), and 15 quarts of
hot water for every 5 gal. of solution required.
D. Nonacidic Gel Cleaner: Manufacturer's standard gel formulation,with pH between 6 and 9,that
contains detergents with chelating agents and is specifically formulated for cleaning masonry
surfaces.
I. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following:
a. Price Research,Ltd.; Price Marble Cleaner-Gel.
b. PROSOCO; Sure Klean 942 Limestone and Marble Cleaner.
E. Nonacidic Liquid Cleaner: Manufacturer's standard mildly alkaline liquid cleaner formulated
for removing mold, mildew, and other organic soiling from ordinary building materials,
including polished stone,brick, aluminum,plastics, and wood.
I. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following:
a. Diedrich Technologies Inc.; Diedrich 910PM Polished Marble Cleaner.
MAINTENANCE OF UNIT MASONRY 040120 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
b. Dominion Restoration Products,Inc.; Bio-Cleanse.
C. Dumond Chemicals,Inc.; Safe n'Easy Architectural Cleaner/Restorer.
d. Price Research,Ltd.; Price Non-Acid Masonry Cleaner.
e. PROSOCO; Enviro Klean 2010 All Surface Cleaner.
F. Mild Acidic Cleaner: Manufacturer's standard mildly acidic cleaner containing no muriatic
(hydrochloric),hydrofluoric, or sulfuric acid; or ammonium bifluoride or chlorine bleaches.
1. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following:
a. ABR Products,Inc.;X-190 Limestone& Concrete Cleaner.
b. Diedrich Technologies Inc.; Envirorestore 100.
C. Dominion Restoration Products,Inc.; DR-60 Stone and Masonry Cleaner.
d. PROSOCO; Enviro Klean BioWash.
2.6 ACCESSORY MATERIALS
A. Setting Buttons: Resilient plastic buttons, nonstaining to masonry, sized to suit joint
thicknesses and bed depths of masonry units without intruding into required depths of pointing
materials.
2.7 MORTAR MIXES
A. Measurement and Mixing: Measure cementitious materials and sand in a dry condition by
volume or equivalent weight. Do not measure by shovel;use known measure. Mix materials in
a clean,mechanical batch mixer.
B. Colored Mortar: Produce mortar of color required by using specified ingredients. Do not alter
specified proportions without Architect's approval.
1. Mortar Pigments: Where mortar pigments are indicated, do not exceed a pigment-to-
cement ratio of 1:10 by weight.
C. Do not use admixtures in mortar unless otherwise indicated.
D. Mortar Proportions: Mix mortar materials in the following proportions:
1. Pointing Mortar for Brick: 1 part portland cement, 2 parts lime, and 6 parts sand.
a. Add mortar pigments to produce mortar colors required.
2. Pointing Mortar for Terra Cotta: 1 part white portland cement, 1 part lime, and 6 parts
sand.
a. Add mortar pigments to produce mortar colors required.
MAINTENANCE OF UNIT MASONRY 040120 - 6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3. Rebuilding (Setting) Mortar: Comply with ASTM C 270, Proportion Specification,
Type N unless otherwise indicated; with cementitious material limited to Portland cement
and lime.
2.8 CHEMICAL CLEANING SOLUTIONS
A. Dilute chemical cleaners with water to produce solutions not exceeding concentration
recommended by chemical-cleaner manufacturer.
B. Acidic Cleaner Solution for Brick: Dilute with water to produce hydrofluoric acid content of 3
percent or less,but not greater than that recommended by chemical-cleaner manufacturer.
PART 3 -EXECUTION
3.1 PROTECTION
A. Protect persons, motor vehicles, surrounding surfaces of building being restored, building site,
plants, and surrounding buildings from harm resulting from masonry restoration work.
B. Comply with chemical-cleaner manufacturer's written instructions for protecting building and
other surfaces against damage from exposure to its products. Prevent chemical-cleaning
solutions from coming into contact with people, motor vehicles, landscaping, buildings, and
other surfaces that could be harmed by such contact.
1. Cover adjacent surfaces with materials that are proven to resist chemical cleaners used
unless chemical cleaners being used will not damage adjacent surfaces. Use materials
that contain only waterproof, UV-resistant adhesives. Apply masking agents to comply
with manufacturer's written instructions. When no longer needed, promptly remove
masking to prevent adhesive staining.
2. Keep wall wet below area being cleaned to prevent streaking from runoff.
3.2 BRICK REMOVAL AND REPLACEMENT
A. At locations indicated, remove bricks that are damaged, spalled, or deteriorated. Carefully
demolish or remove entire units from joint to joint,without damaging surrounding masonry,in a
manner that permits replacement with full-size units.
B. Support and protect remaining masonry that surrounds removal area. Maintain flashing,
reinforcement, lintels, and adjoining construction in an undamaged condition.
C. Notify Architect of unforeseen detrimental conditions including voids, cracks,bulges, and loose
units in existing masonry backup,rotted wood,rusted metal,and other deteriorated items.
D. Remove in an undamaged condition as many whole bricks as possible.
MAINTENANCE OF UNIT MASONRY 040120 - 7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Remove mortar, loose particles, and soil from brick by cleaning with hand chisels,
brushes, and water.
2. Remove sealants by cutting close to brick with utility knife and cleaning with solvents.
E. Clean bricks surrounding removal areas by removing mortar, dust, and loose particles in
preparation for replacement.
F. Replace removed damaged brick with other removed brick in good quality, where possible, or
with new brick matching existing brick, including size. Do not use broken units unless they can
be cut to usable size.
G. Install replacement brick into bonding and coursing pattern of existing brick. If cutting is
required,use a motor-driven saw designed to cut masonry with clean, sharp,unchipped edges.
1. Maintain joint width for replacement units to match existing joints.
2. Use setting buttons or shims to set units accurately spaced with uniform joints.
H. Lay replacement brick with completely filled bed, head, and collar joints. Butter ends with
sufficient mortar to fill head joints and shove into place. Wet both replacement and surrounding
bricks that have ASTM C 67 initial rates of absorption(suction) of more than 30 g/30 sq. in.per
min.. Use wetting methods that ensure that units are nearly saturated but surface is dry when
laid.
1. Rake out mortar used for laying brick before mortar sets and point new mortar joints in
repaired area to comply with requirements for repointing existing masonry, and at same
time as repointing of surrounding area.
2. When mortar is sufficiently hard to support units, remove shims and other devices
interfering with pointing of joints.
3.3 MASONRY UNIT PATCHING
A. Patching Bricks:
1. Remove loose material from masonry surface. Carefully remove additional material so
patch will not have feathered edges but will have square or slightly undercut edges on
area to be patched and will be at least 1/4 inch thick, but not less than recommended by
patching compound manufacturer.
2. Mask adjacent mortar joint or rake out for repointing if patch will extend to edge of
masonry unit.
3. Mix patching compound in individual batches to match each unit being patched.
4. Rinse surface to be patched and leave damp,but without standing water.
5. Brush-coat surfaces with slurry coat of patching compound according to manufacturer's
written instructions.
6. Place patching compound in layers as recommended by patching compound
manufacturer,but not less than 1/4 inch or more than 2 inches thick. Roughen surface of
each layer to provide a key for next layer.
7. Trowel, scrape, or carve surface of patch to match texture and surrounding surface plane
or contour of the masonry unit. Shape and finish surface before or after curing, as
determined by testing,to best match existing masonry unit.
8. Keep each layer damp for 72 hours or until patching compound has set.
MAINTENANCE OF UNIT MASONRY 040120 - 8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3.4 CLEANING MASONRY, GENERAL
A. Proceed with cleaning in an orderly manner; work from bottom to top of each scaffold width
and from one end of each elevation to the other. Ensure that dirty residues and rinse water will
not wash over cleaned, dry surfaces.
B. Use only those cleaning methods indicated for each masonry material and location.
1. Do not use wire brushes or brushes that are not resistant to chemical cleaner being used.
Do not use plastic-bristle brushes if natural-fiber brushes will resist chemical cleaner
being used.
2. Use spray equipment that provides controlled application at volume and pressure
indicated, measured at spray tip. Adjust pressure and volume to ensure that cleaning
methods do not damage masonry.
a. Equip units with pressure gages.
3. For chemical-cleaner spray application, use low-pressure tank or chemical pump suitable
for chemical cleaner indicated, equipped with cone-shaped spray tip.
4. For water-spray application, use fan-shaped spray tip that disperses water at an angle of
25 to 50 degrees.
C. Perform each cleaning method indicated in a manner that results in uniform coverage of all
surfaces, including corners, moldings, and interstices, and that produces an even effect without
streaking or damaging masonry surfaces.
D. Water-Spray Application Method: Unless otherwise indicated, hold spray nozzle at least 6
inches from surface of masonry and apply water in horizontal back and forth sweeping motion,
overlapping previous strokes to produce uniform coverage.
E. Chemical-Cleaner Application Methods: Apply chemical cleaners to masonry surfaces to
comply with chemical-cleaner manufacturer's written instructions;use brush application. Do not
allow chemicals to remain on surface for periods longer than those indicated or recommended
by manufacturer.
F. Rinse off chemical residue and soil by working upward from bottom to top of each treated area
at each stage or scaffold setting. Periodically during each rinse, test pH of rinse water running
off of cleaned area to determine that chemical cleaner is completely removed.
1. Apply neutralizing agent and repeat rinse if necessary to produce tested pH of between
6.7 and 7.5.
3.5 PRELIMINARY CLEANING
A. Preliminary Cleaning: Before beginning general cleaning, remove extraneous substances that
are resistant to cleaning methods being used. Extraneous substances include paint, calking,
asphalt,and tar.
MAINTENANCE OF UNIT MASONRY 040120 - 9
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Carefully remove heavy accumulations of material from surface of masonry with a sharp
chisel. Do not scratch or chip masonry surface.
2. Remove paint and calking with alkaline paint remover.
a. Comply with requirements in "Paint Removal" Article.
b. Repeat application up to two times if needed.
3. Remove asphalt and tar with solvent-type paint remover.
a. Comply with requirements in "Paint Removal" Article.
b. Apply paint remover only to asphalt and tar by brush without prewetting.
C. Allow paint remover to remain on surface for 10 to 30 minutes.
d. Repeat application if needed.
3.6 PAINT REMOVAL
A. Paint Removal with Covered or Skin-Forming Alkaline Paint Remover:
1. Remove loose and peeling paint using low-pressure spray, scrapers, stiff brushes, or a
combination of these. Let surface dry thoroughly.
2. Apply paint remover to dry,painted masonry with trowel, spatula, or as recommended by
manufacturer.
3. Apply cover,if required by manufacturer,per manufacturer's written instructions.
4. Allow paint remover to remain on surface for period recommended by manufacturer or as
determined in test panels.
5. Scrape off paint and remover and collect for disposal.
6. Rinse with hot water applied by low-pressure spray to remove chemicals and paint
residue.
7. Apply acidic cleaner or manufacturer's recommended afterwash to masonry, while
surface is still wet, using low-pressure spray equipment or soft-fiber brush. Let cleaner
or afterwash remain on surface as a neutralizing agent for period recommended by
chemical-cleaner or afterwash manufacturer.
8. Rinse with cold water applied by low-pressure spray to remove chemicals and soil.
B. Paint Removal with Solvent-Type Paint Remover:
1. Apply thick coating of paint remover to painted masonry with natural-fiber cleaning
brush, deep-nap roller, or large paint brush.
2. Rinse with hot water applied by low-pressure spray to remove chemicals and paint
residue.
3.7 CLEANING MASONRY
A. Detergent Cleaning:
1. Wet masonry with cold water applied by low-pressure spray.
2. Scrub masonry with detergent solution using medium-soft brushes until soil is thoroughly
dislodged and can be removed by rinsing. Use small brushes to remove soil from mortar
MAINTENANCE OF UNIT MASONRY 040120 - 10
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
joints and crevices. Dip brush in solution often to ensure that adequate fresh detergent is
used and that masonry surface remains wet.
3. Rinse with coldwater applied by low-pressure spray to remove detergent solution and
soil.
B. Mold,Mildew, and Algae Removal:
1. Wet masonry with cold water applied by low-pressure spray.
2. Apply mold,mildew, and algae remover by brush.
3. Scrub masonry with medium-soft brushes until mold, mildew, and algae are thoroughly
dislodged and can be removed by rinsing. Use small brushes for mortar joints and
crevices. Dip brush in mold, mildew, and algae remover often to ensure that adequate
fresh cleaner is used and that masonry surface remains wet.
4. Rinse with cold water applied by low-pressure spray to remove mold, mildew, and algae
remover and soil.
3.8 REPOINTING MASONRY
A. Rake out and repoint joints to the following extent:
1. Joints where mortar is missing or where they contain holes.
2. Cracked joints where cracks can be penetrated at least 1/4 inch by a knife blade 0.027
inch thick.
3. Cracked joints where cracks are 1/8 inch or more in width and of any depth.
4. Joints where they sound hollow when tapped by metal object.
5. Joints where they are worn back 1/4 inch or more from surface.
6. Joints where they are deteriorated to point that mortar can be easily removed by hand,
without tools.
7. Joints where they have been filled with substances other than mortar.
8. Joints indicated as sealant-filled joints.
B. Do not rake out and repoint joints where not required.
C. Rake out joints as follows, according to procedures demonstrated in approved mockup:
1. Remove mortar from joints to depth of joint width plus 1/8 inch but not less than 1/2 inch
or not less than that required to expose sound,unweathered mortar.
2. Remove mortar from masonry surfaces within raked-out joints to provide reveals with
square backs and to expose masonry for contact with pointing mortar. Brush,vacuum, or
flush joints to remove dirt and loose debris.
3. Do not spall edges of masonry units or widen joints. Replace or patch damaged masonry
units as directed by Architect.
a. Cut out mortar by hand with chisel and resilient mallet. Do not use power-
operated grinders.
D. Notify Architect of unforeseen detrimental conditions including voids in mortar joints, cracks,
loose masonry units,rotted wood,rusted metal, and other deteriorated items.
E. Pointing with Mortar:
MAINTENANCE OF UNIT MASONRY 040120 - 11
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Rinse joint surfaces with water to remove dust and mortar particles. Time rinsing
application so, at time of pointing,joint surfaces are damp but free of standing water. If
rinse water dries, dampen joint surfaces before pointing.
2. Apply pointing mortar first to areas where existing mortar was removed to depths greater
than surrounding areas. Apply in layers not greater than 3/8 inch until a uniform depth is
formed. Fully compact each layer thoroughly and allow it to become thumbprint hard
before applying next layer.
3. After low areas have been filled to same depth as remaining joints, point all joints by
placing mortar in layers not greater than 3/8 inch. Fully compact each layer and allow to
become thumbprint hard before applying next layer. Where existing masonry units have
worn or rounded edges, slightly recess finished mortar surface below face of masonry to
avoid widened joint faces. Take care not to spread mortar beyond joint edges onto
exposed masonry surfaces or to featheredge the mortar.
4. When mortar is thumbprint hard, tool joints to match original appearance of joints as
demonstrated in approved mockup. Remove excess mortar from edge of joint by
brushing.
5. Cure mortar by maintaining in thoroughly damp condition for at least 72 consecutive
hours including weekends and holidays.
F. Where repointing work precedes cleaning of existing masonry, allow mortar to harden at least
30 days before beginning cleaning work.
3.9 FINAL CLEANING
A. After mortar has fully hardened, thoroughly clean exposed masonry surfaces of excess mortar
and foreign matter; use wood scrapers, stiff-nylon or -fiber brushes, and clean water, spray
applied at low pressure.
1. Do not use metal scrapers or brushes.
2. Do not use acidic or alkaline cleaners.
END OF SECTION 040120
MAINTENANCE OF UNIT MASONRY 040120 - 12
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 061053 -MISCELLANEOUS ROUGH CARPENTRY
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Framing with dimension lumber.
2. Rooftop equipment bases and support curbs.
3. Wood blocking,cants,and nailers.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of process and factory-fabricated product. Indicate component
materials and dimensions and include construction and application details.
1.3 INFORMATIONAL SUBMITTALS
A. Evaluation Reports: For the following, from ICC-ES:
1. Preservative-treated wood.
2. Fire-retardant-treated wood.
3. Power-driven fasteners.
PART 2 -PRODUCTS
2.1 WOOD PRODUCTS, GENERAL
A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency
is indicated,provide lumber that complies with the applicable rules of any rules-writing agency
certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the
ALSC Board of Review to inspect and grade lumber under the rules indicated.
1. Factory mark each piece of lumber with grade stamp of grading agency.
2. Provide dressed lumber, S4S,unless otherwise indicated.
2.2 WOOD-PRESERVATIVE-TREATED MATERIALS
A. Preservative Treatment by Pressure Process: AWPA U1;Use Category UC2
1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no
arsenic or chromium.
MISCELLANEOUS ROUGH CARPENTRY 061053 - 1
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use
material that is warped or does not comply with requirements for untreated material.
C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board
of Review.
D. Application: Treat all miscellaneous carpentry unless otherwise indicated.
1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar
members in connection with roofing, flashing,vapor barriers, and waterproofing.
2.3 FIRE-RETARDANT-TREATED MATERIALS
A. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Products with a flame
spread index of 25 or less when tested according to ASTM E 84, and with no evidence of
significant progressive combustion when the test is extended an additional 20 minutes, and with
the flame front not extending more than 10.5 feet(3.2 m)beyond the centerline of the burners at
any time during the test.
1. Exterior Type: Treated materials shall comply with requirements specified above for
fire-retardant-treated lumber and plywood by pressure process after being subjected to
accelerated weathering according to ASTM D 2898. Use for exterior locations and where
indicated.
2. Design Value Adjustment Factors: Treated lumber shall be tested according
ASTM D 5664, and design value adjustment factors shall be calculated according to
ASTM D 6841.
B. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent.
C. Application: Treat all miscellaneous carpentry unless otherwise indicated.
1. Framing for raised platforms.
2. Concealed blocking.
3. Roof framing and blocking.
4. Wood cants, nailers, curbs, equipment support bases, blocking, and similar members in
connection with roofing.
5. Plywood backing panels.
2.4 DIMENSION LUMBER FRAMING
A. Framing : Construction or No. 2 grade of any species.
1. Hem-fir(north);NLGA.
2. Southern pine; SPIB.
3. Douglas fir-larch; WCLIB or WWPA.
4. Spruce-pine-fir;NLGA.
5. Douglas fir-south; WWPA.
6. Hem-fir;WCLIB or WWPA.
MISCELLANEOUS ROUGH CARPENTRY 061053 - 2
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
7. Douglas fir-larch(north);NLGA.
8. Spruce-pine-fir(south);NeLMA,WCLIB, or WWPA.
2.5 MISCELLANEOUS LUMBER
A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other
construction,including the following:
1. Blocking.
2. Nailers.
3. Rooftop equipment bases and support curbs.
4. Cants.
5. Furring.
6. Grounds.
7. Utility shelving.
B. For items of dimension lumber size,provide Construction or No. 2 lumber of any species.
C. For concealed boards, provide lumber with 15 percent maximum moisture content and any
of the following species and grades:
1. Mixed southern pine,No. 2grade; SPIB.
2. Eastern softwoods,No. 2 Common grade;NELMA.
3. Northern species,No. 2 Common grade;NLGA.
4. Western woods, Construction or No. 2 Common grade; WCLIB or WWPA.
2.6 PLYWOOD BACKING PANELS
A. Equipment Backing Panels: DOC PS 1, Exterior, AC in thickness indicated or, if not indicated,
not less than 5/8-inches nominal thickness.
2.7 FASTENERS
A. General: Provide fasteners of size and type indicated that comply with requirements specified
in this article for material and manufacture.
1. Where carpentry is exposed to weather, in ground contact, pressure-preservative treated,
or in area of high relative humidity, provide fasteners with hot-dip zinc coating
complying with ASTM A 153/A 153M.
B. Power-Driven Fasteners: NES NER-272.
C. Screws for Fastening to Metal Framing: ASTM C 1002, length as recommended by screw
manufacturer for material being fastened.
MISCELLANEOUS ROUGH CARPENTRY 061053 - 3
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2.8 MISCELLANEOUS MATERIALS
PART 3 -EXECUTION
3.1 INSTALLATION, GENERAL
A. Set carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit
carpentry to other construction; scribe and cope as needed for accurate fit.
B. Where wood-preservative-treated lumber is installed adjacent to metal decking, install
continuous flexible flashing separator between wood and metal decking.
C. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame
Construction,"unless otherwise indicated.
D. Install plywood backing panels by fastening to studs; coordinate locations with utilities
requiring backing panels.
E. Do not splice structural members between supports unless otherwise indicated.
F. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative-treated
lumber.
G. Securely attach carpentry work to substrate by anchoring and fastening as indicated, complying
with the following:
1. Table 2304.9.1, "Fastening Schedule," CBC 2022
3.2 PROTECTION
A. Protect wood that has been treated with inorganic boron (SBX) from weather. If, despite
protection, inorganic boron-treated wood becomes wet, apply EPA-registered borate treatment.
Apply borate solution by spraying to comply with EPA-registered label.
END OF SECTION 061053
MISCELLANEOUS ROUGH CARPENTRY 061053 -4
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 070100 PREPARATION FOR RE-ROOFING
PART 1-GENERAL
1.1 SUMMARY
A. Section Includes:
1. Removal of the existing roofing system in preparation for a new roof membrane system.
2. Installation of the new roofing membrane system over existing roofing system.
1.2 REFERENCES
A. ASTM C208 Standard Specification for Cellulosic Fiber Insulating Board.
B. CBC- California Building Code
1.3 SYSTEM DESCRIPTION
A. Roof Areas as Indicated: Remove existing roofing gravel, perimeter flashings, base flashings,
counter flashings,vent stack flashings,roofing membrane,insulation and vapor retardant.
B. Remove roof mounted mechanical equipment and electrical equipment.
1.4 QUALIFICATIONS
A. Materials Removal Firm: Company specializing in performing the work of this section with
minimum 3-years documented experience.
1.5 ENVIRONMENTAL REQUIREMENTS
A. Do not remove existing roofing membrane when weather conditions threaten the integrity of the
building contents or intended continued occupancy.
B. Maintain continuous temporary protection during and prior to installation of new roofing system.
PREPERATION FOR RE-ROOFING 070100 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1.6 SCHEDULING
A. Schedule the work to coincide with the commencement of the installation of new roofing system.
B. Remove only existing roofing materials that can be replaced with new materials the same day.
1.7 COORDINATION
A. Coordinate work under provisions of Section 013100.
B. Coordinate work with other affected mechanical and electrical work associated with roof
penetrations.
PART 2 PRODUCTS
2.1 MATERIALS
A. Temporary Protection: Sheet fiber reinforced plastic;provide weights as necessary to retain
sheeting in position.
B. Protection Board: ASTM C208,Roof Insulating Board type, cellulose fiberboard
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify existing site conditions under provisions of Section 013100.
B. Verify that existing roof surface is clear and ready for work of this section.
3.2 PREPARATION
A. Sweep roof surface clean of loose matter,remove loose debris, and dispose off-site.
3.3 MATERIALS REMOVAL
A. Remove metal counter flashings, and fold up metal counter flashings to permit access to top edge
of base flashings.
B. Scrape roofing gravel from membrane surface without causing serious damage to membrane
felts.
PREPERATION FOR RE-ROOFING 070100 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
C. Remove all roofing membrane,perimeter base flashings, flashings around roof protrusions,pitch
pans, and pockets.
D. Remove insulation and fasteners, cant strips and blocking.
E. Remove vapor retarder, sheathing paper and underlay.
F. Repair any existing deck surface to provide smooth working surface for new roof system.
3.4 TEMPORARY PROTECTION
A. Provide temporary protective sheeting over uncovered deck surfaces.
B. Turn sheeting up and over parapets and curbing.
1. Retain sheeting in position with weights and temporary fasteners.
C. Provide for surface drainage from sheeting to existing drainage facilities.
D. Do not permit traffic over unprotected or repaired deck surface.
3.5 FIELD QUALITY CONTROL
A. Perform all field inspection and testing.
B. Test Reports: Indicate existing insulation moisture content and existing bitumen quality.
END OF SECTION 070100
PREPERATION FOR RE-ROOFING 070100 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 070191 —JOINT SEALANT REHABILITATION AND REPLACEMENT
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Rehabilitation and replacement of exterior elastomeric weatherproofing sealants.
B. Related Sections:
1. Section 088513 "Glazing Sealants" for sealants for glazing installation, glazing framing
perimeters, and structural glazing.
2. Section 099653 "Silicone Elastomeric Coatings" for water-repelling liquid silicone
elastomeric coatings for exterior surfaces.
1.2 REFERENCE STANDARDS
A. ASTM International(ASTM): www.astm.org:
1. ASTM C 661 - Standard Test Method for Indentation Hardness of Elastomeric Type
Sealants by Means of a Durometer.
2. ASTM C 719 - Standard Test Method for Adhesion and Cohesion of Elastomeric Joint
Sealants under Cyclic Movement(Hockman Cycle).
3. ASTM C 920 - Specification for Elastomeric Joint Sealants.
4. ASTM C 1135 - Standard Test Method for Determining Tensile Adhesion Properties of
Structural Sealants.
5. ASTM C 1184 - Standard Specification for Structural Silicone Sealants.
6. ASTM C 1193 - Standard Guide for Use of Joint Sealants.
7. ASTM C 1248 -Test Method for Staining of Porous Substrate by Joint Sealants.
8. ASTM C 1330 -Cylindrical Sealant Backing for Use with Cold Liquid Applied Sealants.
9. ASTM D 2240- Standard Test Method for Rubber Property-Durometer Hardness.
10. ASTM D 412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic
Elastomers -Tension.
B. Sealant,Waterproofing, and Restoration Institute(SWRI): www.swrionline.org:
1. SWRI Validation Program.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1.3 ADMINISTRATIVE REQUIREMENTS
A. Performance Requirements: It is the intention of this specification section and the drawings to
form a guide for a complete and operable system. Any items not specifically noted but
necessary for a complete and operable system shall be provided under this section.
1. Provide elastomeric sealants for exterior applications that have been produced and
installed to establish and to maintain watertight and airtight continuous seals without
causing staining or deterioration of joint substrates.
B. Coordination: Coordinate installation of joint sealants with cleaning of joint sealant substrates
and other operations that may impact installation or finished joint sealant work.
C. Preinstallation Conference: Conduct conference at Project Site.
1.4 MANUFACTURER'S RESPONSIBILITY AND CERTIFICATION
A. Contractor shall require sealant manufacturer to review the Project joint conditions and details
for this Section of the work. Contractor shall submit to the Architect written certification from
the sealant manufacturer that joints are of the proper size and design,that the materials supplied
are compatible with adjacent materials and backing, that the materials will properly perform to
provide permanent watertight, airtight or vapor tight seals (as applicable), and that materials
supplied meet specified performance requirements
1.5 ACTION SUBMITTALS
A. Product Data: For each type of joint sealant product specified, including:
1. Preparation instructions and recommendations.
2. Standard drawings illustrating manufacturer's recommended sealant joint profiles and
dimensions applicable to Project.
B. Joint Sealant Schedule: Indicate joint sealant location, joint sealant type, manufacturer and
product name, and color, for each application. Utilize joint sealant designations included in this
Section.
C. Samples for Color Selection: For each joint sealant type.
D. Samples for Verification:For each exterior joint sealant product, for each color selected.
1.6 INFORMATIONAL SUBMITTALS
A. Qualification Data: For qualified applicator.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Sealant, Waterproofing, and Restoration Institute (SWRI) Validation Certificate: For each
sealant specified to be validated by SWRI's Sealant Validation Program.
C. Preconstruction compatibility and adhesion test reports.
D. Preconstruction field-adhesion test reports.
E. Field quality control adhesion test reports.
F. Warranty: Sample of unexecuted manufacturer and installer special warranties.
1.7 QUALITY ASSURANCE
A. Installer Qualifications: Experienced Installer equipped and trained for application of joint
sealants required for this Project with record of successful completion of projects of similar
scope.
B. Single Source Responsibility: Provide exterior joint sealants by a single manufacturer
responsible for testing of Project substrates to verify compatibility and adhesion of joint
sealants.
C. Preconstruction Compatibility, Staining, and Adhesion Testing: Submit four samples of material
that will be in contact with or affect joint sealants. Test sealants with substrate materials using
manufacturer's standard test method to determine requirements for joint preparation, including
priming. Test sealants with related materials to verify compatibility.
D. Preconstruction Field-Adhesion Testing: Prior to installing joint sealants, field test adhesion to
joint substrates using ASTM C 1193 Method A or method recommended by manufacturer.
Verify adhesion is adequate. Modify joint preparation recommendations for failed joints and re-
test. Submit written report to Architect.
E. Mockups: Provide joint sealant application within mockups required in other sections identical
to specified joint sealants and installation methods.
1.8 FIELD CONDITIONS
A. Hazardous Materials: Testing has not been performed to indicate that materials to be removed
or rehabilitated do not contain hazardous materials.
1. If suspected hazardous materials are encountered, do not disturb materials, and
immediately notify Architect and Owner.
1.9 WARRANTY
A. Special Installer's Warranty: Installer shall provide a warranty statement with their letterhead in
which Installer agrees to repair or replace joint sealants that demonstrate deterioration or failure
within warranty period specified.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Warranty Period: Two years from date of Substantial Completion.
B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint sealant
manufacturer agrees to furnish joint sealants to repair or replace those that demonstrate
deterioration or failure under normal use within warranty period specified.
1. Warranty Period for Silicone Sealants: 20 years date of Substantial Completion.
C. Warranty Conditions: Special warranties exclude deterioration or failure of joint sealants in
normal use due to structural movement resulting in stresses on joint sealants exceeding sealant
manufacturer's written specifications, joint substrate deterioration, mechanical damage, or
normal accumulation of dirt or other contaminants.
PART 2 -PRODUCTS
2.1 MANUFACTURER
A. Basis-of-Design Product: Provide joint sealant products manufactured by Dow Corning Corp.,
Midland MI; (877) SEALANT, (877) 732-5268; email: construction@dowcorning.com;
website: www.dowcoming.com/construction, or comparable products of other manufacturer
approved by Architect.
2.2 MATERIALS, GENERAL
A. Compatibility: Provide joint sealants and accessory materials that are compatible with one
another, with joint substrates, and with materials in close proximity under use conditions, as
demonstrated by sealant manufacturer by testing and related experience.
B. Joint Sealant Standard: Comply with ASTM C 920 and other specified requirements for each
liquid-applied joint sealant.
C. Stain Test Characteristics: Where sealants are required to be nonstaining,provide sealants tested
per ASTM C 1248 as non-staining on porous joint substrates indicated for Project.
2.3 WEATHERPROOFING LIQUID SILICONE JOINT SEALANTS
A. Single-Component, Nonsag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 100150, for Use T, NT; SWRI validation. [Application for above-grade high
movement expansion and control joints.]
1. Basis of Design Product: DOW CORNING® 790 Silicone Building Sealant.
2. Hardness,ASTM C 661: 15 durometer Shore A.
3. Volatile Organic Compound(VOC)Content: 26 g/L maximum.
4. Staining,ASTM C 1248:None on concrete, granite,limestone, and brick.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
5. Color: As selected by Architect from manufacturer's full line of not less than 10 colors.
B. Single-Component, Nonsag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 50, for Use NT; SWRI validation. [Weatherproofing porous stone, metal
panels, curtain wall framing, and other above-grade expansion and control joints for both new
and remedial construction].
1. Basis of Design Product: DOW CORNING®756 SMS Building Sealant.
2. Hardness,ASTM C 661: 35 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 60 g/L maximum.
4. Staining,ASTM C 1248:None on white marble.
5. Color: As selected by Architect from manufacturer's full line of not less than 10.
C. Single-Component, Nonsag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 50, for Use NT; SWRI validation. [Silicone sealant for general glazing and
above-grade weather sealing in curtainwalls and building facades for both new and remedial
construction.]
1. Basis of Design Product: DOW CORNING®791 Silicone Weatherproofing Sealant.
2. Hardness,ASTM D 2240: 34 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 30 g/L maximum.
4. Staining,ASTM C 1248:None on concrete, granite,limestone, and brick.
5. Color: As selected by Architect from manufacturer's full line of not less than 6 colors.
D. Single-Component, Nonsag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 50, for Use NT; SWRI validation. [Silicone sealant for structural and non-
structural glazing, structural attachment for panel systems, as well as above-grade weather
sealing joints with most common constructions materials for both new and remedial
construction].
1. Basis of Design Product: DOW CORNING®795 Silicone Building Sealant.
2. Hardness,ASTM D 2240: 35 -45 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 32 g/L maximum.
4. Staining,ASTM C 1248:None on concrete,marble, granite, limestone, and brick.
5. Color: As selected by Architect from manufacturer's full line of not less than 10.
E. Single-Component, Nonsag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 25, for Use NT; SWRI validation. [Above-grade weather-sealing joints]
I. Basis of Design Product: DOW CORNING® 758 Silicone Weather Barrier Sealant.
2. Hardness,ASTM D 2240: 45 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 61 g/L maximum.
4. Color: White.
F. Single-Component, Nonsag, Acid-Curing Silicone Joint Sealant: ASTM C 920, Type S,
Grade NS, Class 25, for Use NT. [For glazing butt and lap shear joints and sealing curtainwall
and other glass,plastic and metal assemblies].
1. Basis of Design Product: DOW CORNING®999-A Silicone Building&Glazing Sealant
2. Hardness,ASTM D 2240: 25 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 36 g/L maximum.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
4. Color: As selected by Architect from manufacturer's full line of not less than 6.
2.4 PRE-FORMED JOINT SEALANTS
A. Preformed Silicone Elastomer Extrusion: Highly flexible low-modulus flashing and transition
material for bonding to substrates with silicone sealant. SWRI validation. [For flashing and
transitions in new construction and as a joint overlay in joint sealant rehabilitation work].
I. Basis of Design Product: DOW CORNING® 123 Silicone Seal.
2. Surface: Grooved to facilitate bending.
3. Bonding Sealant: Manufacturer's recommended neutral-curing silicone.
4. Hardness,ASTM D 2240: 25 durometer Shore A,minimum.
5. Color: As selected by Architect from manufacturer's full line.
B. Preformed Silicone Elastomer Custom Two-and Three-Dimension Extrusion: Flexible flashing
for bonding to substrates with silicone sealant. [For repair of failed sealant joints or use in new
construction splices,mitered joints,boots, and molded corners].
I. Basis of Design Product: DOW CORNING® 123 Silicone Seal Custom Designs H.C.
2. Formulation: [General Purpose] [High Tear].
3. Shape: Multi-dimensional as indicated on drawings and approved shop drawings and as
required to fit and functionally seal specific application and prevent air and water
penetration
4. Bonding Sealant: Manufacturer's recommended neutral-curing silicone.
5. Color: As selected by Architect from manufacturer's full line.
2.5 ACCESSORIES
A. Joint Substrate Primers: Substrate primer recommended by sealant manufacturer for application.
B. Cylindrical Sealant Backing: ASTM C 1330, Type B non-absorbent, bi-cellular material with
surface skin, or Type O open-cell polyurethane, as recommended by sealant manufacturer for
application.
C. Bond Breaker Tape: Polymer tape compatible with joint sealant materials and recommended by
sealant manufacturer.
PART 3 -EXECUTION
3.1 EXAMINATION
D. Examination of Existing Joint Sealants: Examine existing joint sealants and indicate extent of
joint sealant replacement and rehabilitation on shop drawings. Examine joints for compliance
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
with requirements for joint configuration, installation tolerances, condition of joint substrate,
and other conditions affecting joint-sealant performance.
E. Preinstallation Testing: Perform preinstallation adhesion tests in accordance with
manufacturer's instructions and with ASTM C 1193, Method A. Verify substrate preparation
and priming result in adhesion of sealants meeting sealant manufacturer's published
performance data.
I. If adhesion does not comply with published data, modify preparation and priming in
accordance with sealant manufacturer's written instructions and retest.
F. Submit report indicating conditions that cannot be corrected to comply with joint sealant
manufacturer's recommendations as part of the specified joint replacement or rehabilitation.
Proceed with work once non-complying conditions are corrected.
3.2 PREPARATION
A. Removal of Failed Joint Sealant Materials: Cut out and remove joint materials and associated
backing materials as identified during examination of existing joint sealants.
B. Surface Cleaning of Joint Substrates: Clean out joints immediately before installing joint
sealants to comply with joint-sealant manufacturer's written instructions and the following
requirements:
I. Remove all foreign material from joint substrates that could interfere with adhesion of
joint sealant, including dust, paints (except for permanent, protective coatings tested and
approved for sealant adhesion and compatibility by sealant manufacturer), old joint
sealants, oil,grease,waterproofing,water repellents,water, surface dirt, and frost.
2. Clean porous joint substrate surfaces by brushing, grinding, mechanical abrading, or a
combination of these methods in addition to solvent cleaning to produce a clean, sound
substrate capable of developing optimum bond with joint sealants. Remove loose
particles remaining after cleaning operations above by vacuuming or blowing out joints
with oil-free compressed air. Remove laitance and form-release agents from concrete.
3. Clean porous and nonporous joint substrate surfaces with chemical cleaners or other
means that do not stain, harm substrates, or leave residues capable of interfering with
adhesion of joint sealants.
3.3 APPLICATION
A. Masking: Mask adjacent surfaces to prevent staining or damage by contact with sealant or
primer.
B. Joint Priming: Prime joint substrates when recommended by sealant manufacturer or when
indicated by preconstruction testing or experience. Apply recommended primer using sealant
manufacturer's recommended application techniques.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
C. Joint Backing: Select joint backing materials recommended by sealant manufacturer to be
compatible with sealant material. Install backing material at depth required to produce profile of
joint sealant allowing optimal sealant movement.
1. Install bond breaker tape over substrates when sealant backings are not used.
D. Sealant Application: Install sealants using methods recommended by sealant manufacturer, in
depths between 1/4 and 1/2 inch unless otherwise recommended for application. Apply in
continuous operation from bottom to top of joint vertically and horizontally in a single
direction.Apply using adequate pressure to fill and seal joint width.
1. Tool sealants immediately with appropriately shaped tool to force sealants against joint
backing and joint substrates, eliminating voids and ensuring full contact.
2. Using tooling agents approved by sealant manufacturer for application.
3.5 CLEANING
A. Cleaning: Remove excess sealant using materials and methods approved by sealant
manufacturer that will not damage joint substrate materials.
1. Remove masking tape immediately after tooling joint without disturbing seal.
2. Remove excess sealant from nonporous surfaces while still uncured.
3.6 FIELD QUALITY CONTROL
A. Retain testing agency to perform the following tests:
1. Verification that substrate preparation meets requirements.
2. Testing and certification that joint sealant materials comply with requirements.
3. Testing of application for compliance with adhesion requirements.
B. Field-Adhesion Testing: Perform adhesion tests in accordance with manufacturer's instructions
and with ASTM C 1193,Method A.
1. Perform 5 tests for the first 1000 feet of joint length for each kind of sealant and joint
substrate, and one test for each 1000 feet of joint length thereafter.
2. For sealant applied between dissimilar materials,test both sides of joint.
C. Remove sealants failing adhesion test, clean substrates, reapply sealants, and re-test. Test
adjacent sealants to failed sealants.
D. Submit report of field adhesion testing indicating tests, locations, dates, results, and remedial
actions taken.
3.7 EXTERIOR JOINT-SEALANT SCHEDULE
A. Exterior construction joints in cast-in-place concrete.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant
DOW CORNING® 790.
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Exterior movement joints in concrete unit masonry.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant: .
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
C. Exterior movement joints in brick masonry.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant:
DOW CORNING 9790 or 795.
2. Joint-Sealant Color,Vertical Joints: brick at vertical joints.
3. Joint-Sealant Color,Horizontal Joints: mortar at horizontal joints.
D. Exterior movement joints in stone masonry.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant: .
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
E. Exterior joints within exterior insulation finish systems.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant: .
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
F. Exterior joints in metal panel cladding systems.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant: .
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
G. Exterior concealed watertight joints in cladding systems.
1. Joint Sealant: Single-component neutral-curing silicone sealant: .
H. Exterior joints between different materials listed above.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant: .
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
3. Multiple colors required to match several conditions.
I. Exterior perimeter joints at frames of doors, windows, storefront frames, curtain wall frames,
and louvers.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant: .
2. Joint-Sealant Color: As selected by Architect from manufacturer's full range.
3. Multiple colors required to match several conditions.
J. Aluminum Storefront Framing and Curtain Wall Joints, Glazing, and Structural Glazing: Refer
to Division 08 Section: Glazing Sealants.
K. All other exterior non-traffic joints.
1. Joint Sealant: Single-component neutral-curing silicone sealant: .
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 -9
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
END OF SECTION 070191
JOINT SEALANT REHABILITATION AND REPLACEMENT 070191 - 10
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 07 27 26—FLUID-APPLIED MEMBRANE AIR BARRIERS,VAPOR RETARDING
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes fluid-applied,vapor-permeable membrane air barriers.
1.2 RELATED REQUIREMENTS
1. Section 04 0120 "Maintenance of Unit Masonry"
2. Division 07 roofing Sections for roof assembly air barriers and interface coordination.
1.3 REFERENCES
A. References, General: Versions of the following standards current as of the date of issue of the
project apply to the Work of this Section.
B. ASTM International(ASTM): www.astm.org:
1. ASTM C 920- Standard Specification for Elastomeric Joint Sealants
2. ASTM C 1193 - Guide for Use of Joint Sealants
3. ASTM D 412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic
Elastomers- Tension
4. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building
Materials
5. ASTM E 96/E 96M- Standard Test Methods for Water Vapor Transmission of Materials
6. ASTM E 162 - Standard Test Method for Surface Flammability of Materials Using a
Radiant Heat Energy Source
7. ASTM E 783 - Standard Test Method for Field Measurement of Air Leakage through
Installed Exterior Windows and Doors
8. ASTM E 1186 -Practices for Air Leakage Site Detection in Building Envelopes and Air
Barrier Systems
9. ASTM E 2178 - Standard Test Method for Air Permeance of Building Materials
10. ASTM E 2357 - Standard Test Method for Determining Air Leakage of Air Barrier
Assemblies
1.4 ADMINISTRATIVE REQUIREMENTS
A. Coordination: Coordinate installation of joint sealants with cleaning of joint sealant substrates
and other operations that may impact installation or finished joint sealant work.
B. Preinstallation Conference: Conduct conference at Project Site.
1. Review requirements for air barrier products and installation, project and manufacturer's
details,mockups,testing and inspection requirements,and coordination and sequencing of
air barrier work with work of other Sections.
FLUID APPLIED MEMBRANE AIR BARRIERS,VAPOR RETARDING 072726 - 1
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2. Review manufacturer's instructions for air barrier application meeting Project requirements
for substrates specified, including three-dimensional video model demonstrating proper
application of components at wall openings.
1.5 ACTION SUBMITTALS
A. Product Data: For each type of air barrier product specified, including:
1. Technical data indicating compliance with requirements.
2. Substrate preparation instructions and recommendations.
B. Shop Drawings: Show locations for air barrier. Show details for each type of substrate,joints,and
edge conditions, including flashings, counter flashings, penetrations, transitions, and
terminations.
1. Show location of transition and accessory materials providing connectivity throughout the
assemblies.
1.6 INFORMATIONAL SUBMITTALS
A. Qualification Data: For Installer,manufacturer, and Air Barrier Inspector.
1. Certification of manufacturer's approval of Installer.
B. Manufacturer's Product Compatibility Certificate: Certify compatibility of air barrier products
with adjacent materials.
C. Product Test Reports: Test data for air barrier products and air barrier assembly, by qualified
testing agency,indicating proposed membrane air barrier meets performance requirements,when
requested by Architect.
D. Warranty: Sample of unexecuted manufacturer and installer special warranties.
E. Field quality control reports.
1.7 QUALITY ASSURANCE
A. Installer Qualifications: A manufacturer-approved firm with minimum three years' experience in
installation of specified products in successful use on similar projects,employing workers trained
by manufacturer, including a full-time on-site supervisor with a minimum of three years'
experience installing similar work,able to communicate verbally with Contractor,Architect, and
employees.
B. Manufacturer Qualifications: A qualified manufacturer with minimum five years' experience in
manufacture of air barrier membrane as one of its principal products.
1. Manufacturer's product submitted has been in satisfactory operation on five similar
installations for at least five years.
FLUID APPLIED MEMBRANE AIR BARRIERS,VAPOR RETARDING 072726 -2
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2. Approval of Manufacturers and Comparable Products: Submit the following in accordance
with project substitution requirements,within time allowed for substitution review:
a. Completed and signed Substitution Request form.
b. Product data, including certified independent test data indicating compliance with
requirements.
C. Sample shop drawings from similar project.
d. Project references:Minimum of five installations of similar system not less than five
years old,with Owner and Architect contact information.
e. Sample warranty.
C. Air Barrier Inspector Qualifications: A technical representative of manufacturer not engaged in
the sale of products and experienced in the installation and maintenance of the specified air barrier
system,qualified to perform observation and inspection specified in Field Quality Control Article,
to determine Installer's compliance with the requirements of this Project, and approved by the
manufacturer to issue warranty certification. The Inspector shall be one of the following:
1. An authorized full-time technical employee of the manufacturer.
2. A independent party certified as an air barrier inspector or other certifying organization
acceptable to Architect,retained by the Contractor.
D. Mockups: Provide air barrier mockup application within mockups required in other sections, or
if not specified, in an area of not less than 150 sq. ft. of wall surface where directed by Architect
for each type of backup wall construction. Include examples of surface preparation, crack and
joint treatment, air barrier application, and flashing,transition, and termination conditions,to set
quality standards for execution.
1. Include intersection of wall air barrier with roof air barrier and with foundation wall
intersection.
1.8 DELIVERY, STORAGE AND HANDLING
A. Accept materials on site in manufacturer's unopened original packaging.
B. Store products in weather protected environment, clear of ground and moisture, within
temperature ranges recommended by air barrier manufacturer.
1.9 ENVIRONMENTAL REQUIREMENTS
A. Environmental Limitations: Apply air barrier within the range of ambient and substrate
temperatures recommended by air-barrier manufacturer.
1. Protect substrates from environmental conditions that affect air-barrier performance.
2. Do not apply air barrier to a damp or wet substrate or during snow,rain, fog, or mist.
1.10 SCHEDULING
A. Coordinate installation of membrane air barrier with completion of roofing and other work
requiring interface with air barrier.
FLUID APPLIED MEMBRANE AIR BARRIERS, VAPOR RETARDING 072726 - 3
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Schedule work so air barrier applications may be inspected prior to concealment.
C. Ensure air barrier materials are cured before covering with other materials.
1.11 WARRANTY
A. Special Manufacturer's Warranty:Manufacturer's standard form in which air barrier manufacturer
agrees to furnish and install air barrier material to repair or replace those materials installed
according to manufacturer's written instructions that exhibit material defects or otherwise fail to
perform as specified under normal use within warranty period specified.
1. Access for Repair: Owner shall provide unimpeded access to the Project and the air barrier
system for purposes of testing, leak investigation, and repair, and shall reinstall removed
cladding materials upon completion of repair.
2. Cost Limitation:Manufacturer's obligation for repair or replacement shall be limited to the
original installed cost of the work.
3. Warranty Period: 30 years date of Substantial Completion.
B. Special warranties specified in this article exclude deterioration or failure of air barrier materials
from the following:
1. Movement of the structure caused by structural settlement or stresses on the air barrier
exceeding manufacturer's written specifications for elongation.
2. Mechanical damage caused by outside agents.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Basis-of-Design Products: Provide air barrier products manufactured by Tremco, Inc.,
Commercial Sealants and Waterproofing Division, An RPM Company, Beachwood OH;
(866) 321-6357; email: techresources(&tremcoinc.com; www.tremcosealants.com, or
comparable products of other manufacturer approved by Architect.
2.2 MATERIALS, GENERAL
A. Source Limitations: Obtain air-barrier materials from single source from single manufacturer.
D. Compatibility: Provide membrane air barrier materials that are compatible with one another and
with adjacent materials under conditions of service and application required, as demonstrated by
membrane air barrier manufacturer based on testing and field experience.
2.3 PERFORMANCE REQUIREMENTS
A. General: Membrane air barrier shall be capable of performing as a continuous vapor-permeable
air barrier and as a moisture drainage plane transitioned to adjacent flashings and discharging
water to the building exterior.Membrane air barriers shall accommodate substrate movement and
seal expansion and control joints, construction material transitions, opening transitions,
penetrations, and perimeter conditions without moisture deterioration and air leakage exceeding
performance requirements.
FLUID APPLIED MEMBRANE AIR BARRIERS, VAPOR RETARDING 072726 -4
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Air-Barrier Assembly Air Leakage: Maximum 0.04 cfin/sq. ft. of surface area at 1.57 lbf/sq. ft.,
when tested according to ASTM E 2357.
2.4 MEMBRANE AIR BARRIER
A. Fluid-Applied, Vapor-Retarding Membrane Air Barrier: Elastomeric, polymer-modified
bituminous membrane.
l. Basis of Design Product: Tremco,Inc., ExoAir 120.
2. Air Permeance,ASTM E 2178:Less than 0.004 cfm/sq. ft of surface area at 1.57-lbf/sq. ft.
pressure difference.
3. Vapor Permeance,ASTM E 96/E96M: Maximum 0.08 perms.
4. Elongation,Ultimate,ASTM D 412,Die C: 1,000 percent,minimum.
5. Thickness of Membrane Air Barrier:Not less than 60 mils(wet)and 40 mils(dry),applied
in single continuous coat.
6. VOC Content: Less than XX g/L
2.5 ACCESSORY MATERIALS
A. General: Accessory materials as described in manufacturer's written installation instructions,
recommended to produce complete air barrier assembly meeting performance requirements, and
compatible with air barrier membrane material and adjacent materials.
B. Primer: Liquid primer meeting VOC limitations, recommended for substrate by membrane air
barrier manufacturer,when installing modified bituminous self-adhered membranes.
C. Transitions:
I. Counterflashing Strip: Modified bituminous, 40 mils thick self-adhering composite sheet
consisting of 32 mils of SBS rubberized asphalt laminated to an 8 mils high-density,cross-
laminated polyethylene film, for counterflashing of metal flashings and for substrate
transitions and for termination of air barrier to bituminous roof membranes and to air
barrier terminations at openings.
a. Basis of Design Product: Tremco, Inc., ExoAir TWF Thru-Wall Flashing.
2. High Temperature Flashing Strip and Underlayment: Butyl, 24 mil thick self-adhering
composite sheet consisting of 20 mils of butyl laminated to 4 mil polyethylene film;
thermally stable under intermittent,non-continuous exposure up to 240 deg F.
a. Basis of Design Product: Tremco, Inc.,ExoAir 110AT.
3. Foil Flashing Strip:Butyl,22 mil thick self-adhering composite sheet consisting of 16 mils
of butyl laminated to 6 mil polypropylene film; thermally stable under intermittent, non-
continuous exposure up to 240 deg F.
4. Opening Transition Assembly: Cured low-modulus silicone extrusion, with reinforcing
ribs, sized to fit opening widths, with aluminum race for insertion into aluminum framing
extrusions,with the following characteristics:
FLUID APPLIED MEMBRANE AIR BARRIERS, VAPOR RETARDING 072726 - 5
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
a. Basis of Design Product: Tremco, Inc., Proglaze ETA Engineered Transition
Assembly. Tear Strength: 110 lb/in.
5. Preformed Silicone-Sealant Extrusion:Manufacturer's standard system consisting of cured
low-modulus silicone extrusion, sized to fit opening widths, with manufacturer's
recommended silicone sealant for bonding extrusions to substrates.
a. Basis of Design Product: Tremco, Inc.; Spectrem SimpleSeal.
A. Liquid Joint Sealants
1. ASTM C 920, single-component polyurethane sealant, approved by air barrier
manufacturer for adhesion and compatibility with membrane air barrier and accessories.
a. Basis of Design Product: Tremco,Inc.,Dymonic 100.
2. ASTM C 920, single-component, neutral-curing silicone, approved by air barrier
manufacturer for adhesion and compatibility with membrane air barrier and accessories.
a. Basis of Design Product: Tremco,Inc., Spectrem 1.
B. Sprayed Polyurethane Foam Sealant: Sprayed Polyurethane Foam Sealant:Foamed-in-place, 1.5-
to 2.0-lb/cu. ft. density, with flame-spread index of 25 or less per ASTM E 162, for filling of
gaps at openings and penetrations.
a. Basis of Design; Tremco Inc.,Flexible Low Expanding Foam(LEF)
PART 3 -EXECUTION
3.1 EXAMINATION
A. Surface Condition: Before applying air barrier materials, examine substrate and conditions to
ensure substrates are fully cured,smooth,clean,dry,and free from high spots,depressions,loose
and foreign particles and other deterrents to adhesion,and conditions comply with manufacturer's
written recommendations.
1. Verify concrete and masonry surfaces are visibly dry, have cured for time period
recommended by membrane air barrier manufacturer, and are free from release agents,
curing agents, and other contaminates.
2. Test for capillary moisture by method recommended in writing by air barrier manufacturer.
3. Verify masonry joints are filled with mortar and struck flush.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 INTERFACE WITH OTHER WORK
A. Commencement of Work: Commence work once air barrier substrates are adequately protected
from weather and will remain protected during remainder of construction.
FLUID APPLIED MEMBRANE AIR BARRIERS,VAPOR RETARDING 072726 - 6
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Sequencing of Work: Coordinate sequencing of air barrier work with work of other sections that
form portions of building envelope air barrier to ensure that flashings and transition materials can
be properly installed and inspected. Roofing systems shall be capped and sealed, or top of walls
protected, in such a way as to eliminate the ability of water to saturate the wall or interior space,
both before and after, air barrier system installation. Coordinate installation of EXOAIR® 120
with the roofing trade to ensure compatibility and continuity with the roofing system.
C. Subsequent Work: Coordinate air barrier work with work of other sections installed subsequent
to air barrier to ensure complete inspection of installed air barrier and sealing of air barrier
penetrations necessitated by subsequent work.
3.3 PREPARATION
A. Clean, prepare, and treat substrate in accordance with air barrier manufacturer's written
instructions.
1. Mask adjacent finished surfaces.
2. Remove contaminants and film-forming coatings from substrates.
3. Remove projections and excess materials and fill voids with substrate patching material.
4. Prepare and treat joints and cracks in substrate per ASTM C 1193 and membrane air barrier
manufacturer's written instructions.
3.4 APPLICATION OF ACCESSORY MATERIALS
A. General: Install strips, transition strips, and accessory materials according to air-barrier
manufacturer's written instructions. Install transition materials and other accessories to form
connect and seal membrane air barrier material to adjacent components of building air barrier
system, including, but not limited to, roofing system air barrier, exterior fenestration systems,
door framing,and other openings.
B. Primer: Apply primer to substrates when recommended by air barrier manufacturer at required
rate for those substrates that will be receiving a modified bituminous self-adhered membrane.
Reprime areas not covered within 24 hours.
C. Assembly Transitions:Connect and seal exterior wall air barrier material continuously to roofing-
membrane air barrier, concrete below-grade structures, floor-to-floor construction, exterior
glazing and window systems, glazed curtain-wall systems, storefront systems, exterior louvers,
exterior door framing, and other construction used in exterior wall openings, using accessory
materials.
1. Opening Transitions: Fill gaps at perimeter of openings with foam sealant and apply
approved transition or accessory material.
2. Penetrations: Fill gaps at perimeter of penetrations with foam sealant and level with
approved sealant or seal transition strips around penetrating objects and terminate with
approved sealant.
3. Joints: Bridge and cover isolation joints, expansion joints, and discontinuous joints
between separate assemblies utilizing approved transition or accessory materials.
4. Changes in Plane: Apply approved sealant beads at corners and edges to form smooth
transition.
FLUID APPLIED MEMBRANE AIR BARRIERS,VAPOR RETARDING 072726 - 7
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
5. Substrate Gaps: Cover gaps with stainless steel sheet mechanically attached to substrate
and providing continuous support for air barrier.
D. Flashings: Seal top of through-wall flashings to membrane air barrier with a continuous bead of
approved sealant recommended by air barrier manufacturer.
E. Seal punctures, voids, and seams. Patch with approved transition and accessory materials
following air barrier manufacturer's recommendations and extend repair beyond repaired areas
to maintain continuity.
3.5 FLUID AIR-BARRIER MEMBRANE INSTALLATION
A. General: Apply fluid air-barrier material to form a seal with transition materials and accessories
to achieve a continuous air barrier according to air-barrier manufacturer's written instructions.
Apply fluid air-barrier material within manufacturer's recommended application temperature
ranges.
B. Membrane Air Barrier: Apply fluid air barrier material in full contact with substrate to produce a
continuous seal according to membrane air barrier manufacturers written instructions.
1. Vapor-Retarding Membrane Air Barrier: Total dry film thickness as recommended in
writing by manufacturer to meet performance requirements, but not less than 40-mil dry
film thickness, applied in one or more equal coats,roller- or spray-applied.
C. Connect and seal exterior wall air-barrier membrane continuously to subsequently-installed
roofing-membrane air barrier, concrete below-grade structures, floor-to-floor construction,
exterior glazing and window systems, glazed curtain-wall systems, storefront systems, exterior
louvers, exterior door framing, wall openings, and other construction used in exterior wall
openings,using approved transitions and accessory materials.
D. Wall Openings: Apply approved sealant to adhere silicone extrusion to perimeter of windows,
curtain walls, storefronts, doors, and louvers. Apply [opening transition assembly] [preformed
silicone sealant extrusion] according to air barrier transition manufacturer's written instructions.
E. Seal punctures, voids, and seams. Patch with approved transition and accessory materials
following air barrier manufacturer's recommendations and extend repair beyond repaired areas
to maintain continuity.
F. Do not cover air barrier until it has been tested and inspected by Owner's testing agency.
G. Correct deficiencies in or remove air barrier that does not comply with requirements; repair
substrates and reapply air-barrier components.
3.6 FIELD QUALITY CONTROL
A. Testing Agency: Contractor shall engage a qualified Inspector to perform tests and inspections,
including documenting of membrane air barrier prior to concealment.
1. Inspections and testing shall be carried out at the following rate:
FLUID APPLIED MEMBRANE AIR BARRIERS, VAPOR RETARDING 072726 - 8
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
a. Up to 10,000 sq. ft. : One inspection.
b. 10,001 to 35,000 sq. ft.: Two inspections.
C. 35,001 to 75,000 sq. ft. : Three inspections.
d. 75,001 to 125,000 sq. ft. : Four inspections.
e. 125,001 to 200,000 sq. ft. : Five inspections.
f. Over 200,000 sq. ft.: Six inspections.
2. Scope of Testing: Testing shall include the following:
a. Qualitative air-leakage testing per ASTM E 1186.
b. Quantitative air-leakage testing per ASTM E 783.
C. Photo documentation of work to be subsequently concealed.
B. Coordination of Testing: Cooperate with testing agency. Allow access to work areas and staging.
Notify testing agency in writing of schedule for Work of this Section to allow sufficient time for
testing and inspection.
1. Do not cover Work until testing and inspection is completed and accepted.
C. Reporting: Forward written inspection reports to the Architect within 10 working days of the
inspection and test being performed.
D. Correction: Correct deficient applications not passing tests and inspections, make necessary
repairs, and retest as required to demonstrate compliance with requirements.
3.7 CLEANING AND PROTECTING
A. Clean spills, stains, and overspray resulting application utilizing cleaning agents recommended
by manufacturers of affected construction. Remove masking materials.
B. Protect membrane air barrier from damage from subsequent work. Protect membrane materials
from exposure to UV light for period in excess of that acceptable to membrane air barrier
manufacturer;replace overexposed materials and retest.
END OF SECTION 072726
FLUID APPLIED MEMBRANE AIR BARRIERS,VAPOR RETARDING 072726 - 9
PART 1 -Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 075416-KETONE ETHYLENE ESTER(KEE)ROOFING
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Mechanically-fastened thermoplastic KEE roofing system on wood deck, including:
2. Roof insulation.
3. Roof insulation cover board.
4. Walkway material.
B. Related Sections:
1. Division 06 Section"Miscellaneous Rough Carpentry" for wood nailers and blocking.
2. Division 07 Section "Preparation for Re-Roofing" for recover board beneath new
membrane roofing.
3. Division 07 Section "Fluid Applied Membrane Air Barriers, Vapor Retarding" for
requirements for sealing of air barrier at perimeter of roofing and within roofing system.
4. Division 07 Section "Sheet Metal Flashing and Trim" for shop-formed sheet metal items
including roof drainage system items,roof penetration flashings,base and counterflashings
and reglets, and formed copings and roof edge metal items.
5. Division 07 Section"Roof Accessories"for manufactured copings,roof edge flashings and
counterflashings, and roof edge drainage systems.
6. Division 07 Section"Joint Sealant Rehabilitation and Replacement"for joint sealants,joint
fillers, and joint preparation.
1.2 DEFINITIONS
A. Roofing Terminology: Refer to ASTM D 1079 "Standard Terminology Relating to Roofing and
Waterproofing" and glossary in applicable edition of NRCA's "The NRCA Roofing Manual:
Membrane Roof Systems" for definition of terms related to roofing work in this Section.
1.3 PREINSTALLATION MEETINGS
A. Preinstallation Roofing Conference: Conduct conference at Project site.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency
representative, roofing Installer, roofing system manufacturer's representative, deck
Installer, and installers whose work interfaces with or affects roofing, including installers
of roof accessories and roof-mounted equipment.
2. Review drawings and specifications.
3. Review methods and procedures related to roofing installation, including manufacturer's
written instructions.
4. Review and finalize construction schedule and verify availability of materials, Installer's
personnel, equipment, and facilities needed to make progress and avoid delays.
5. Examine substrate conditions and finishes for compliance with requirements, including
flatness and fastening.
6. Review structural loading limitations of roof deck during and after roofing.
7. Review base flashings,special roofing details,roof drainage,roof penetrations,equipment
curbs, and condition of other construction that will affect roofing system.
8. Review governing regulations and requirements for insurance and certificates if applicable.
9. Review temporary protection requirements for roofing system during and after installation.
10. Review roof observation and repair procedures after roofing installation.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of product indicated.
B. SDS: For each type of product indicated.
1. Product Test Reports for Solar Reflectance: For roof materials, indicating that roof
materials comply with Solar Reflectance Index requirement.
2. Product Data and Laboratory Test Reports: For adhesives and sealants, indicating
compliance with requirements for low-VOC/low-emitting materials.
C. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments
to other work.
1. Base flashings and membrane terminations.
a. Indicate details meet requirements of NRCA and FMG required by this Section.
2. Tapered insulation,including slopes and crickets.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Facade Repairs
3. Roof plan showing types and orientation of roof deck and orientation of membrane roofing
and fastening spacings and patterns for mechanically fastened membrane roofing if
applicable.
4. Insulation fastening patterns for corner,perimeter, and field-of-roof locations.
1.5 INFORMATIONAL SUBMITTALS
A. Contractor's Approval Certificate.
1. Include letter from Manufacturer written for this Project indicating approval of Installer.
B. Qualification Data: For Roofing Inspector.
1. Include a notarized letter from a corporate officer of the manufacturer stating that a
manufacturer-employed inspector will provide three days per week jobsite inspections for
the duration of the project.
2. Provide three sample job site inspection reports used on previous projects.
3. Provide five references of projects where three days per week jobsite inspections were
performed by the manufacturer. Include customer name, point of contact, phone number
and email address.
C. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system
complies with requirements specified in"Performance Requirements"Article.
1. Submit evidence of compliance with performance requirements.
a. Include: UL listing certificate.
2. Product Compatibility: Indicate manufacturer has verified compatibility of roofing system
components, including but not limited to: Roofing membrane, flashing sheets, adhesives,
and sealants.
D. Warranties: Unexecuted sample copies of special warranties.
E. Inspection Reports: Reports of Roofing Inspector. Include weather conditions, description of
work performed,tests performed,defective work observed,and corrective actions taken to correct
defective work.
1. Submit reports within 48 hours after inspection.
1.6 CLOSEOUT SUBMITTALS
A. Executed copies of warranties.
B. Maintenance Data: To include in maintenance manuals.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1.7 QUALITY ASSURANCE
A. Installer Qualifications:An employer of workers trained and certified by manufacturer,including
a full-time on-site supervisor with a minimum of five years' experience installing products
comparable to those specified, able to communicate verbally with Contractor, Architect, and
employees, and qualified by the manufacturer to install manufacturer's product and furnish
warranty of type specified.
B. Manufacturer Qualifications: Approved manufacturer listed in this Section,UL listed for roofing
systems comparable to that specified for this Project, with minimum five years' experience in
manufacture of thermoplastic roof membrane products in successful use in similar applications.
1. Approval of Comparable Products: Submit the following in accordance with project
substitution requirements,within time allowed for substitution review:
a. Product data, including certified independent test data indicating compliance with
requirements.
b. Samples of each component.
C. Sample submittal from similar project.
d. Project references:Minimum of five installations of specified products not less than
five years old,with Owner and Architect contact information.
e. Sample warranty.
2. Substitutions following award of contract are not allowed except as stipulated in Division
01 General Requirements.
3. Approved manufacturers must meet separate requirements of Submittals Article.
C. Roofing Inspector Qualifications: A technical representative of manufacturer not engaged in the
sale of products and experienced in the installation and maintenance of the specified roofing
system,qualified to perform roofing observation and inspection specified in Field Quality Control
Article, to determine Installer's compliance with the requirements of this Project, and approved
by the manufacturer to issue warranty certification. The Roofing Inspector shall be one of the
following:
1. An authorized full-time technical employee of the manufacturer.
D. Manufacturer's Installation Instructions: Obtain and maintain on-site access to manufacturer's
written recommendations and instructions for installation of products.
1.8 DELIVERY, STORAGE,AND HANDLING
A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled
with manufacturer's name,product brand name and type,date of manufacture,approval or listing
agency markings, and directions for storing and mixing with other components.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Store liquid materials in their original undamaged containers in a clean, dry, protected location
and within the temperature range required by roofing system manufacturer. Protect stored liquid
material from direct sunlight.
1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf
life.
C. Protect roof insulation materials from physical damage and from deterioration by sunlight,
moisture, soiling, and other sources. Store in a dry location. Comply with insulation
manufacturer's written instructions for handling, storing,and protecting during installation.
D. Handle and store roofing materials and place equipment in a manner to avoid permanent
deflection of deck.
1.9 PROJECT/FIELD CONDITIONS
A. Weather Limitations: Proceed with installation only when existing and forecasted weather
conditions permit roofing system to be installed according to manufacturer's written instructions
and warranty requirements.
B. Daily Protection:Coordinate installation of roofing so insulation and other components of roofing
system not permanently exposed are not subjected to precipitation or left uncovered at the end of
the workday or when rain is forecast.
1. Provide tie-offs at end of each day's work to cover exposed roofing and insulation with a
course of roofing sheet securely in place with joints and edges sealed.
2. Complete terminations and base flashings and provide temporary seals to prevent water
from entering completed sections of roofing.
3. Remove temporary plugs from roof drains at end of each day.
4. Remove and discard temporary seals before beginning work on adjoining roofing.
1.10 WARRANTY
A. Warranty, General: Warranties specified shall be in addition to, and run concurrent with, other
warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on
product warranties do not relieve Contractor of obligations under requirements of the Contract
Documents.
B. Manufacturer's Warranty: Manufacturer's standard or customized form, in which manufacturer
agrees to repair or replace components of roofing system that fail in materials or workmanship
within specified warranty period. Failure includes roof leaks.
1. Manufacturer's warranty includes roofing membrane, base flashings, fasteners, roofing
membrane accessories and other components of roofing system specified in this Section.
2. Warranty documents that exclude components not supplied by the manufacturer are not
acceptable to the Owner.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3. Warranty document will not exclude damaged from windspeeds below 74 MPH.
4. Warranty Period: 30 years from date of Substantial Completion.
C. Installer's Warranty: Submit roofing Installer's warranty, on warranty form at end of this Section,
signed by Installer, covering the Work of this Section and related Sections indicated above,
including all components of membrane roofing such as single ply roofing membrane, base
flashing, roof insulation, fasteners, cover boards, substrate boards, vapor retarders, roof pavers,
and walkway products,for the following warranty period:
1. Warranty Period: Two years from date of Substantial Completion.
D. Manufacturer Inspection Services: By manufacturer's technical representative, to report
maintenance responsibilities to Owner necessary for preservation of Owner's warranty rights.The
cost of manufacturer's inspections is included in the Contract Sum.
1. Inspections to occur in following years: 2, 5, 10, and 15 following completion.
2. Inspections include rooftop housekeeping, including removal of incidental debris(such as
leaves,branches,paper and similar items)from the roof membrane and drainage areas such
as gutters. All debris will be disposed of at the Owner's approved on-site location.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A. Basis of Design: The roof system specified in this Section is based upon products of Tremco CPG
Inc, Beachwood, OH, (800) 562-2728, www.tremcoroofing.com that are named in other Part 2
articles. Provide specified products.
1. Manufacturers of comparable products: Approved by Architect prior to bid.
B. Source Limitations:Obtain components for roofing system from same manufacturer as membrane
roofing or manufacturer approved by membrane roofing manufacturer.
2.2 PERFORMANCE REQUIREMENTS
A. General Performance: Installed membrane roofing and base flashings shall withstand specified
uplift pressures, thermally induced movement, and exposure to weather without failure due to
defective manufacture, fabrication, installation, or other defects in construction. Membrane
roofing and base flashings shall remain watertight.
1. Accelerated Weathering: Roofing system shall withstand 10,000 hours of exposure when
tested according to ASTM G152,ASTM G154, or ASTM G155.
2. Impact Resistance: Roof membrane shall resist impact damage when tested according to
ASTM D3746/D3746M,ASTM D4272/D4272M, or the "Resistance to Foot Traffic Test"
in FM Approvals 4470.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Flashings and Fastening: Provide base flashings, perimeter flashings, detail flashings and
component materials and installation techniques that comply with requirements and
recommendations of the following:
1. NRCA Roofing Manual (Sixth Edition)for construction details and recommendations.
2. SMACNA Architectural Sheet Metal Manual(Seventh Edition) for construction details.
3. Comply with requirements of Division 07 Section"Sheet Metal Flashing and Trim".
C. Solar Reflectance Index: Not less than 78 when calculated according to ASTM E1980,based on
testing identical products by a qualified testing agency.
2.3 MATERIALS, GENERAL
A. Material Compatibility: Roofing materials shall be compatible with one another and adjacent
materials under conditions of service and application required,as demonstrated by roof membrane
manufacturer based on testing and field experience.
2.4 THERMOPLASTIC MEMBRANE MATERIALS
A. KEE Roof Membrane:
1. Thermoplastic Ketone Ethylene Ester (KEE) coated polyester fabric-reinforced sheet,
ASTM D6754.
a. Basis of design product: Tremco, TremPly KEE Single Ply Roof Membrane.
b. Breaking Strength, minimum, ASTM D751: Machine direction, 500 lbf/in (87
kN/m); Cross machine direction,400 lbf/in(70 kN/m).
C. Tear Strength,minimum,ASTM D751:Machine direction,120 lbf(162 N/m); Cross
machine direction, 140 lbf(190 N/m).
d. Elongation at Break,ASTM D751: 20 percent.
e. Dynamic Impact/Puncture Resistance,ASTM D5635: 30 J,minimum.
f. Minimum Membrane Thickness,nominal, less backing, ASTM D751: 60 mils (1.5
mm).
g. Thickness over fiber, optical method: 0.016 inches (0.406).
h. Accelerated Weathering, ASTM G155 and ASTM G154: Not greater than 15,000
hr.,no cracking or crazing.
i. Abrasion Resistance, ASTM D3389: Not greater than 2,000 cycles, H-18 wheel,
1,000 g load.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 -7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
j. Color: White.
k. Solar Reflectance Index(SRI), ASTM E1980: 110 (White, initial), 86 (White, 3-yr
aged).
B. Sheet Flashing: Manufacturer's standard, smooth-backed, sheet flashing of same material, type,
reinforcement,thickness and color as KEE roof membrane.
2.5 AUXILIARY ROOFING MATERIALS
A. General: Auxiliary membrane roofing materials recommended by roofing system manufacturer
for intended use,and compatible with membrane roofing.
1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having
jurisdiction.
2. Adhesives and sealants that are not on the exterior side of weather barrier shall comply
with the following limits for VOC content when calculated according to 40 CFR 59,
Subpart D(EPA Method 24):
a. Plastic Foam Adhesives: 50 g/L.
b. Single-Ply Roof Membrane Sealants: 450 g/L.
c. Nonmembrane Roof Sealants: 300 g/L.
d. Sealant Primers for Nonporous Substrates: 250 g/L.
e. Sealant Primers for Porous Substrates: 775 g/L.
3. Adhesives and sealants that are not on the exterior side of weather barrier shall comply
with the testing and product requirements of the California Department of Public Health's
(formerly, the California Department of Health Services') "Standard Method for the
Testing and Evaluation of Volatile Organic Chemical Emissions from Indoor Sources
Using Environmental Chambers."
B. Flashing Membrane Adhesive:
1. Bonding adhesive, solvent based fast drying, VOC-compliant, for bonding KEE smooth-
backed single ply membranes and flashings to substrates.
a. Basis of design product: Tremco, TremPly KEE LV Bonding Adhesive.
b. VOC,maximum,ASTM D 3960: 200 g/L.
C. Metal Termination Bars: Manufacturer's standard, predrilled stainless-steel or aluminum bars,
approximately 1 by 1/8 inch(25 mm by 3 mm)thick; with anchors.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
D. Metal Stress Plates: Manufacturer's standard AZ50 Galvalume-coated steel formed plates, 0.047
inch thick, with radial corners and membrane-engaging barbs engineered to enhance wind
resistance for mechanically-attached KEE membrane roofing systems. FMG approved.
1. Product: TremPly KEE Plus Stress Plates.
E. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion-
resistance provisions in FM Approvals 4470,designed for fastening components to substrate,and
acceptable to membrane roofing system manufacturer.
F. Joint Sealant: Elastomeric joint sealant compatible with roofing materials, with movement
capability appropriate for application.
1. Joint Sealant,Polyurethane: ASTM C920, Type S, Grade NS, Class 50 single-component
moisture curing sealant,formulated for compatibility and use in dynamic and static joints;
paintable.
a. Basis of design product: Tremco, TremSEAL Pro.
b. Volatile Organic Compounds (VOC),maximum,ASTM D3960: 40 g/L.
C. Hardness, Shore A,ASTM C661: 40.
d. Adhesion to Concrete,ASTM C794: 35 pli.
e. Tensile Strength,ASTM D412: 350 psi(2410 kPa).
f. Color: White.
G. Prefabricated Pipe Flashings: As recommended by roof membrane manufacturer.
H. Miscellaneous Accessories: Provide pourable sealers,preformed cone and vent sheet flashings,
preformed inside and outside corner sheet flashings, T joint covers, lap sealants, termination
reglets, and other accessories.
2.6 ROOF INSULATION MATERIALS
A. General: Preformed roof insulation boards manufactured or approved by roofing manufacturer,
selected from insulation manufacturer's standard sizes,suitable for application,and of thicknesses
indicated.
1. Provide preformed saddles,crickets,tapered edge strips,and other insulation shapes where
indicated for sloping to drain. Fabricate to slopes indicated, not less than two times the
roof slope.
B. Roof Insulation: Provide roof insulation product in thicknesses indicated in Part 3 as follows:
1. Board Insulation, Polyisocyanurate: CFC- and HCFC- free, with recycled content glass-
fiber mat facer on both major surfaces,ASTM C1289 Type II Class 1.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 9
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
a. Basis of design product: Tremco, Trisotech Insulation OR Equal.
b. Compressive Strength,ASTM D1621: Grade 2: 20 psi(138 kPa).
C. Conditioned Thermal Resistance at 75 deg. F(24 deg. C): 14.4 at 2.5 inches(50.8 mm)thick
2.7 ROOF INSULATION ACCESSORIES
A. Cover Board:
1. Gypsum panel,glass-mat-faced,ASTM C 1177/C 1177M.
a. Basis of design product: Tremco/GP Gypsum DensDeck or Equal.
b. Thickness: 1/2 inch(12 mm).
B. Insulation Cant Strips: ASTM C 208, Type II, Grade 1, cellulosic-fiber insulation board.
C. Tapered Edge Strips: ASTM C 208,Type 11, Grade 1,cellulosic-fiber insulation board.
D. Substrate Joint Tape: 6-or 8-inch-(150-or 200-mm-)wide, coated, glass fiber.
E. Insulation Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with
corrosion-resistance provisions in FM Approvals 4470,designed for fastening roof insulation and
cover boards to substrate, and acceptable to roofing system manufacturer.
2.8 WALKWAY MATERIALS
A. Walkway/Protection Mat Material:
1. Protection walkway roll,reinforced KEE membrane roll with diamond-tread,slip-resistant
surface,fabricated for heat welding to compatible KEE membrane surface.
a. Basis of design product: Tremco, TremPly KEE Protection Walkway Roll.
b. Roll Size: 30 inches by 100 ft
C. Thickness: 0.060 inch.
d. Breaking strength: 450 lbs.
e. Color: Light Gray.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine substrates, areas, and conditions, with Installer present, for compliance with the
following requirements and other conditions affecting performance of roofing system:
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 10
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Verify that roof openings and penetrations are in place and curbs are set and braced and
that roof drain bodies are securely clamped in place.
2. Verify that wood cants, blocking, curbs, and nailers are securely anchored to roof deck at
penetrations and terminations and that nailers match thicknesses of insulation.
3. Existing Prepared Roof Substrate: Verify that existing insulation and substrate is sound
and dry. Refer to requirements of Division 07 Section"Preparation for Re-Roofing."
4. Wood Roof Deck: Verify that deck is sound and dry and securely fastened with no
projecting fasteners and with no adjacent units in excess of 1/16 inch(1.6 mm)out of plane
relative to adjoining deck.
5. Verify that existing insulation and substrate is sound and dry.
B. Proceed with installation only after unsatisfactory conditions have been corrected.
3.2 PREPARATION
A. Clean substrate of dust, debris,moisture, and other substances detrimental to roofing installation
according to roofing system manufacturer's written instructions. Remove sharp projections.
B. Prevent materials from entering and clogging roof drains and conductors and from spilling or
migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking
place or when rain is forecast.
C. Complete terminations and base flashings and provide temporary seals to prevent water from
entering completed sections of roofing system at the end of the workday or when rain is forecast.
Remove and discard temporary seals before beginning work on adjoining roofing.
3.3 INSTALLATION, GENERAL
A. Install roofing system in accordance with manufacturer's written instructions and approved
details.
B. NRCA Installation Details: Install roofing system in accordance with applicable NRCA Manual
Plates and NRCA recommendations;modify as required to comply with manufacturer's approved
details and perimeter fastening requirements of FM Global references if applicable.
3.4 INSULATION INSTALLATION
A. Coordinate installing membrane roofing system components so insulation is not exposed to
precipitation or left exposed at the end of the workday.
B. Comply with membrane roofing system and insulation manufacturer's written instructions for
installing roof insulation.
C. Install insulation under area of roofing to achieve required thickness. Where overall insulation
thickness is 2.7 inches (70 mm) or greater, install two or more layers with joints of each
KETONE ETHYLENE ESTER(KEE)ROOFING 075416- 11
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
succeeding layer staggered from j oints of previous layer a minimum of 6 inches(150 mm)in each
direction.
1. Flat Insulation System on Sloped Roof Deck: Install insulation at minimum thickness as
follows:
a. Minimum total thickness of Continuous Insulation: 2 inches.
2. Insulation Drain Sumps: Tapered insulation sumps, not less than 2 by 2 ft. (600 by 600
mm), sloped to roof drain; sump to maximum depth of not more than 1 inch(25 mm)less
than the Project-stipulated continuous insulation thickness based upon code requirements.
D. Trim surface of insulation where necessary at roof drains so completed surface is flush and does
not restrict flow of water.
E. Mechanically Fastened Insulation: Install each layer of insulation and secure to deck using
mechanical fasteners specifically designed and sized for fastening specified board-type roof
insulation to deck type.
1. Fasten insulation to resist uplift pressure at corners,perimeter, and field of roof.
F. Cover Boards: Install cover boards over insulation with long joints in continuous straight lines
with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches
in each direction. Loosely butt cover boards together.
1. Secure cover boards to resist uplift pressure at corners,perimeter, and field of roof.
2. Mechanically fasten cover boards.
3.5 MECHANICALLY FASTENED MEMBRANE ROOFING INSTALLATION
A. Mechanically fasten membrane roofing over area to receive roofing and install according to
roofing system manufacturer's written instructions.
B. Start installation of membrane roofing in presence of roofing system manufacturer's technical
personnel.
C. Accurately align membrane roofing and maintain uniform side and end laps of minimum
dimensions required by manufacturer. Stagger end laps.
D. Mechanically fasten or adhere membrane roofing securely at terminations, penetrations, and
perimeter of roofing.
E. Apply membrane roofing with side laps shingled with slope of roof deck where possible.
F. In-Seam Attachment: Secure one edge of membrane sheet using fastening plates or metal battens
centered within membrane seam and mechanically fasten membrane sheet to roof deck.
G. Metal Stress Plate Installation:
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 12
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Locate plates in grid pattern in accordance with membrane manufacturer's instructions.
2. Install plates in straight rows in the specified number and spacing to achieve the required
wind uplift resistance in the main field, edges and corners of the roof.
3. Install plates and separation pads using fasteners that comply with the specified applicable
building code wind uplift rating and the fastener and membrane manufacturer's
requirements. Ensure that all fasteners are properly driven normal to the surface of the
sub-structure. Do not over-drive fasteners; plates that are recessed into and/or not flush
with the surface of the insulation are not acceptable.
H. Welded Seams: Clean seam areas,overlap membrane roofing,and hot-air weld side and end laps
of membrane roofing and sheet flashings according to manufacturer's written instructions to
ensure a watertight seam installation.
1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut
edges of sheet membrane.
2. Verify field strength of seams a minimum of twice daily and repair seam sample areas.
3. Repair tears,voids,and lapped seams in roofing that does not comply with requirements.
1. Spread sealant bed over deck drain flange at roof drains and securely seal membrane roofing in
place with clamping ring.
J. Install membrane roofing and auxiliary materials to tie in to existing roofing to maintain
weathertightness of transition. Install in such a manner as to not void warranty for existing
membrane roofing system.
3.6 BASE FLASHING INSTALLATION
A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to
membrane roofing system manufacturer's written instructions.
B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to
partially dry. Do not apply to seam area of flashing.
C. Flash penetrations and field-formed inside and outside corners with cured or uncured sheet
flashing.
D. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side
and end laps to ensure a watertight seam installation.
E. Seal top termination of base flashing with a metal termination bar and a continuous bead of joint
sealant.
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 13
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3.7 WALKWAY INSTALLATION
A. Flexible Walkways: Install walkway products in locations indicated. Heat weld to substrate or
adhere walkway products to substrate with compatible adhesive according to roofing system
manufacturer's written instructions.
3.8 FIELD QUALITY CONTROL
A. Manufacturer Inspector: Manufacturer will employ technical personnel to inspect the roof while
it is being installed. Roof will be inspected a minimum of 3 times per week while in progress
with jobsite reports, including photos, sent to all of the project stakeholders.
B. Final Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect
roofing installation on completion.
C. Repair or remove and replace components of membrane roofing system where inspections
indicate that they do not comply with specified requirements.
D. Additional inspections, at Contractor's expense, will be performed to determine compliance of
replaced or additional work with specified requirements.
3.9 PROTECTING AND CLEANING
A. Protect membrane roofing system from damage and wear during remainder of construction
period. When remaining construction will not affect or endanger roofing, inspect roofing for
deterioration and damage, describing its nature and extent in a written report, with copies to
Architect and Owner.
B. Correct deficiencies in or remove membrane roofing system that does not comply with
requirements; repair substrates; and repair or reinstall membrane roofing system to a condition
free of damage and deterioration at time of Substantial Completion and according to warranty
requirements.
C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures
recommended by manufacturer of affected construction.
END OF SECTION 075416
KETONE ETHYLENE ESTER(KEE)ROOFING 075416 - 14
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 076200- SHEET METAL FLASHING AND TRIM
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Manufactured reglets with counterflashing.
2. Formed roof-drainage sheet metal fabrications.
3. Formed low-slope roof sheet metal fabrications.
4. Formed wall sheet metal fabrications.
1.2 PREINSTALLATION MEETINGS
A. Preinstallation Conference: Conduct conference at Project site.
1.3 ACTION SUBMITTALS
A. Product Data: For each type of product.
B. Shop Drawings: For sheet metal flashing and trim.
1. Include plans, elevations, sections, and attachment details.
2. Distinguish between shop-and field-assembled work.
3. Include identification of finish for each item.
4. Include pattern of seams and details of termination points, expansion joints and
expansion joint covers, direction of expansion,roof-penetration flashing, and connections
to adjoining work.
C. Samples: For each exposed product and for each color and texture specified.
1.4 INFORMATIONAL SUBMITTALS
A. Product certificates.
B. Product test reports.
C. Sample warranty.
1.5 CLOSEOUT SUBMITTALS
A. Maintenance data.
SHEET METAL FLASHING AND TRIM 076200 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1.6 QUALITY ASSURANCE
A. Fabricator Qualifications: Employs skilled workers who custom fabricate sheet metal flashing
and trim similar to that required for this Project and whose products have a record of successful
in-service performance.
B. Mockups: Build mockups to verify selections made under Sample submittals to demonstrate
aesthetic effects and to set quality standards for fabrication and installation.
PART 2 -PRODUCTS
2.1 PERFORMANCE REQUIREMENTS
A. General: Sheet metal flashing and trim assemblies shall withstand wind loads, structural
movement, thermally induced movement, and exposure to weather without failure due to
defective manufacture, fabrication, installation, or other defects in construction. Completed
sheet metal flashing and trim shall not rattle, leak, or loosen,and shall remain watertight.
B. Sheet Metal Standard for Flashing and Trim: Comply with NRCA's "The NRCA Roofing
Manual" and SMACNA's "Architectural Sheet Metal Manual" requirements for dimensions and
profiles shown unless more stringent requirements are indicated.
C. Thermal Movements: Allow for thermal movements from ambient and surface temperature
changes.
1. Temperature Change: 120 deg. F (67 deg C), ambient; 180 deg.F (100 deg C), material
surfaces.
2.2 SHEET METALS
A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying
strippable,temporary protective film before shipping.
B. Copper Sheet: ASTM B 370, cold-rolled copper sheet,H00 or HO1 temper.
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Hussey Copper Ltd.
b. Revere Copper Products, Inc.
2. Nonpatinated Exposed Finish: Mill.
C. Aluminum Sheet: ASTM B 209 (ASTM B 209M), alloy as standard with manufacturer for
finish required,with temper as required to suit forming operations and performance required.
SHEET METAL FLASHING AND TRIM 076200 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Factory Prime Coating: Where painting after installation is required, pretreat metal with
white or light-colored, factory-applied, baked-on epoxy primer coat; minimum dry film
thickness of 0.2 mil(0.005 mm).
2. Clear Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A41, Class I, 0.018 mm or
thicker.
3. Color Anodic Finish, Coil Coated: AAMA 611, AA-M12C22A42/A44, Class I, 0.018
mm or thicker.
a. Color: Champagne
4. Exposed Coil-Coated Finish:
a. Two-Coat Fluoropolymer: AAMA 620. Fluoropolymer finish containing not less
than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply
coating to exposed metal surfaces to comply with coating and resin manufacturers'
written instructions.
5. Color: As selected by Architect from manufacturer's full range.
D. Stainless-Steel Sheet: ASTM A 240/A 240M, Type 304, dead soft, fully annealed; 2D (dull,
cold rolled) finish.
E. Metallic-Coated Steel Sheet: Provide zinc-coated (galvanized) steel sheet according to
ASTM A 653/A 653M, G90 (Z275) coating designation pre-painted by coil-coating process to
comply with ASTM A 755/A 755M.
1. Surface: Manufacturer's standard clear acrylic coating on both sides.
a. Two-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less
than 70 percent PVDF resin by weight in color coat. Prepare, pretreat, and apply
coating to exposed metal surfaces to comply with coating and resin manufacturers'
written instructions.
2. Color: As selected by Architect from manufacturer's full range.
2.3 UNDERLAYMENT MATERIALS
A. Felt: ASTM D 226/1)226M, Type II(No. 30), asphalt-saturated organic felt; nonperforated.
B. Self-Adhering, High-Temperature Sheet: Minimum 30 mils (0.76 mm) thick, consisting of a
slip-resistant polyethylene- or polypropylene-film top surface laminated to a layer of butyl- or
SBS-modified asphalt adhesive, with release-paper backing; specifically designed to withstand
high metal temperatures beneath metal roofing. Provide primer according to written
recommendations of underlayment manufacturer.
1. Products: Subject to compliance with requirements, available products that may be
incorporated into the Work include,but are not limited to,the following
a. Kirsch Building Products,LLC; Sharkskin Ultra SA.
SHEET METAL FLASHING AND TRIM 076200 -3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
b. Metal-Fab Manufacturing LLC; MetShield.
C. Owens Corning; WeatherLock Specialty Tile&Metal Underlayment.
d. Polyguard Products,Inc.; Deck Guard HT.
e. Protecto Wrap Company; Protecto Jiffy Seal Ice&Water Guard HT.
f. SDP Advanced Polymer Products Inc; Palisade SA-HT.
2. Thermal Stability: ASTM D 1970; stable after testing at 240 deg F or higher.
3. Low-Temperature Flexibility: ASTM D 1970; passes after testing at minus 20 deg F or
lower.
C. Slip Sheet: Rosin-sized building paper, 3 lb/100 sq. ft. minimum.
2.4 MISCELLANEOUS MATERIALS
A. General: Provide materials and types of fasteners, solder, protective coatings, sealants, and
other miscellaneous items as required for complete sheet metal flashing and trim installation
and as recommended by manufacturer of primary sheet metal unless otherwise indicated.
B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and
bolts, and other suitable fasteners designed to withstand design loads and recommended by
manufacturer of primary sheet metal.
1. General: Blind fasteners or self-drilling screws, gasketed,with hex-washer head.
a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or
factory-applied coating. Provide metal-backed EPDM or PVC sealing washers
under heads of exposed fasteners bearing on weather side of metal.
b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for
metal being fastened.
C. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching
internal gutter width.
2. Fasteners for Copper Sheet: Copper, hardware bronze or passivated Series 300 stainless
steel.
3. Fasteners for Aluminum Sheet: Aluminum or Series 300 stainless steel.
4. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel.
5. Fasteners for Zinc-Coated(Galvanized) Steel Sheet: Series 300 stainless steel or hot-dip
galvanized steel according to ASTM A 153/A 153M or ASTM F 2329.
C. Solder:
1. For Copper: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead.
2. For Stainless Steel: ASTM B 32, Grade Sn60, with acid flux of type recommended by
stainless-steel sheet manufacturer.
3. For Zinc-Coated (Galvanized) Steel: ASTM B 32, Grade Sn50, 50 percent tin and 50
percent lead or Grade Sn60, 60 percent tin and 40 percent lead with maximum lead
content of 0.2 percent.
SHEET METAL FLASHING AND TRIM 076200 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
D. Sealant Tape: Pressure-sensitive, 100 percent solids, polyisobutylene compound sealant tape
with release-paper backing. Provide permanently elastic, nonsag, nontoxic, nonstaining tape
1/2 inch wide and 1/8 inch thick.
E. Elastomeric Sealant: ASTM C 920, elastomeric polyurethane polymer sealant; of type, grade,
class, and use classifications required to seal joints in sheet metal flashing and trim and remain
watertight.
F. Butyl Sealant: ASTM C 1311, single-component, solvent-release butyl rubber sealant;
polyisobutylene plasticized; heavy bodied for hooked-type expansion joints with limited
movement.
G. Bituminous Coating: Cold-applied asphalt emulsion according to ASTM D 1187.
H. Asphalt Roofing Cement: ASTM D 4586, asbestos free,of consistency required for application.
2.5 MANUFACTURED REGLETS
A. Reglets: Units of type, material, and profile required, formed to provide secure interlocking of
separate reglet and counterflashing pieces, and compatible with flashing indicated with factory-
mitered and -welded corners and junctions and with interlocking counterflashing on exterior
face,of same metal as reglet.
1. Manufacturers: Subject to compliance with requirements, available manufacturers
offering products that may be incorporated into the Work include, but are not limited to,
the following:
a. Cheney Flashing Company.
b. Fry Re le�rporation.
C. Heckmann Building Products,Inc.
d. Hickman,W.P. Company.
e. Hohmann&Barnard, Inc.
f. Keystone Flashing Company, Inc.
g. National Sheet Metal Systems,Inc.
h. Sandell Manufacturing.
2. Material: Stainless steel, 0.019 inch thick, Galvanized steel, 0.022 inch thick.
3. Finish: With manufacturer's standard color coating.
2.6 FABRICATION,GENERAL
A. General: Custom fabricate sheet metal flashing and trim to comply with details shown and
recommendations in cited sheet metal standard that apply to design, dimensions, geometry,
metal thickness, and other characteristics of item required. Fabricate sheet metal flashing and
trim in shop to greatest extent possible.
1. Obtain field measurements for accurate fit before shop fabrication.
SHEET METAL FLASHING AND TRIM 076200 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2. Form sheet metal flashing and trim to fit substrates without excessive oil canning,
buckling, and tool marks; true to line, levels, and slopes; and with exposed edges folded
back to form hems.
3. Conceal fasteners and expansion provisions where possible. Do not use exposed
fasteners on faces exposed to view.
B. Expansion Provisions: Form metal for thermal expansion of exposed flashing and trim.
1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm)
deep, filled with butyl sealant concealed within joints.
2. Use lapped expansion joints only where indicated on Drawings.
C. Sealant Joints: Where movable, nonexpansion-type joints are required, form metal to provide
for proper installation of elastomeric sealant according to cited sheet metal standard.
D. Fabricate cleats and attachment devices from same material as accessory being anchored or
from compatible,noncorrosive metal.
E. Fabricate cleats and attachment devices of sizes as recommended by cited sheet metal standard
for application,but not less than thickness of metal being secured.
F. Seams: Fabricate nonmoving seams with flat-lock seams. Tin edges to be seamed, form seams,
and solder.
2.7 ROOF-DRAINAGE SHEET METAL FABRICATIONS
A. Downspouts: Fabricate round downspouts to dimensions indicated, complete with mitered
elbows. Furnish with metal hangers from same material as downspouts and anchors.
1. Hanger Style: According to SMACNA's"Architecture Sheet Metal Manual".
2. Fabricate from the following materials:
a. Galvanized Steel: 0.022 inch thick.
2.8 LOW-SLOPE ROOF SHEET METAL FABRICATIONS
A. Roof Edge Flashing and Fascia Cap: Fabricate in minimum 96-inch- long, but not exceeding
12-foot-(3.6-m-)long sections. Furnish with 6-inch-wide,joint cover plates.
1. Fabricate from the Following Materials:
a. Galvanized Steel: 0.028 inch thick.
B. Copings: Fabricate in minimum 96-inch- long, but not exceeding 12-foot- long, sections.
Fabricate joint plates of same thickness as copings. Furnish with continuous cleats to support
edge of external leg and interior leg. Miter corners, solder or weld watertight.
1. Fabricate from the Following Materials:
a. Galvanized Steel: see plan
SHEET METAL FLASHING AND TRIM 076200 -6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
C. Base Flashing: Shop fabricate interior and exterior corners. Fabricate from the following
materials:
1. Galvanized Steel: 0.028 inch thick.
D. Counterflashing and Flashing Receivers: Fabricate from the following materials:
1. Galvanized Steel: 0.022 inch thick.
E. Roof-Penetration Flashing: Fabricate from the following materials:
1. Galvanized Steel: 0.028 inch thick.
F. Roof-Drain Flashing: Fabricate from the following materials:
1. Stainless Steel: 0.016 inch thick.
2.9 WALL SHEET METAL FABRICATIONS
A. Opening Flashings in Frame Construction: Fabricate head, sill,jamb, and similar flashings to
extend 4 inches beyond wall openings. Form head and sill flashing with 2-inch- high, end
dams. Fabricate from the following materials:
1. Galvanized Steel: 0.022 inch thick.
PART 3 -EXECUTION
3.1 UNDERLAYMENT INSTALLATION
A. Felt Underlayment: Install felt underlayment, wrinkle free, using adhesive to minimize use of
mechanical fasteners under sheet metal flashing and trim. Apply in shingle fashion to shed
water,with lapped joints of not less than 2 inches.
B. Self-Adhering Sheet Underlayment: Install self-adhering sheet underlayment, wrinkle free.
Prime substrate if recommended by underlayment manufacturer. Comply with temperature
restrictions of underlayment manufacturer for installation; use primer for installing
underlayment at low temperatures. Apply in shingle fashion to shed water,with end laps of not
less than 6 inches staggered 24 inches between courses. Overlap side edges not less than 3-1/2
inches. Roll laps and edges with roller. Cover underlayment within 14 days.
3.2 INSTALLATION, GENERAL
A. General: Anchor sheet metal flashing and trim and other components of the Work securely in
place, with provisions for thermal and structural movement. Use fasteners, solder, protective
coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal
flashing and trim system.
SHEET METAL FLASHING AND TRIM 076200 -7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Install sheet metal flashing and trim true to line, levels,and slopes. Provide uniform,neat
seams with minimum exposure of solder,welds, and sealant.
2. Install sheet metal flashing and trim to fit substrates and to result in watertight
performance. Verify shapes and dimensions of surfaces to be covered before fabricating
sheet metal.
3. Space cleats not more than 12 inches apart. Attach each cleat with at least two fasteners.
Bend tabs over fasteners.
4. Install exposed sheet metal flashing and trim with limited oil canning, and free of
buckling and tool marks.
5. Torch cutting of sheet metal flashing and trim is not permitted.
B. Metal Protection: Where dissimilar metals contact each other, or where metal contacts pressure-
treated wood or other corrosive substrates, protect against galvanic action or corrosion by
painting contact surfaces with bituminous coating or by other permanent separation as
recommended by sheet metal manufacturer or cited sheet metal standard.
1. Coat concealed side of sheet metal flashing and trim with bituminous coating where
flashing and trim contact wood, ferrous metal, or cementitious construction.
2. Underlayment: Where installing sheet metal flashing and trim directly on cementitious or
wood substrates, install underlayment and cover with slip sheet.
C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space
movement joints at maximum of 10 feet with no joints within 24 inches of corner or
intersection.
1. Form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled
with sealant concealed within joints.
2. Use lapped expansion joints only where indicated on Drawings.
D. Fasteners: Use fastener sizes that penetrate wood blocking or sheathing not less than 1-1/4
inches for nails and not less than 3/4 inch for wood screws.
E. Conceal fasteners and expansion provisions where possible in exposed work and locate to
minimize possibility of leakage. Cover and seal fasteners and anchors as required for a tight
installation.
F. Seal joints as required for watertight construction. Prepare joints and apply sealants to comply
with requirements in Section 079200 "Joint Sealants."
G. Soldered Joints: Clean surfaces to be soldered,removing oils and foreign matter. Pre-tin edges
of sheets with solder to width of 1-1/2 inches; however, reduce pre-tinning where pre-tinned
surface would show in completed Work.
1. Do not solder metallic-coated steel sheet.
2. Do not use torches for soldering.
3. Heat surfaces to receive solder, and flow solder into joint. Fill joint completely.
Completely remove flux and spatter from exposed surfaces.
SHEET METAL FLASHING AND TRIM 076200 - 8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3.3 ROOF-DRAINAGE SYSTEM INSTALLATION
A. General: Install sheet metal roof-drainage items to produce complete roof-drainage system
according to cited sheet metal standard unless otherwise indicated. Coordinate installation of
roof perimeter flashing with installation of roof-drainage system.
B. Downspouts: Join sections with I-I/2-inch telescoping joints. Provide hangers with fasteners
designed to hold downspouts securely to walls. Locate hangers at top and bottom and at
approximately 60 inches o.c.
C. Splash Pans: Install where downspouts discharge on low-slope roofs. Set in asphalt roofing
cement or elastomeric sealant compatible with the substrate.
D. Expansion-Joint Covers: Install expansion joint covers at locations and of configuration
indicated. Lap joints minimum of 4 inches in direction of water flow.
3.4 ROOF FLASHING INSTALLATION
A. General: Install sheet metal flashing and trim to comply with performance requirements, sheet
metal manufacturer's written installation instructions, and cited sheet metal standard. Provide
concealed fasteners where possible, and set units true to line, levels, and slopes. Install work
with laps,joints, and seams that are permanently watertight and weather resistant.
B. Roof Edge Flashing: Anchor to resist uplift and outward forces according to recommendations
in cited sheet metal standard unless otherwise indicated. Interlock bottom edge of roof edge
flashing with continuous cleat anchored to substrate.
C. Copings: Anchor to resist uplift and outward forces according to recommendations in cited
sheet metal standard unless otherwise indicated.
D. Pipe or Post Counterflashing: Install counterflashing umbrella with close-fitting collar with top
edge flared for elastomeric sealant, extending minimum of 4 inches over base flashing. Install
stainless-steel draw band and tighten.
E. Counterflashing: Coordinate installation of counterflashing with installation of base flashing.
Insert counterflashing in reglets or receivers and fit tightly to base flashing. Extend
counterflashing 4 inches over base flashing. Lap counterflashing joints minimum of 4 inches
F. Roof-Penetration Flashing: Coordinate installation of roof-penetration flashing with installation
of roofing and other items penetrating roof. Seal with elastomeric butyl sealant and clamp
flashing to pipes that penetrate roof.
3.5 WALL FLASHING INSTALLATION
A. General: Install sheet metal wall flashing to intercept and exclude penetrating moisture
according to cited sheet metal standard unless otherwise indicated. Coordinate installation of
wall flashing with installation of wall-opening components such as windows, doors, and
louvers.
SHEET METAL FLASHING AND TRIM 076200 -9
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3.6 CLEANING AND PROTECTION
A. Clean and neutralize flux materials. Clean off excess solder.
B. Clean off excess sealants.
C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim
are installed unless otherwise indicated in manufacturer's written installation instructions.
END OF SECTION 076200
SHEET METAL FLASHING AND TRIM 076200 - 10
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 077200 - ROOF ACCESSORIES
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Roof curbs.
2. Equipment supports.
3. Roof hatches.
4. Hatch-type heat and smoke vents.
5. Dropout-type heat and smoke vents.
1.2 ACTION SUBMITTALS
A. Product Data: For each type of roof accessory indicated.
B. Shop Drawings: For roof accessories.
C. Samples: For each exposed product and for each color and texture specified.
1.3 INFORMATIONAL SUBMITTALS
A. Coordination Drawings: Roof plans, drawn to scale, and coordinating penetrations and roof-
mounted items.
B. Warranty: Sample of special warranty.
1.4 CLOSEOUT SUBMITTALS
A. Operation and maintenance data.
1.5 WARRANTY
A. Special Warranty on Painted Finishes: Manufacturer's standard form in which manufacturer
agrees to repair finishes or replace roof accessories that show evidence of deterioration of
factory-applied finishes within 20 years from date of Substantial Completion.
ROOF ACCESSORIES 077200 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
PART 2 -PRODUCTS
2.1 METAL MATERIALS
A. Zinc-Coated(Galvanized) Steel Sheet: ASTM A 653/A 653M, G90 coating designation.
1. Baked-Enamel or Powder-Coat Finish: Manufacturer's standard two-coat, baked-on
finish consisting of prime coat and thermosetting topcoat, with a minimum dry film
thickness of 1 mil for topcoat.
B. Aluminum-Zinc Alloy-Coated Steel Sheet: ASTM A 792/A 792M,AZ5 coated.
1. Baked-Enamel or Powder-Coat Finish: Manufacturer's standard two-coat, baked-on
finish consisting of prime coat and thermosetting topcoat, with a minimum dry film
thickness of 1 mil for topcoat.
C. Aluminum Sheet: ASTM B 209, manufacturer's standard alloy for finish required, with temper
to suit forming operations and performance required.
1. Clear Anodic Finish: AAMA 611, Class II, 0.010 mm or thicker.
D. Aluminum Extrusions and Tubes: ASTM B 221 , manufacturer's standard alloy and temper for
type of use, finished to match assembly where used, otherwise mill finished.
E. Stainless-Steel Sheet and Shapes: ASTM A 240/A 240M or ASTM A 666, Type 304.
F. Steel Shapes: ASTM A 36/A 36M, hot-dip galvanized according to ASTM A 123/A 123M
unless otherwise indicated.
2.2 MISCELLANEOUS MATERIALS
A. General: Provide materials and types of fasteners, protective coatings, sealants, and other
miscellaneous items required by manufacturer for a complete installation.
B. Wood Nailers: Softwood lumber, pressure treated with waterborne preservatives for
aboveground use, acceptable to authorities having jurisdiction, containing no arsenic or
chromium,and complying with AWPA C2; not less than 1-1/2 inches thick.
C. Fasteners: Roof accessory manufacturer's recommended fasteners suitable for application and
metals being fastened. Match finish of exposed fasteners with finish of material being fastened.
Provide nonremovable fastener heads to exterior exposed fasteners.
D. Sealants: As recommended by roof accessory manufacturer for installation indicated.
2.3 ROOF CURBS
A. Roof Curbs: Internally reinforced roof-curb units capable of supporting superimposed live and
dead loads, including equipment loads and other construction indicated on Drawings; with
welded or mechanically fastened and sealed corner joints, and integrally formed deck-mounting
flange at perimeter bottom.
ROOF ACCESSORIES 077200 - 2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Manufacturers: Subject to compliance with requirements,provide products by one of the
following:
a. AES Industries, Inc.
b. Curbs Plus, Inc.
C. Custom Solution Roof and Metal Products.
d. Greenheck Fan Corporation.
e. LM Curbs.
f. Metallic Products Cora.
g. Milcor Inc.; Commercial Products Group of Hart& Cooley, Inc.
h. Pate Company(The).
i. Roof Products,Inc.
j. Safe Air of Illinois.
k. Thybar Corporation.
1. Vent Products Co., Inc.
B. Material: Zinc-coated(galvanized) steel sheet, 0.052 inch thick.
1. Finish: Baked enamel or powder coat.
2. Color: As selected by Architect from manufacturer's full range.
C. Construction:
1. Insulation: Factory insulated with 1-1/2 inch thick cellulosic fiber board insulation.
2. Liner: Same material as curb, of manufacturer's standard thickness and finish.
3. Factory-installed wood nailer at top of curb, continuous around curb perimeter.
4. On ribbed or fluted metal roofs, form deck-mounting flange at perimeter bottom to
conform to roof profile.
5. Fabricate curbs to minimum height of 12 inches unless otherwise indicated.
6. Top Surface: Level around perimeter with roof slope accommodated by sloping the
deck-mounting flange.
7. Sloping Roofs: Where roof slope exceeds 1:48, fabricate curb with perimeter curb height
tapered to accommodate roof slope so that top surface of perimeter curb is level. Equip
unit with water diverter or cricket on side that obstructs water flow.
2.4 EQUIPMENT SUPPORTS
A. Equipment Supports: Internally reinforced metal equipment supports capable of supporting
superimposed live and dead loads, including equipment loads and other construction indicated
on Drawings; with welded or mechanically fastened and sealed corner joints, stepped integral
metal cant raised the thickness of roof insulation, and integrally formed deck-mounting flange at
perimeter bottom.
1. Manufacturers: Subject to compliance with requirements, provide products by one of the
following:
a. AES Industries,Inc.
b. Curbs Plus, Inc.
C. Custom Solution Roof and Metal Products.
ROOF ACCESSORIES 077200 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
d. Greenheck Fan Corporation.
e. LM Curbs.
f. Milcor Inc.; Commercial Products Group of Hart& Cooley, Inc.
g. Pate Company(The).
h. Roof Products,Inc.
i. Thybar Corporation.
j. Vent Products Co., Inc.
B. Material: Zinc-coated(galvanized) steel sheet, 0.052 inch thick.
1. Finish: Baked enamel or powder coat.
2. Color: As selected by Architect from manufacturer's full range.
C. Construction:
1. Insulation: Factory insulated with 1-1/2-inch-thick cellulosic-fiber board insulation.
2. Liner: Same material as equipment support, of manufacturer's standard thickness and
finish.
3. Factory-installed continuous wood nailers, 3-1/2 inches wide at tops of equipment
supports.
4. Metal Counterflashing: Manufacturer's standard, removable, fabricated of same metal
and finish as equipment support.
5. On ribbed or fluted metal roofs, form deck-mounting flange at perimeter bottom to
conform to roof profile.
6. Fabricate equipment supports to minimum height of 12 inches unless otherwise indicated.
7. Sloping Roofs: Where roof slope exceeds 1:48, fabricate each support with height to
accommodate roof slope so that tops of supports are level with each other. Equip
supports with water diverters or crickets on sides that obstruct water flow.
PART 3 -EXECUTION
3.1 INSTALLATION
A. General: Verify dimensions of roof openings for roof accessories. Install roof accessories
according to manufacturer's written instructions.
1. Install roof accessories level,plumb, true to line and elevation, and without warping,jogs
in alignment,excessive oil canning,buckling, or tool marks.
2. Anchor roof accessories securely in place so they are capable of resisting indicated loads.
3. Use fasteners, separators, sealants, and other miscellaneous items as required to complete
installation of roof accessories and fit them to substrates.
4. Install roof accessories to resist exposure to weather without failing, rattling, leaking, or
loosening of fasteners and seals.
B. Metal Protection: Protect metals against galvanic action by separating dissimilar metals from
contact with each other or with corrosive substrates by painting contact surfaces with
bituminous coating or by other permanent separation as recommended by manufacturer.
ROOF ACCESSORIES 077200 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1. Coat concealed side of roof accessories with bituminous coating where in contact with
wood, ferrous metal, or cementitious construction.
2. Underlayment: Where installing roof accessories directly on cementitious or wood
substrates, install a course of felt underlayment and cover with a slip sheet, or install a
course of polyethylene sheet.
C. Seal joints with sealant as required by roof accessory manufacturer.
3.2 REPAIR AND CLEANING
A. Galvanized Surfaces: Clean field welds, bolted connections, and abraded areas and repair
galvanizing according to ASTM A 780.
B. Touch up factory-primed surfaces with compatible primer ready for field painting according to
Section 099113 "Exterior Painting" and Section 099123 "Interior Painting."
C. Replace roof accessories that have been damaged or that cannot be successfully repaired by
finish touchup or similar minor repair procedures.
END OF SECTION 077200
ROOF ACCESSORIES 077200 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 08 85 13—GLAZING SEALANTS
PART 1 - GENERAL
1.1 SUMMARY
A. Section Includes:
1. Elastomeric glazing sealants including structural glazing.
2. Glazing opening weatherproofing sealants and weather barrier transition.
B. Related Sections:
1. Section 070191 "Joint Sealant Rehabilitation and Replacement" for renovation of exterior joint
sealants.
1.2 REFERENCE STANDARDS
A. ASTM International(ASTM): www.asttn.org :
1. ASTM C 661 - Standard Test Method for Indentation Hardness of Elastomeric Type Sealants by
Means of a Durometer
2. ASTM C 719 - Standard Test Method for Adhesion and Cohesion of Elastomeric Joint Sealants
Under Cyclic Movement(Hockman Cycle).
3. ASTM C 920 - Specification for Elastomeric Joint Sealants.
4. ASTM C 1135 -Test Method for Determining Tensile Adhesion Properties of Structural Sealants
5. ASTM C 1184 - Standard Specification for Structural Silicone Sealants.
6. ASTM C 1193 - Standard Guide for Use of Joint Sealants.
7. ASTM C 1330 -Cylindrical Sealant Backing for Use with Cold Liquid Applied Sealants.
8. ASTM E 283 —Test Method for Determining Rate of Air Leakage Through Exterior Windows,
Curtain Walls, and Doors Under Specified Pressure Differences Across the Specimen
B. Sealant,Waterproofing, and Restoration Institute(SWRI): www.swrionline.org
1. SWRI Validation Program.
1.3 ADMINISTRATIVE REQUIREMENTS
A. Performance Requirements: The intent of this specification and the related drawings is to
provide for a completely sealed glazing assembly. Items necessary for a completely sealed
glazing system that may not be specifically noted on this Sections or Drawings shall be provided
as indicated on this Section.
GLAZING SEALANTS 088513 - 1
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Coordination: Coordinate installation of joint sealants with cleaning of joint sealant substrates
and other operations that may impact installation or finished joint sealant work.
C. Preinstallation Conference: Conduct conference at Project Site.
1.4 ACTION SUBMITTALS
A. Product Data: For each type of joint sealant product specified, including:
1. Preparation instructions and recommendations.
2. Standard drawings illustrating manufacturer's recommended sealant joint profiles and
dimensions applicable to Project.
B. Joint Sealant Schedule: Indicate joint sealant location,joint sealant type,manufacturer and
product name, and color, for each application.Utilize joint sealant designations included in this
Section.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For qualified applicator.
B. Sealant,Waterproofing, and Restoration Institute(SWRI)Validation Certificate: For each
sealant specified to be
validated by SWRI's Sealant Validation Program.
C. Preconstruction compatibility and adhesion test reports for structural glazing.
D. Manufacturer's instructions for installation and field quality control testing.
E. Preconstruction field-adhesion test reports.
F. Field quality control adhesion test reports.
G. Warranty: Sample of unexecuted manufacturer and installer special warranties.
1.6 QUALITY ASSURANCE
A. Installer Qualifications: Experienced Installer equipped and trained for application of joint
sealants required for this Project with record of successful completion of projects of similar
scope.
B. Single Source Responsibility: Provide glazing sealants by a single manufacturer responsible for
testing of Project substrates to verify compatibility and adhesion of joint sealants.
C. Preconstruction Compatibility, Staining, and Adhesion Testing: Submit three samples of
material that will be in contact with or affect joint sealants. Test sealants with substrate materials
using manufacturer's standard test method to determine requirements for joint preparation,
including cleaning and priming. Test sealants with related materials to verify compatibility.
GLAZING SEALANTS 088513 -2
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
D. Preconstruction Field-Adhesion Testing: Prior to installing joint sealants,field test adhesion to
joint substrates using ASTM C 1193 Method A or method recommended by manufacturer.
Verify adhesion is adequate. Modify joint preparation recommendations for failed joints and re-
test. Submit written report to Architect.
E. Mockups: Provide glazing sealant and weather barrier transition application within mockups
required in other sections identical to specified sealants and installation methods.
1.7 PROJECT CONDITIONS
A. Do not install silicone sealants when shop conditions exceed temperature range limits or other
non-standard dust or dirt conditions exist.
B. Do not install sealants when ambient or surface temperatures are outside of range recommended
by glazing sealant manufacturer.
1.8 WARRANTY
A. Special Installer's Warranty: Provide a statement on Installer's letterhead in which Installer agrees
to repair or replace joint sealants that demonstrate deterioration or failure within warranty period
specified.
1. Warranty Period: Two years from date of Substantial Completion.
B. Special Manufacturer's Warranty: Provide manufacturer's standard form in which joint sealant
manufacturer agrees to furnish joint sealants to repair or replace those that demonstrate
deterioration or failure under normal use within warranty period specified.
1. Warranty Period for Silicone Sealants: 20 years date of Substantial Completion.
C. Warranty Conditions: Special warranties exclude deterioration or failure of joint sealants in
normal use due to structural movement resulting in stresses on joint sealants exceeding sealant
manufacturer's written specifications,joint substrate deterioration,mechanical damage,or normal
accumulation of dirt or other contaminants.
PART 2 - PRODUCTS
2.1 MANUFACTURER
A. Basis-of-Design Product: Provide joint sealant products manufactured by The Dow Chemical Company,
Midland MI; (877) SEALANT, (877) 732-5268; email: construction@dow.com; website:
dow.com/construction.
2.2 MATERIALS, GENERAL
GLAZING SEALANTS 088513 - 3
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
A. Standard Compliance:
1. Joint Sealants: Comply with ASTM C 920 and other specified requirements for each liquid-
applied joint sealant.
2. Structural Glazing Sealants: Comply with ASTM C 1184 and other specified requirements for
each liquid-applied structural glazing sealant where indicated.
B. Stain Test Characteristics: Where sealants are required to be nonstaining, provide sealants tested per
ASTM C 1248 as non-staining on porous joint substrates indicated for Project.
2.3 SILICONE GLAZING SEALANTS
A. Single-Component,Non-sag,Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS,
Class 50,Use NT;ASTM C 1184; SWRI validation.
1. Basis of Design Product: DOWSILTM 795 Silicone Building Sealant.
2. Hardness,ASTM D 2240: 35 -45 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC) Content: 32 g/L maximum.
4. Staining,ASTM C 1248: None on concrete,marble, granite, limestone, and brick.
5. Color: Match existing color.
B. Single-Component,Non-sag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS,
Class 50,Use NT;ASTM C 1184; SWRI validation.
1. Basis of Design Product: DOWSILTM 995 Silicone Structural Sealant.
2. Hardness,ASTM D 2240: 35 -45 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 34 g/L maximum.
4. Color: Match existing.
C. Two-Component,Non-sag,Neutral-Curing Silicone Joint Sealant : ASTM C 920, Type M, Grade NS,
Class 25,Use NT; ASTM C1184, Type M,Use NT.
l. Basis of Design Product: DOWSILTM 983 Structural Glazing Sealant.
2. Hardness,ASTM D 2240: 35 to 45 durometer Shore A.
3. Volatile Organic Compound(VOC)Content As Mixed: 18 g/L maximum.
4. Colors: Black.
D. Two-Component, Non-sag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type M, Grade NS,
Class 25,Use NT; ASTM C1184, Type M,Use NT.
1. Basis of Design Product: DOWSILTM121 Structural Glazing Sealant.
2. Hardness,ASTM D 2240: 35 to 45 durometer Shore A
3. Volatile Organic Compound(VOC)Content As Mixed: 18 g/L maximum.
4. Colors: Black.
GLAZING SEALANTS 088513 -4
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2.4 WEATHERPROOFING LIQUID SILICONE JOINT SEALANTS
A. Single-Component,Non-sag,Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS,
Class 50,Use NT; ASTM C 1184; SWRI validation.
1. Basis of Design Product: DOWSILTM 756 SMS Building Sealant.
2. Hardness,ASTM D 2240: 35 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 60 g/L maximum.
4. Staining,ASTM C 1248: None on white marble.
5. Color: Match existing.
B. Single-Component,Non-sag,Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS,
Class 50, for Use NT; SWRI validation.
1. Basis of Design Product: DOWSILTM 791 Silicone Weatherproofing Sealant.
2. Hardness,ASTM D 2240: 34 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 30 g/L maximum.
4. Staining,ASTM C 1248: None on concrete, granite, limestone, and brick.
5. Color: Match existing.
C. Single-Component,Non-sag, Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS,
Class 50,Use NT; SWRI validation.
1. Basis of Design Product: DOWSILTM 795 Silicone Building Sealant.
2. Hardness,ASTM D 2240: 35 -45 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 32 g/L maximum staining,ASTM C 1248:None on
concrete, granite,limestone, and brick.
4. Staining,ASTM C 1248: None on concrete,marble, granite, limestone, and brick.
5. Color: Match existing.
D. Single-Component,Non-sag,Neutral-Curing Silicone Joint Sealant: ASTM C 920, Type S, Grade NS,
Class 50,Use NT;ASTM C1184; SWRI validation.
1. Basis of Design Product: DOWSILTM 995 Silicone Structural Sealant.
2. Hardness,ASTM D 2240: 35 -40 durometer Shore A,minimum.
3. Volatile Organic Compound(VOC)Content: 34 g/L maximum.
4. Color: As selected by Architect from manufacturers full line of not less than 3 colors.
GLAZING SEALANTS 088513 - 5
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2.5 WEATHER BARRIER TRANSITION
A. Silicone Elastomer Weather Barrier Transition: Highly flexible clear flashing and transition sheet and
pre-molded corners for bonding with silicone sealant to weather barrier substrates and to adjacent curtain
wall, storefront, and window frames and other transition substrates.
1. Basis of Design Product: DOWSILTM Silicone Transition Strip(STS).
2. Air Infiltration,ASTM E 283: Maximum 0.025 cfm/sq. ft. (0.127 L/s per sq.m) at 6.24 lbf/sq. ft.
(300 Pa).
3. Water Penetration under Static Pressure,ASTM E 331:None at 15 lbf/sq. ft. (720 Pa).
4. Movement Capability:Not less than plus 200,minus 75 percent.
5. Tensile Strength,ASTM D 412:Not less than 800 psi(5.5 MPa).
6. Tear Strength,ASTM D 624:Not less than 200 psi(16 kN/m).
7. Elongation,ASTM D 412:Not less than 400 percent.
8. Hardness,ASTM D 2240: 50-60 durometer Shore A.
9. Bonding Sealant: Manufacturer's recommended neutral-curing silicone.
10. Volatile Organic Compound(VOC)Content: 0 g/L
2.6 ACCESSORIES
A. Joint Substrate Primers: Substrate primer recommended by sealant manufacturer for application.
B. Cylindrical Sealant Backing: ASTM C 1330, Type B non-absorbent, bi-cellular material with surface
skin,or Type O open-cell polyurethane,as recommended by sealant manufacturer for application.
C. Bond Breaker Tape: Polymer tape compatible with joint sealant materials and recommended by sealant
manufacturer.
D. Glazing Setting Blocks and Spacers: Inorganic type compatible with silicone sealant and recommended
by sealant manufacturer.
1. Acceptable materials include silicone, alcryn,polyurethane foam tape, and vinyl extrusions.
2. Test setting blocks and spacers for compatibility prior to installation.
E. Masking tape: non-staining,non-absorbent type compatible with silicone sealant and adjacent surfaces.
PART 3 -EXECUTION
3.1 EXAMINATION
GLAZING SEALANTS 088513 - 6
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
A. Examine joint profiles and surfaces to determine if work is ready to receive joint sealants. Verify joint
dimensions are adequate for development of sealant movement capability. Proceed with joint sealant
work once conditions meet sealant manufacturer's recommendations.
B. Aluminum Framing:
1. Verify framing surfaces to receive glazing are flat and smooth without slots, serrations,and other
irregularities.
2. Verify aluminum framing has alodine,anodized,fluorocarbon paint,polyester powder coat finish,
or other acceptable finish or material.
3.2 PREPARATION
A. Structural Silicone Joint Design: Install sealant in joint design configuration recommended by
manufacturer and as follows:
1. Glueline thickness: 1/4 inch(6 mm)minimum and not to exceed 1/2 inch(13 mm).
2. Structural Bite: 1/4 inch(6 mm)minimum and equal to or greater than glueline thickness
3. Bite-to-Glueline Ratio: 3:1 or less.
4. Design and fill joint using manufacturer's recommended sealant application procedures.
B. Joint Surface Cleaning: Clean joints prior to installing joint sealants using materials and methods
recommended by sealant manufacturer.
1. Remove laitance, form-release agents, dust,and other contaminants.
2. Clean porous and nonporous surfaces utilizing chemical cleaners acceptable to sealant
manufacturer.
1. Use two-cloth solvent wipe in accordance with ASTM C 1193.
3.3 APPLICATION
A. Masking: Mask adjacent surfaces to prevent staining or damage by contact with sealant or primer.
B. Joint Priming: Prime joint substrates when recommended by sealant manufacturer or when indicated by
preconstruction testing or experience. Apply recommended primer using sealant manufacturer's
recommended application techniques.
C. Joint Backing: Select joint backing materials recommended by sealant manufacturer to be compatible
with sealant material. Install backing material at depth required to produce profile of joint sealant
allowing optimal sealant movement. Install without gaps, twisting, stretching, or puncturing backing
material.Use gage to ensure uniform depth to achieve correct profile,coverage, and performance.
1. Install bond breaker tape over substrates when sealant backings are not used.
GLAZING SEALANTS 088513 - 7
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
D. Spacers and Setting Blocks: Install as indicated on drawings and reviewed shop drawings. Ensure joint
openings and recesses are accurately sized.
E. Temporary Glass Support:Use temporary fasteners,clips,two-sided adhesive,and other means to retain
glass panels while sealant is applied and allowed to cure as approved by the design professional.
F. Sealant Application: Install sealants using methods recommended by sealant manufacturer, in depths
between 1/4 and 1/2 inch unless otherwise recommended for application.Apply in continuous operation
from bottom to top of joint vertically and horizontally in a single direction. Apply using adequate
pressure to fill and seal joint width.
1. Complete horizontal joints prior to vertical joints. Lap vertical sealant over horizontal joints.
2. Use sealant-dispensing equipment to push sealant bead into opening.Fill joint opening to full and
proper configuration. Apply in continuous operation. Ensure sealant fills entire joint and firmly
contacts all surfaces.
3. Tool sealants immediately with appropriately shaped tool to force sealants against joint backing
and joint substrates, eliminating voids and ensuring full contact.
1. Provide concave, smooth,uniform, sealant finish. Eliminate air pockets and ensure complete
contact on both sides of joint opening.
2. Tool joints with one continuous stroke.
3. Using tooling agents approved by sealant manufacturer for application. Do not use water,
soap,or alcohol to facilitate tooling.
G. Cleaning: Remove excess sealant using materials and methods approved by sealant manufacturer that
will not damage joint substrate materials.
1. Remove masking tape immediately after tooling joint without disturbing seal.
2. Remove excess sealant from surfaces while still uncured.
3. Allow sealant to fully cure before adhesive is stressed. Use test specimens formed at time of
sealant application to verify curing time. When cured,remove temporary glass supports.
4. Ensure installed sealant is not painted as part of other construction operations.
3.4 WEATHER BARRIER TRANSITION APPLICATION
A. Preparation:Prepare field of weather barrier surface and surface of adjacent substrate in accordance with
sealant manufacturer's written instructions. Perform field adhesion testing to determine need for
application of primer. Clean surfaces to dust free, and perform solvent wipe where recommended.
B. Application: Apply bead of recommended liquid joint sealant to each side of joint in bead size
recommended by manufacturer.Press transition extrusion into sealant using roller to ensure uniform and
complete contact. Lap vertical and horizontal joints as indicated in manufacturer's instructions. Trim
transition material. Remove excess sealant.
GLAZING SEALANTS 088513 - 8
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3.5 FIELD QUALITY CONTROL
A. Field-Adhesion Testing:Perform adhesion tests in accordance with manufacturer's instructions and with
ASTM C 1193,Method A.
1. Perform[5] tests for the first [1000 feet(300 m)] of joint length for each kind of sealant and joint
substrate, and one test for each [1000 feet (300 m)] of joint length thereafter or 1 test per each
floor per building elevation,minimum.
2. For sealant applied between dissimilar materials,test both sides of joint.
B. Remove sealants failing adhesion test, clean substrates, reapply sealants, and re-test. Test adjacent
sealants to failed sealants.
C. Submit report of field adhesion testing to Architect indicating tests,locations,dates,results,and remedial
actions taken.
3.6 GLAZING SEALANT SCHEDULE
A. Structural glazing adhesive joints for glazing units located within aluminum storefront,
aluminum entrance framing, and curtain wall systems.
a. Joint Sealant: Single-component neutral-curing non-staining silicone sealant:
DOWSILTM 795,DOWSILTM 995
b. Joint Sealant Color: Match existing.
B. Exterior non-structural exposed joints within glazed aluminum storefront, aluminum entrance
framing and curtain wall systems.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant DOWSILTM
756 SMS .
2. Joint Sealant Color: Match existing frame
C. Exterior non-structural exposed joints within glazed[aluminum storefront, aluminum entrance
framing systems.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant : DOWSILTM
791 Silicone Weatherproofing Sealant.
D. Exterior exposed perimeter joints between aluminum storefront, aluminum entrance framing
systems and adjacent materials.
1. Joint Sealant: Single-component neutral-curing non-staining silicone sealant:
DOWSILTM 795 Silicone Building Sealant.
2. Joint Sealant Color: Match existing.
END OF SECTION 088513
GLAZING SEALANTS 088513 - 9
Robina Wright Architect&Associates, Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 099113 -EXTERIOR PAINTING
PART 1 -GENERAL
1. RELATED DOCUMENTS
A. Drawings and general provisions of the Contract, including General and Supplementary
Conditions and Division 01 Specification Sections, apply to this Section.
2. SUMMARY
A. Section includes surface preparation and the application of paint systems on the following
exterior substrates both new and existing as indicated:
1. Concrete where indicated to be painted.
2. Steel.
3. Galvanized metal.
B. Related Requirements:
1. Division 06 Sections for shop priming carpentry with primers specified in this Section.
3. DEFINITIONS
A. Gloss Level 1:Not more than 5 units at 60 degrees and 10 units at 85 degrees, accordingto
ASTM D 523.
B. Gloss Level 3: 10 to 25 units at 60 degrees and 10 to 35 units at 85 degrees, accordingto
ASTM D 523.
C. Gloss Level 4: 20 to 35 units at 60 degrees and not less than 35 units at 85 degrees,according to
ASTM D 523.
D. Gloss Level 5: 35 to 70 units at 60 degrees,according to ASTM D 523.
E. Gloss Level 6: 70 to 85 units at 60 degrees,according to ASTM D 523.
F. Gloss Level 7: More than 85 units at 60 degrees, according to ASTM D 523.
EXTERIOR PAINTING 099113 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024 10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
4. ACTION SUBMITTALS
A. Product Data: For each type of product. Include preparation requirements and application
instructions.
B. Samples for Verification: For each type of paint system and each color and gloss of topcoat.
1. Submit Samples on rigid backing, 8 inches square.
2. Step coats on Samples to show each coat required for system.
3. Label each coat of each Sample.
4. Label each Sample for location and application area.
C. Product List: For each product indicated,include the following:
1. Cross-reference to paint system and locations of application areas. Use same
designations indicated on Drawings and in schedules.
2. VOC content.
5. MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials, from the same product run,that match products installed and that are
packaged with protective covering for storage and identified with labels describing contents.
1. Paint: 5 percent,but not less than I gal. of each material and color applied.
6. QUALITY ASSURANCE
A. Mockups: Apply mockups of each paint system indicated and each color and finish selected to
verify preliminary selections made under Sample submittals and to demonstrate aesthetic effects
and set quality standards for materials and execution.
1. Architect will select one surface to represent surfaces and conditions for application of
each paint system specified in Part 3.
a. Vertical and Horizontal Surfaces: Provide samples of at least 100 sq.ft.
b. Other Items: Architect will designate items or areas required.
2. Final approval of color selections will be based on mockups.
a. If preliminary color selections are not approved, apply additional mockups of
additional colors selected by Architect at no added cost to Owner.
3. Approval of mockups does not constitute approval of deviations from the Contract
Documents contained in mockups unless Architect specifically approves such deviations in
writing.
EXTERIOR PAINTING 099113 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
4. Subject to compliance with requirements, approved mockups may become part ofthe
completed Work if undisturbed at time of Final Completion.
7. DELIVERY, STORAGE,AND HANDLING
A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient
temperatures continuously maintained at not less than 45 deg F.
1. Maintain containers in clean condition, free of foreign materials and residue.
2. Remove rags and waste from storage areas daily.
8. FIELD CONDITIONS
A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are
between 50 and 95 deg F.
B. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at
temperatures less than 5 deg F above the dew point; or to damp or wet surfaces.
PART 2-PRODUCTS
2.1 MANUFACTURERS
A. Basis-of-Design Product: The design for each coating system is based on the product named.
Subject to compliance with requirements, provide either the named product or a comparable
products by one of the following:
1. Dunn Edwards
2. PPG Architectural Finishes, Inc. (PPG)
3. Sherwin-Williams Company(The). (SW)
4. Tnemec Co.,Inc. (TN)
2.2 PAINT,GENERAL
B. Material Compatibility:
1. Provide materials for use within each paint system that are compatible with one
another and substrates indicated, under conditions of service and application as
demonstrated by manufacturer,based on testing and field experience.
2. For each coat in a paint system,provide products recommended in writing by
manufacturers of topcoat for use in paint system and on substrate indicated.
EXTERIOR PAINTING 099113 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
C. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction.
D. Colors: As selected by Architect from manufacturer's full range and as indicated in the
Drawing color schedule.
2.2 MASONRY FILLERS
A. Exterior Block Filler:
1. Basis of Design: SW-Heavy Duty Block Filler B42W46.
2. Comparable product of an approved manufacturer.
2.3 PRIMERS/SEALERS
A. Concrete Primer:
1. Basis of Design: TN—Series 180"W.B. Tneme-Crete"Acrylic Emulsion.
2. Comparable product of an approved manufacturer.
B. Metal Primer:
1. Basis of Design: TN—Series 161 "Tneme-Fascure"Polyamide Epoxy.
2. Comparable product of an approved manufacturer.
C. Galvanized Metal Primer:
1. Basis of Design: TN—Series 161 "Tneme-Fascure"Polyamide Epoxy.
2. Comparable product of an approved manufacturer.
D. Galvanized Metal Handrail Primer:
1. Basis of Design: TN—Series 1161 "Tneme-Fascure"Polyamide Epoxy.
2. Comparable product of an approved manufacturer.
E. Portland Cement Plaster(Stucco)Primer: Water-based modified polyamine epoxy:
1. TN: Series 151-1051 Elasto-Grip FC.
2. Comparable product of an approved manufacturer.
2.4 ACRYLIC PAINTS
A. Acrylic Emulsion:
1. Basis of Design: TN—Series 180"W.B. Tneme-Crete"Acrylic Emulsion.
EXTERIOR PAINTING 099113 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
2. Comparable product of an approved manufacturer.
B. Acrylate for Single-Wythe Concrete Masonry:
1. Basis of Design: TN—Series 156"Bnviro-Crete"Modified Waterborne Acrylate.
2. Comparable product of an approved manufacturer.
C. Aliphatic Acrylic Polyurethane
1. Basis of Design: TN—Series 73 "Endura-Shield"Aliphatic Acrylic Polyurethane.
2. Comparable product of an approved manufacturer.
D. Elastomeric Wall Coating for Plaster Cement:
1. Basis of Design: "Enduralastic 10"Elastomeric Wall Coating EDLX10-0 by Dunn Edwards.
2. Comparable product of an approved manufacturer.
E. Theme Park Coating for Plaster Cement(for accent color PT-4):
1. Basis of Design: TP20000 Series, Theme Paint by Modern Masters.
2. Comparable product of an approved manufacturer.
2.5 ACRYLATE PAINTS
A. Water-Based Modified Acrylate:
1. TN: Series 156 Enviro-Crete.
2. Comparable product of an approved manufacturer.
2.6 SOURCE QUALITY CONTROL
A. Testing of Paint Materials: Owner reserves the right to invoke the following procedure:
1. Owner will engage the services of a qualified testing agency to sample paint materials. Contractor
will be notified in advance and may be present when samples are taken. If paint materials have
already been delivered to Project site, samples may be taken at Project site. Samples will be
identified, sealed, and certified by testing agency.
2. Testing agency will perform tests for compliance with product requirements.
3. Owner may direct Contractor to stop applying paints if test results show materials being used do
not comply with product requirements. Contractor shall remove noncomplying paint materials
from Project site,pay for testing, and repaint surfaces painted with rejected materials.
Contractor will be required to remove rejected materials from previously painted surfaces if, on
repainting with complying materials,the two paints are incompatible.
EXTERIOR PAINTING 099113 -5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine substrates and conditions,with Applicator present, for compliance with requirements for
maximum moisture content and other conditions affecting performance of the Work.
B. Maximum Moisture Content of Substrates: When measured with an electronic moisture
meter as follows:
1. Concrete: 12 percent.
2. Masonry: 12 percent.
3. Gypsum Board: 12 percent.
C. Verify suitability of substrates,including surface conditions and compatibility with existing
finishes and primers.
D. Proceed with coating application only after unsatisfactory conditions have been corrected.
1. Application of coating indicates acceptance of surfaces and conditions.
3.2 PREPARATION
A. Remove hardware, covers,plates, and similar items already in place that are removable and are
not to be painted. If removal is impractical or impossible because of size or weight ofitem,
provide surface-applied protection before surface preparation and painting.
1. After completing painting operations,use workers skilled in the trades involved to
reinstall items that were removed. Remove surface-applied protection.
B. Clean substrates of substances that could impair bond of paints, including dust, dirt,oil,
grease, and incompatible paints and encapsulants.
1. Remove incompatible primers and reprime substrate with compatible primers or apply tie
coat as required to produce paint systems indicated.
C. Concrete Substrates: Clean using SP-12 method of power washing. Remove release agents,
curing compounds, efflorescence,and chalk. Do not paint surfaces if moisture content or
alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written
instructions.
D. Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture
content or alkalinity of surfaces or mortar joints exceeds that permitted in manufacturer's
written instructions.
EXTERIOR PAINTING 099113 -6
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
E. Steel Substrates: Remove rust,loose mill scale, and shop primer if any. Clean using methods
recommended in writing by paint manufacturer[.]but not less than the following:
1. SSPC-SP 2, "Hand Tool Cleaning."
2. SSPC-SP 3, "Power Tool Cleaning."
3. SSPC-SP 7/NACE No. 4, "Brush-off Blast Cleaning."
4. SSPC-SP 11, "Power Tool Cleaning to Bare Metal."
F. Shop-Primed Steel Substrates: Clean field welds,bolted connections,and abraded areas of shop
paint by SSPC-SP 3, "Power Tool Cleaning" cleaning method, and paint exposed areas with
indicated primer or approved equivalent for touching up shop-primed surfaces.
1. Primer: Tnemec; Series 135 "Chembuild"Modified Polyamidoamine Epoxy(3.0- 5.0
DFT).
G. Passivated and Non-Passivated Galvanized-Metal Substrates: Remove all soluble and insoluble
contaminants and corrosion from galvanized metal to produce clean surfaces. For non-passivated
galvanized metal, additionally remove any storage stains per ASTM D 6386. Clean passivated and
non-passivated galvanized metal by"Sweep(Abrasive)Blasting"method in accordance with
ASTM D 6386 to achieve a uniform anchor profile of 1.0 to 2.0 DFT.
3.3 APPLICATION
A. Apply paints according to manufacturer's written instructions.
1. Use applicators and techniques suited for paint and substrate indicated.
2. Paint surfaces behind movable items same as similar exposed surfaces. Before final
installation,paint surfaces behind permanently fixed items with prime coat only.
3. Paint both sides and edges of exterior doors and entire exposed surface of exterior door
frames.
4. Paint entire exposed surface of window frames and sashes.
5. Do not paint over labels of independent testing agencies or equipment name,
identification,performance rating, or nomenclature plates.
6. Primers specified in painting schedules may be omitted on items that are factoryprimed or
factory finished if acceptable to topcoat manufacturers.
B. Tint undercoats same color as topcoat,but tint each undercoat a lighter shade to facilitate
identification of each coat if multiple coats of same material are to be applied. Provide
sufficient difference in shade of undercoats to distinguish each separate coat.
C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has
a uniform paint finish,color, and appearance.
D. Apply paints to produce surface films without cloudiness, spotting,holidays, laps,brush marks,
roller tracking,runs, sags,ropiness, or other surface imperfections. Cut in sharp lines and color
breaks.
EXTERIOR PAINTING 099113 -7
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
E. Painting Fire Suppression,Plumbing,HVAC,Electrical, Communication,and Electronic Safety
and Security Work:
1. Paint the following work where exposed to view:
a. Equipment,including panelboards and switch gear.
b. Uninsulated metal piping.
c. Pipe hangers and supports.
d. Metal conduit.
e. Tanks that do not have factory-applied final finishes.
3.4 FIELD QUALITY CONTROL
A. Dry Film Thickness Testing: Owner may engage the services of a qualified testing and
inspecting agency to inspect and test paint for dry film thickness.
1. Contractor shall touch up and restore painted surfaces damaged by testing.
2. If test results show that dry film thickness of applied paint does not comply with paint
manufacturer's written recommendations, Contractor shall pay for testing and apply
additional coats as needed to provide dry film thickness that complies with paint
manufacturer's written recommendations.
3.5 CLEANING AND PROTECTION
A. At end of each workday,remove rubbish, empty cans,rags,and other discarded materials
from Project site.
B. After completing paint application, clean spattered surfaces. Remove spattered paints by
washing, scraping, or other methods.Do not scratch or damage adjacent finished surfaces.
C. Protect work of other trades against damage from paint application. Correct damage to work of
other trades by cleaning,repairing,replacing, and refinishing, as approved by Architect,and leave
in an undamaged condition.
D. At completion of construction activities of other trades,touch up and restore damaged or
defaced painted surfaces.
3.6 EXTERIOR PAINTING SCHEDULE
A. Concrete Substrates Where Indicated To Be Painted:
1. Prime Coat: Acrylic Emulsion, 6.0-8.0 mils DFT.
2. Topcoat: Acrylic Emulsionl, 6.0-8.0 mils DFT.
EXTERIOR PAINTING 099113 - 8
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024 10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Steel Substrates (Egg-Shell):
1. Prime Coat: Metal Primer, 3.0-4.0 mils DFT.
2. Topcoat: Aliphatic Acrylic Polyurethane,3.0-5.0 mils DFT.
C. Galvanized-Metal Substrates:
1. Prime Coat: Galvanized Metal Primer, 3.0-4.0 mils DFT.
2. Topcoat: Aliphatic Acrylic Polyurethane,3.0-5.0 mils DFT.
D. Galvanized-Metal Handrail Substrates:
1. Prime Coat: Galvanized Metal Handrail Primer, 3.0-4.0 mils DFT.
2. Topcoat: Aliphatic Acrylic Polyurethane,3.0-5.0 mils DFT
E. Portland Cement Plaster(Stucco) Substrates:
1. Prime Coat: Modified polyamine epoxy, 1.0-1.5 mils DFT.
2. Intermediate Coat: Elastomeric Coating, 11.0— 13.0 mils DFT.
3. Topcoat: a.
4. Topcoat(for accent color PT-4):
a. Flat(2 coats minimum): Theme Park Paint, 1.5—2.0 mils DFT per coat.
b. Satin(2 coats minimum): Theme Park Paint, 1.5—2.0 mils DFT per coat.
END OF SECTION 099113
EXTERIOR PAINTING 099113 -9
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
SECTION 099653 -SILICONE ELASTOMERIC COATINGS
PART 1 - GENERAL
1.1 SUMMARY
A. Section includes substrate preparation and application of silicone elastomeric coatings to the
following exterior substrates:
1. Concrete.
2. Concrete unit masonry.
3. Brick masonry.
4. Stucco.
5. Exterior insulation finish system(EIFS).
1.2 REFERENCE STANDARDS
A. ASTM International(ASTM): www.astm.org:
1. ASTM D 412 - Standard Test Method for Vulcanized Rubber and Thermoplastic Rubbers
and Thermoplastic Elastomers -Tension.
2. ASTM D 522 - Standard Test Methods for Mandrel Bend Test of Attached Organic
Coatings.
3. ASTM D 711 - Standard Test Method for No-Pick-Up Time of Traffic Paint.
4. ASTM D 1653 - Standard Test Method for Water Vapor Transmission of Organic
Coatings.
5. ASTM D 1737 -Method of Test for Elongation of Attached Organic Coatings with
Cylindrical Mandrel Apparatus.
6. ASTM D 2240-Rubber Property Durometer Hardness.
7. ASTM D 2369 - Standard Test Method for Volatile Content of Coatings.
8. ASTM D 3273 - Standard Test Method for Resistance to Growth of Mold on the Surface
of Interior Coatings in an Environmental Chamber.
9. ASTM D 3274- Standard Test Method for Evaluating Degree of Surface Disfigurement
of Paint Films by Microbial(Fungal or Algal)Growth of Soil and Dirt.
B. Sealant,Waterproofing, and Restoration Institute(SWRI): www.swrionlinej=:
1. SWRI Validation Program.
1.3 ADMINISTRATIVE REQUIREMENTS
A. Preinstallation Conference: Conduct conference at Project site.
SILICON ELASTOMERIC COATINGS 099653 - 1
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
1.4 ACTION SUBMITTALS
A. Product Data: For specified products,including:
1. Preparation instructions and recommendations.
2. Recommended primers and accessories.
B. Samples for initial selection.
C. Samples for Verification: For each elastomeric coating indicated, for each color and texture
required. Submit on step-coated sample cards with each coat labeled.
D. Product Schedule: For each product, color, and finish indicated. Provide cross reference to
application areas,utilizing designations indicated on Drawings and in specifications.
1.5 INFORMATIONAL SUBMITTALS
A. Qualification Data: For qualified applicator.
B. Preconstruction compatibility and adhesion test reports.
C. Manufacturer's instructions for installation and field quality control testing.
D. Sealant, Waterproofing, and Restoration Institute (SWRI) Validation Certificate: For each
coating specified to be validated by SWRI's Coating Validation Program.
E. Field quality control adhesion test reports.
F. Warranty: Sample of special warranty.
1.6 MAINTENANCE MATERIAL SUBMITTALS
A. Furnish extra materials packaged for storage in unopened containers labeled with product name,
color and texture information, and local source contact information.
1. Provide one gallon of each type of product.
1.7 QUALITY ASSURANCE
A. Applicator Qualifications: Employer of experienced applicators equipped and trained for
application of elastomeric coatings required for this Project with record of successful
completion of projects of similar scope.
B. Single Source Responsibility: Provide elastomeric coatings and related silicone joint sealants by
a single manufacturer through a single source.
SILICON ELASTOMERIC COATINGS 099653 -2
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
C. Mockups: Provide mockup of each coating system, color, and texture selected for approval by
Architect. Locate as indicated or as directed. Final approval of color and texture selections will
be based upon mockups. Approved mockups may remain as part of finished work.
1.8 PROJECT CONDITIONS
A. Do not install elastomeric coatings during inclement weather or when such conditions are
expected.Allow wet surfaces to dry.
B. Do not install elastomeric coatings when temperature is above 100 deg F (38 deg C) or below
40 deg F(5 deg Q.
1.9 WARRANTY
A. Special Warranty, General: Manufacturer's standard project-specific form in which
manufacturer agrees to repair or replace elastomeric coating that demonstrates deterioration or
failure within warranty period specified due to material failure under normal use. Failure
include water penetration through coating.
1. Warranty Period: Ten years from date of Substantial Completion.
PART 2 -PRODUCTS
2.1 MANUFACTURER
A. Basis-of-Design Product: Provide elastomeric coatings manufactured by Dow Corning
Corporation., Midland MI; (877) SEALANT, (877) 732-5268; email:
construction@dowcorning.com; website: www.dowcoming.com/construction, or comparable
products of other manufacturer approved by Architect in accordance with Division 01.
2.2 EXTERIOR FLAT WATERBORNE,PIGMENTED SILICONE ELASTOMERIC COATINGS
A. Silicone Elastomeric Coating: Single-component, fluid-applied, water-based, pigmented
silicone elastomer.
1. Basis of Design Product: DOW CORNING®AllGuard Silicone Elastomeric Coating.
2. Color: As selected by Architect from manufacturer's full line for number of colors
indicated.
3. Surface Profile: Smooth surface.
4. Volatile Organic Compound(VOC) Content: 4 g/L maximum.
5. Moisture-Vapor Transmission,ASTM D 1653: 43 perms,minimum.
6. Hardness,ASTM D 2240: 38 durometer Shore A.
7. Tensile Strength,ASTM D 412: 145 lbf/sq. in. (1.0 MPa),minimum.
8. Elongation,ASTM D 412: 600 percent,minimum.
9. Room Temperature Flexibility,ASTM D 522: 1/8 inch mandrel test;pass.
SILICON ELASTOMERIC COATINGS 099653 - 3
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
10. Low Temperature Flexibility,ASTM D 711: 1/4 inch mandrel test;pass.
11. Fungus Resistance,ASTM D 3274:No growth.
12. Mold Resistance,ASTM D 3273:No growth.
13. Solids Content,ASTM D 2369:Not less than 55 percent by weight.
2.3 ACCESSORY MATERIALS
A. General: VOC content of primers and fillers, 107 g/L or less.
B. Crack Fillers: Elastomeric coating manufacturer's recommended, factory-formulated crack
fillers or sealants compatible with substrate and other materials.
C. Primer: Elastomeric coating manufacturer's recommended, factory-formulated, alkali-resistant
primer compatible with substrate and other materials indicated.
D. Concrete Unit Masonry Block Filler: factory-formulated, high-performance latex block filler
compatible with substrate and other materials indicated.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Examine substrates to determine if work is ready to receive elastomeric coatings. Verify that
surfaces are clean, dry, and free of frost, dust, dirt, grease, oil, curing compounds, form release
agents, laitance, efflorescence, mildew, excess alkalinity, and other conditions affecting
performance of work.
1. Verify that new concrete and mortar to receive coating application has cured adequately
in accordance with substrate and coating manufacturer's instructions.
B. Preinstallation Testing: Prior to application of elastomeric coatings, perform the following tests
to verify condition of substrate in accordance with manufacturer's instructions:
1. Adhesion: Perform substrate field adhesion tests on each substrate to determine if primer
is required to satisfactorily adhere elastomeric coatings to substrates.
2. Alkalinity: Verify substrate is within alkalinity range acceptable to manufacturer.
3. Moisture Level: Verify substrate moisture content is acceptable to manufacturer.
C. Proceed with coating work once conditions meet elastomeric coating manufacturer's
recommendations.
3.2 PREPARATION
A. General: Comply with elastomeric coating manufacturer's written instructions for preparation of
substrates.
SILICON ELASTOMERIC COATINGS 099653 -4
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
B. Hardware Removal: Remove hardware, accessories, plates, fixtures, and similar items that are
not to be coated. If removal is not practical, provide protection for installed items prior to
cleaning and preparation activities.
C. Cleaning: Clean substrates to remove contaminates and foreign material by pressure cleaning,
wire brushing,grinding or other method recommended by elastomeric coatings manufacturer.
D. Substrate Repair: Repair deteriorated or damaged substrates, repair masonry joints, and fill
cracks, voids, honeycomb, and other defects using materials as recommended by manufacturer.
Allow patching materials to cure.
E. Protection: Protect adjacent surfaces not designated to receive coatings. Provide protection for
pedestrians, vehicles, landscaping, and surrounding areas to prevent contact with coating
materials.
3.3 APPLICATION
A. Primer: Apply primer to substrates where required based upon preinstallation testing and
elastomeric coating manufacturer's recommendations, using application methods and rate of
application recommended by manufacturer. Allow to dry prior to application of elastomeric
coating.
1. Apply block filler as primer on concrete masonry unit substrates where required to fill
pores and provide smooth, continuous water-resistant finish coat(s).
B. Elastomeric Coating: Apply elastomeric coating using application methods and rate of
application recommended by manufacturer. Apply using nap roller, nylon brush, or airless
sprayer,as allowed by authorities having jurisdiction.
1. Apply elastomeric coating from top to bottom of substrate. Work down vertical surface
and cover rundown in process. Avoid excessive overlapping.
2. Apply coating free of cloudiness, spotting, laps, brush marks, roller tracks, and other
surface imperfections. Cut in color breaks and terminations with sharp lines.
3. Apply additional coats as required to provide cured film with uniform finish, color, and
appearance.
4. Provide a minimum of two coats of not less than 20 mil total wet film thickness (10 mil
wet film thickness per coat) to provide finished dry film thickness of not less than 10
mils.
C. Cleaning: Remove overspray and excess material using materials and methods approved by
manufacturer that will not damage adjacent materials.
D. Curing and Protection: Allow coatings to cure before exposure to traffic. Use test specimens
formed at time of coating application to verify curing time. Prevent damage to coatings
resulting from construction operations or other causes. Replace damaged coatings at time of
Substantial Completion.
SILICON ELASTOMERIC COATINGS 099653 - 5
Robina Wright Architect&Associates,Inc
County of Fresno Project No. 2024_10
5555 East Olive Avenue,Fresno
Roof Replacement and Fagade Repairs
3.4 FIELD QUALITY CONTROL
A. Owner may retain testing agency to perform the following tests:
I. Verification that substrate preparation meets requirements.
2. Testing and certification that coating materials comply with requirements.
3. Testing of application for compliance with adhesion and film thickness requirements.
B. If testing indicates products or work do not meet requirements, Owner may stop work and
require Contractor to remove non-complying materials and materials applied over non-
complying substrates,and correct application.
3.5 CLEANING AND PROTECTION
A. Protect work of other trades against damage from application of elastomeric coatings.
B. Remove rubbish and discarded materials from Project site daily. Clean overspray from adjacent
surfaces as work progresses,using methods recommended by manufacturer.
C. Remove temporary coverings and protection upon completion. Clean and repair adjacent
surfaces damaged by water repellent application.
D. Prior to substantial completion,touch up and restore damaged or defaced coated surfaces.
END OF SECTION 099653
SILICON ELASTOMERIC COATINGS 099653 - 6
Robina Wright Architect&Associates,Inc