Full Text
CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS TABLE OF CONTENTS PAGE NO. NOTICE TO CONTRACTORS N-1 PROPOSAL FORM P-1 CONTRACT FORM C-1 ADDENDA, IF ANY DIVISION 10 10-1 SECTION 07 53 23 ELASTOMERIC MEMBRANE 1 thru 5 DESIGN DRAWING R1 thru R4 ---PAGE BREAK--- Bid No. 2014-040 Bid Date: August 12, 2014 CITY OF LEWISTON, MAINE NOTICE TO CONTRACTORS Sealed Proposals are being accepted for the City of Lewiston Library Roof Repair Project which consists of replacing approximately one thousand two hundred sixty (1,260) square feet EPDM roofing with new EPDM roofing over new tapered polyisocyanurate roof insulation and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. Proposals will be received by the City of Lewiston, Maine at the office of the Director of Budget/Purchasing until 2:00 p.m., on Tuesday, August 12, 2014 and then at said office publicly opened and read aloud. Each bidder is required to state in his/her Proposal his/her name and place of residence and the names of all persons or parties interested as principals with him/her; and that the Proposal is made without any connection with any other bidder making any Proposal for the same work; and that no person acting for, or employed by, the City of Lewiston is directly or indirectly interested in the Proposal or in any contract which may be entered into to which the Proposal relates, or in any portion of the profits therefrom, except as provided by the City Charter. All Contractors who plan to submit a proposal are required to attend a pre-bid meeting at the City of Lewiston Library on the corner of Park and Pine Street, Lewiston, Maine on Tuesday, August 5th at 10:00 A.M. The meeting will be held in the third floor Conference Room. Attendance at this meeting by the Contractor or his/her qualified representative is a mandatory prerequisite for the acceptance of a proposal from that Contractor. The Proposal must be signed by the bidder with his/her full name and address and be enclosed in a sealed envelope together with the bid security. The sealed envelope shall be marked with the name and address of the bidder and entitled: CITY OF LEWISTON LIBRARY ROOF REPAIR PROJECT and addressed to: “Director of Budget/Purchasing, City Hall, Lewiston, Maine”. If the Proposal is forwarded by mail, the sealed envelope containing the Proposal and marked as above must be enclosed in a second envelope which shall be addressed to: “Director of Budget/Purchasing, City Hall, 27 Pine St., Lewiston, Maine 04240.” All mailed Proposals should be sent by registered mail to insure delivery. Any bidder may withdraw his/her Proposal prior to the scheduled time for the opening of Proposals upon presentation to the Director of Budget/Purchasing of a request, in writing, to do so. Any bidder who withdraws his/her Proposal within thirty (30) days after the actual opening thereof shall be considered to have abandoned his/her Proposal and the bid security accompanying the Proposal will be forfeited to the City of Lewiston. Any Proposal received after the scheduled opening time will not be considered. The Finance Committee reserves the right to waive any formality and may consider as informal any Proposal not prepared and submitted in accordance with these provisions. The Finance Committee reserves the right to accept any Proposal or reject any or all Proposals if it is deemed to be in the public interest to do so. N-1 ---PAGE BREAK--- No Proposal will be considered unless it is accompanied by a bid security in the form of a bid bond or certified check in the amount of ten percent (10%) of the total bid price, made out in favor of the City of Lewiston. All bid securities will be released upon deliverance of a signed Contract or, if no Contract award is made, within forty-five (45) days after the opening of the Proposals, unless forfeited as herein stipulated. The Contract must be signed within ten (10) days, Saturdays, Sundays, and holidays excepted, after the date of notification to the bidder by the Director of Budget/Purchasing of the acceptance of his/her Proposal and readiness of the Contract to be signed. If the bidder fails or neglects, after such notification, to execute the Contract, the Finance Committee may determine that the Proposal has been abandoned; and, in such case, the bid security accompanying the Proposal shall be forfeited to the City of Lewiston. The work is to be commenced within ten (10) days after the date of the Contract signing unless otherwise specified in the Specifications or directed by the Director of Budget/Purchasing, in writing, and is to be continued with diligent regularity until its completion within the time limit specified. All Proposals must be made on the blank Proposal Form bound in the Contract Documents, or as otherwise provided for in the Specifications. Bidders shall state prices for each separate item of work as called for in the Proposal Form. These prices are to cover all the expenses incidental to the completion of the work in full conformity with the Contract Documents. The prices must be stated both in words and figures. Should a discrepancy be found between the prices written in words and the prices written in figures, the prices written in words shall govern. Proposals which do not contain prices for all items which are called for or which otherwise are not in conformity with this Notice may be rejected. Each bidder shall make his/her Proposal from his/her own examinations and estimates, and shall not hold the City, its agents or employees responsible for, or bound by, any schedule, estimate, sounding, boring, or any plan thereof; and shall, if any error in any plan, drawing specifications or direction relating to anything to be done under this Contract comes to his/her knowledge, report it at once, in writing, to the Engineer. All materials and labor required to complete the work will be supplied by the Contractor unless otherwise provided for in the Supplemental Specifications. The cost and expense of all the necessary labor, tools and equipment required to complete the work shall be included in the prices stated in the Proposal. Contract Documents can be obtained on the City Website at: www.lewistonmaine.gov under Find It Fast and “Bids Specs and Awards”. Contract documents can also be viewed at the following locations: Associated Constructors of ME, 188 Whiten Road, Augusta, ME 04330 Tel. no. 622-4741 Fax no. 622- 1625 Email: [EMAIL REDACTED] Portland Construction Summary of ME, Cross Insurance Building, 2331 Congress Street, Maine 04102 Tel. No. [PHONE REDACTED], Email: [EMAIL REDACTED] McGraw-Hill Construction, 3315 Central Avenue, Hot Springs, AR 71913 Tel. No. [PHONE REDACTED] Email: [EMAIL REDACTED] “The City may set off any unpaid taxes, fees or other charges or other amounts owed by the contractor against the contract price, in full or partial satisfaction.” N-2 ---PAGE BREAK--- All questions by prospective bidders pertaining to the Contract Documents, Plans and Specifications must be received, in writing, by the Director of Public Buildings, at least five days before the date set for the opening of the Proposals. Any questions which, in the opinion of the Director of Public Buildings, require interpretation, will be sent by registered mail or email, with the interpretation, in the form of a numbered Addendum, to each person or firm who has taken out a set of Contract Documents, not later than three days prior to the scheduled opening of the Proposals. Addenda issued later than three days prior to the scheduled opening of the Proposals may be by telephone. Bidders shall acknowledge receipt of all Addenda in the space provided therefor in the Proposal Form, whether the Addenda are in response to questions or otherwise issued by the City and whether the Addenda are received by mail or telephone. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner such information and the data for this purpose, by answering all questions on the Statement of Bidder's Qualifications. The Owner reserves the right to reject any bid if the evidence submitted by, or the investigation of such bidder, fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the Contract and to complete the work contemplated therein. The Owner reserves the right to reject any or all bids if it would be in the public interest to do so. A proposal, which includes for any item a bid that is abnormally low or high, may be rejected as unbalanced. The investigations of the bidder will seek to determine whether the organization is adequate in size and experience and whether available equipment and financial resources are adequate to assure the Owner that the work will be completed at a rate consistent with the completion date set forth in the Proposal. The amount of other work to which the bidder is committed will also be a consideration in establishing that a Contractor is a "responsible and eligible bidder" in conformity with the requirements of the Contract. The Supplemental Specifications and the Contract Plans delineate the particular project to which the Contract Documents pertain. Should any discrepancy be found to exist between the Supplemental Specifications and the Standard Specifications and/or the Contract Plans, the Supplemental Specifications and/or Contract Plans shall govern. The Contract shall be awarded to the lowest responsible and eligible bidder. Such a bidder must possess the skill, ability, and integrity necessary to the faithful performance of the work. The term " lowest responsible and eligible bidder" as used herein shall mean the bidder whose bid is the lowest of those bidders possessing the skill, ability, and integrity necessary to the faithful performance or the work. At the time of the bid opening, each bidder will be presumed to have inspected the site and to have read and to be thoroughly familiar with the contract documents (including all addenda). The failure or omission of any bidder to receive or examine any form, instrument, or document shall in no way relieve any bidder from the obligation in respect to his/her bid. Each Bidder submitting a Bid to the City of Lewiston for any portion of the work contemplated by the documents on which bidding is based shall execute and attach thereto, an affidavit substantially in the form herein provided, to the effect that he/she has not colluded with any other person, firm or corporation to any bid submitted. N-3 ---PAGE BREAK--- The evaluation decision by the Owner shall be binding as outlined previously in the General Conditions. It is the obligation of the bidder (e.i. Contractor) to provide all technical data requested in these Specifications on the prescribed forms or ones similar in nature to facilitate the evaluation. Any pertinent information requested in these Specifications and not supplied with the Bid Proposal shall be grounds for disqualification of the bid as outlined previously. Before executing any subcontract, the successful Bidder shall submit the name of any proposed subcontractor for prior approval and affidavit substantially on the form provided. If the Bid Price of any or several bid items submitted with this Proposal appear to be extremely low or high, compared to the actual cost of performing the work, the Bidder may be asked to explain, in writing, how the work in question is to be performed at the price or prices bid before a decision is made by the City to award a Contract or reject the Bid. Proposals will be considered irregular and will be rejected for the following reasons: If the Proposal is on a form other than that furnished by the City or if the form is altered in any way. If there are unauthorized additions, conditional or alternate bids or irregularities of any kind which may make the Proposal incomplete, indefinite or ambiguous as to its meaning. If the Bidder adds any provisions reserving the right to accept or reject an award or to enter into a Contract pursuant to an award. If the Proposal does not contain a unit price for each pay item listed unless otherwise specified. If any of the bid prices are unbalanced, or do not reflect the actual cost required to perform the work, as outlined in the Plans and Specifications. N-4 ---PAGE BREAK--- City of Lewiston Proposal For CITY OF LEWISTON LIBRARY ROOF REPAIR PROJECT To: Director of Budget/Purchasing City Hall, Lewiston, Maine Dear Sir/Madam: The undersigned hereby declares that he/she has carefully examined the location of the proposed work, the proposed Contract Form and the Contract Documents therein referred to and that he/she proposes and agrees, if this Proposal is accepted, that he/she will contract with the City of Lewiston, by its City Administrator to provide all machinery, tools, labor, equipment and other means of construction and to do all the work and to furnish all the materials, except those specified in the Specifications to be furnished by the City, necessary to complete the work in the manner and time therein prescribed, in accordance with the conditions and requirements set forth in the Contract Documents and the requirements of the Engineer and/or Director of Public Works as provided for therein; and that he/she will accept in full payment therefor the following sums to wit: ITEM EST. QTY.& NO. PAY UNIT ITEM DESCRIPTION & UNIT TOTAL 1. Lump Sum Replacement of Existing EPDM Roofing with New EPDM Roofing Over New Tapered Polyisocyanurate Roof Insulation as Specified: Total Bid Cost The undersigned acknowledges the receipt of Addenda numbered: The undersigned further agrees that, after notification by the Director of Budget/Purchasing of the acceptance of his/her Proposal and the readiness of the Contract for signature, he/she will execute the Contract and furnish the required Bonds within ten (10) days, Saturdays, Sundays and Holidays, excepted, and that he/she will commence the work within ten (10) days after the execution of the Contract and deliverance of the Bonds, unless otherwise specified in the Supplemental Specifications or directed by the Director of Public Works or Director of Public Buildings in writing; and that he/she will prosecute the work to its completion within the time limit specified in the Supplemental Specifications. The undersigned further agrees that in the employment of labor, preference will be given, all other things being equal, to the citizens of Lewiston and of the State of Maine, in that order. The undersigned hereby further declares that the only persons or parties interested in this Proposal, as principals, are named below; that the Proposal is made without any connection with any other person or party making any Proposal for the same work; and that no person acting for or employed by the City of Lewiston is directly or indirectly interested in this Proposal or in any contract which may be made under it or in profits expected to arise therefrom, except as provided by the City Charter. The full names and addresses of all persons and parties interested in this Proposal, as principals, are as follows: (Give first and last ---PAGE BREAK--- names in full; and in the case of a Corporation, give names and addresses of President, Treasurer and Manager; and in case of a Partnership, give names and addresses of members): Accompanying this Proposal is a bid security deposit in the amount of which is to become the property of the City of Lewiston, by forfeiture, if the undersigned fails, after notification by the Director of Budget/Purchasing of the acceptance of his/her Proposal, to execute a Contract with the City and furnish the required Bonds within the time agreed to herein; or, in case the undersigned withdraws his/her Proposal within thirty (30) days after the opening of the Proposals. Otherwise, the deposit will be returned to the undersigned in accordance with the provisions in the Notice to Contractors. Signature of person, firm, or corporation making bid: Signature Name/Title (printed) Legal Address Firm’s IRS I.D. # Mailing Address Telephone # Fax # Date ---PAGE BREAK--- City of Lewiston, Maine Contract For CITY OF LEWISTON LIBRARY ROOF REPAIR PROJECT This Agreement, made and entered into this day of in the year two thousand fourteen, by and between the City of Lewiston, Maine, a municipal corporation existing under the laws of the State of Maine, hereinafter called “Owner”, by its City Administrator, party of the first part, and hereinafter called “Contractor”, with legal address and principal place of business at party of the second part. WITNESSETH: That the parties to these presents, each in consideration of the covenant and agreements on the part of the other herein contained, have covenanted and agreed and do hereby covenant and agree, the party of the first part for itself and the party of the second part for himself/herself and his/her heirs, executors, administrators and assigns under the penalties expressed in the Performance Bond and the Labor and Material Payment Bond as follows: That this Agreement includes the following documents, hereinafter referred to as Contract Documents, which are attached hereto and incorporated by reference into this Agreement: 1. Notice to Contractors 2. Proposal 3. Supplemental Specifications 4. Standard Specifications 5. Contract Plans, if any 6. Addenda, if any 7. Federal Conditions, if any That the party of the second part will do all the work, furnish all the materials, tools and equipment, except as otherwise specified, and do everything necessary and proper for performing and faithfully completing the work required by the Contract Documents in strict conformity with the provisions of the Contract Documents within the time specified in the Supplemental Specifications. That the party of the first part will pay the party of the second part as full compensation for well and faithfully completing the whole work according to the Contract Documents as follows: The party of the second part represents and warrants: ITEM EST. QTY.& NO. PAY UNIT ITEM DESCRIPTION & UNIT TOTAL 1. Lump Sum Replacement of Existing EPDM Roofing with New EPDM Roofing Over New Tapered Polyisocyanurate Roof Insulation as Specified: C-1 ---PAGE BREAK--- Total Bid Cost The party of the second part represents and warrants: That he/she is financially solvent; and is experienced in and competent to perform the work; and is able to furnish the plant, materials, supplies, labor, and equipment to be furnished by him/her; and: That he/she is familiar with all Federal, State, Municipal and Departmental laws, ordinances and regulations which may in any way affect the work or those employed therein; and: That such temporary and permanent work required by the Contract Documents to be done by him/her can be satisfactorily constructed and used for the purposes for which it is intended; and that such construction will not injure any person or damage any property other than that damage caused by the construction; and: That he/she has carefully examined the Contract Documents and the site of the work; and from his/her own investigation has satisfied himself/herself as to the nature and location of the work, the character, quality and quantity of surface and subsurface material likely to be encountered, the character of equipment and other facilities needed for the performance of the work, the general and local conditions; and all the other materials and conditions which may in any way affect the work or its performance. IN WITNESS WHEREOF, the said City, by its City Administrator and the said by its_________________thereunto duly authorized have hereunto set their hands and seals the day and year first above written. Signed in the presence of: City of Lewiston, Maine Edward A. Barrett, City Administrator ,Contractor Witnessed C-2 ---PAGE BREAK--- SUPPLEMENTAL SPECIFICATIONS DIVISION 10 10.1 SCOPE OF WORK: The intent of the City of Lewiston Library Roof Repair Project is to replace approximately one thousand two hundred sixty (1,260) square feet of the existing EPDM roofing with new EPDM roofing over new tapered polyisocyanurate roof insulation and all other incidental work as necessary to satisfactorily complete the project as outlined or implied in the Plans and Specifications. 10.2 TIME LIMIT: The Contractor shall complete all of the work outlined in the Contract Documents by October 31, 2014. The Director of Public Buildings or his/her authorized representative may extend the Time Limit, if the Contractor submits, in writing, evidence that he/she cannot complete the Project within the Time Limit specified because of long delivery time on the materials or other justifiable reason. The Contractor shall be responsible for ordering his/her materials The decision of the Director Public Buildings or his/her representative regarding the time extension shall be final. 10.3 BID AWARD OR REJECTION: It is the intent of the City to award a contract within ten (10) days after the bid due date. The City reserves the right to reject any or all bids. The City of Lewiston reserves the right to decrease the scope of the project from the original proposal. Changes in the scope of the project will be in accordance with the prices established in the Proposal and Contract. The City reserves the right to delete all or portions of any item of work prior to the start of work on that item. The City reserves the right to negotiate with the Contractor(s) to determine the amount of work and fees to be included in the Contract. 10.4 BID SECURITY : The Contractor will be required to provide a bid security of 10% for the total of the items. 10.5 SITE INVESTIGATION: The Contractor shall examine the Plans, Specifications and site of the work and from his/her own investigation, determine the nature and location of the work, the general and local conditions, particularly those bearing on access, constructabilty and services required to complete the project as required by the Contract Documents and all other aspects of the work. 10.6 GENERAL CONDITIONS: A. All materials entering into the installation, except as hereinafter noted, must be new and of the quality specified; otherwise, of the best commercial quality obtainable for the purpose. All parts to be worked on and the erection thereof must be performed in the best and most substantial manner in accordance with the standards of the trade. B. The Contractor shall visit the building site and shall take such measurements as necessary for himself/herself to determine the actual conditions and follow these Specifications so that he/she may properly install his/her work. 10-1 ---PAGE BREAK--- C. Equipment or materials of equal specification may be substituted where an “or approved equal” is indicated. In cases of an “or approved equal”, substitutions will be permitted only upon specific approval by the Director of Public Buildings, prior to the submittal of this Contractor’s bid and before any of such items are ordered. 10.7 PERMITS AND APPROVALS: A. The Contractor shall obtain all permits, approvals, fees, licenses, inspections, etc., as may be required in connection with the work of this Specification. The City will waive all City fees and permit costs. B. The Contractor shall execute all work to conform to the requirements of all Local, State and Federal laws, regulations, etc., applicable to the work. C. If the Contractor has to occupy any part of the street or sidewalk around the facility, he/she must acquire a street/sidewalk occupancy permit at City Hall located at 27 Pine Street. 10.8 ERRORS AND OMISSIONS: A. Should any errors or omissions exist in the Proposal, the Contractor and/or Sub-contractors concerned, shall not avail themselves of such unintentional error, omission or conflict, but shall have same explained and adjusted before signing the Contracts and proceeding with the work. Otherwise, each Subcontractor shall, at his/her own expense, supply the proper materials and labor to make good any damage to or defect in his/her work caused by such error, omission or conflict. B. Any items inadvertently omitted from the Proposal, which are necessary for the proper completion and operation of the work, and that can reasonably be inferred as belonging to the various systems, shall be supplied by the Sub-contractor as part of his/her work under this section of the Specifications. 10.9 CUTTING, PATCHING, SLEEVES, TRENCHES, CONCRETE AND MASONRY The Contractor shall take the necessary precautions to avoid damaging the existing building as a result of the roof replacement work. The Contractor must get the Director of Public Buildings’ approval regarding the method of accessing the work areas. Additionally, any City property which is damaged as a result of the roof replacement work shall be repaired or replaced by the Contractor at his/her expense. 10.10 EXTRA WORK ORDERS - CREDITS: No extra work will be paid for unless authorized by the Director of Public Buildings in writing. Where extra work is required, the Contractor shall provide an itemized account of the work involved and shall take into consideration any credits due or work omitted for any reason. Estimates shall clearly list such omitted work with proper credit given for same. 10.11 CONTINUITY OF SERVICE AND SCHEDULE OF WORK: The Contractor shall arrange to do the work at such times, including weekends and non-business hours, and in such locations as may be required to provide uninterrupted service for the building, or any section of the building. Authorization for interrupting service shall be obtained, in writing, from the Owner. Costs for overtime work and temporary work shall be included in the bid. 10-2 ---PAGE BREAK--- 10.12 PRECONSTRUCTION CONFERENCE: A Preconstruction Conference will be held between the Contractor(s) and the City of Lewiston, at a mutually agreed time, to review the Contractor's proposed methods of complying with the requirements of the Proposal, and the regulations of the City and such matters as project supervision, onsite inspections, progress schedules, reports, payrolls, payments to the Contractor, Contract change orders, insurance, safety and other items pertinent to this project. 10.13 WORKING HOURS: Efforts shall be made to schedule work between the hours of 6:00 a.m. and 6:00 p.m., or when official personnel are present in the building during the regular work week. The Contractor shall present a schedule of work at the Preconstruction Meeting. The Contractor shall have the option to work during non-business hours when the work interferes with the normal operations of the building. A twenty-four (24) hour notice shall be required. 10.14 SAFETY The Contractor shall barricade sidewalks and doorways and do any other work necessary to protect pedestrians below work being done on the interior and exterior of the building, and otherwise comply with any Federal, State, or Local Safety Regulations which are applicable. The Roofing Contractor shall acquire street and/or sidewalk occupancy permits from the City at no cost, if they plan to close off part or all of the street or sidewalk. END 10-3 ---PAGE BREAK--- SECTION 07 53 23 ELASTOMERIC MEMBRANE ROOFING PART 1 GENERAL 1.01 DESCRIPTION OF WORK A. Furnish and Install fully adhered EPDM sheet roofing, tapered and flat roof insulation, elastomeric flashing, wood nailers, galvanized steel edge strips, roof drains, plumbing and walkway pads. B. Furnish and install new pressure treated wood blocking at gas pipe line supports. Furnish new protection sheet below the blocking. 1.02 CODES, REGULATIONS AND STANDARDS A. Contractor Responsibility: The Contractor shall assume full responsibility and liability for compliance with all applicable Federal, State and Local codes, regulations and standards pertaining to work practices, hauling, disposal, protection of workers and visitors to the site, and persons occupying areas adjacent to the site. This includes modification of procedures to comply with changes to codes, regulations and standards which occur during the work of this contract. The Contractor is responsible for providing medical examinations and maintaining medical records of personnel as required by the applicable Federal, State and Local regulations. The Contractor shall hold the Owner and Owner's Representatives harmless for failure to comply with any applicable work, hauling, disposal, safety, health or other regulations on the part of himself, his employees or his subcontractors. 1.03 QUALITY ASSURANCE A. Roofing contractor to be approved in writing by the membrane manufacturer. Contractor shall be able to substantiate that he has been trained by the membrane manufacturer. B. Roofing and flashing workmanship to comply with industry standards. The National Roofing Contractors Association's (NRCA) ROOFING AND WATERPROOFING MANUAL along with ARCHITECTURAL SHEET METAL MANUAL as published by Sheet Metal and Air Conditioning Contractors National Association, Inc. (SMACNA) will be used to establish industry standards. 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Deliver materials in their original, unopened containers, clearly labeled with manufacturer's name. All material to be stored in waterproof trailers or sheds, up on raised platforms and under lock and key until use. Do not use materials damaged in handling or storage. Replace damaged material with new material. Store adhesives between 60 and 80 degrees F. Should they be exposed to lower temperatures, restore to room temperature for three to five days prior to use. 1.05 WARRANTY A. The roofing contractor shall furnish the Owner with his personal two year watertight warranty. LEWISTON PUBLIC LIBRARY 07 53 23-1 MEMBRANE ROOFING ---PAGE BREAK--- PART 2 PRODUCTS 2.01 ROOF INSULATION A. Tapered and flat roof insulation to be polyisocyanurate closed-cell foam core with manufacturer's standard facing laminated to both sides, complying with FS HH-I-1972/2, Class 1. 2.02 MEMBRANE ROOF SYSTEM A. Membrane roofing to be fully adhered 0.060" EPDM sheet roofing furnished in twenty-five foot (25') wide rolls by Firestone, Carlisle or Versico. Roof membrane to be fully adhered to the polyisocyanurate roof insulation. B. Use the roof membrane for flashing of curbs and walls per the manufacturer's standard details. Use reinforced EPDM anchor strips to avoid splice joints at walls and edges. C. Adhesives, sealants, thinner, cleaner and accessories to be furnished by the membrane manufacturer. D. Six inch wide seam tape will be required for all field seams. 2.03 ROOF DRAINS AND PLUMBING A. New roof drains shall be Zurn ZC-100-DP furnished with cast iron domes and “Top-Set” deck plates. Size of new drains to be the same size as the existing drain lines. B. New drain lines as required to be Schedule 40 PVC. Insulate new drain lines and body with one inch fiberglass with vapor barrier. C. Should the existing drains give up the clamping bolts without a fight, i.e. not breaking, the contractor may re-use the existing drain bowls. Replace the existing under-deck clamps with new top-set clamps and replace the plastic domes with new cast iron domes. The existing drains will have to be removed and the plumbing adjusted to the new drain height. 2.04 METAL FLASHING A. Edge strip to be formed using 24 gauge galvanized steel. Concealed clips to be formed using 24 gauge galvanized steel. 2.05 WOOD NAILERS AND BLOCKING A. All wood nailers and blocking shall be #2 or better kiln dried spruce, fir or pine. Plywood to be exterior type. 2.06 FASTENERS A. Use annular-ring hot dipped galvanized nails by the W.H. Maze Co. on the galvanized edge strip. B. Use fasteners recommended by the membrane manufacturer to secure anchor bars and termination bars. LEWISTON PUBLIC LIBRARY 07 53 23-2 MEMBRANE ROOFING ---PAGE BREAK--- C. Wood nailers to be secured using annular-ring hot dipped galvanized nails, galvanized drywall screws, #14-10 Heavy Duty Roofing Fasteners, carriage bolts or expansion anchors. D. Fasteners used to secure roof insulation to the steel deck to be #14-10 Heavy Duty Roofing Fasteners with CR-10 coating, a minimum shank diameter of 0.170" and a thread diameter of 0.125". Pressure plates to be 3" diameter Galvalume plates. Screws and plates to be manufactured by Olympic Fasteners or approved equal. Length, size and accessories to be as required by the EPDM membrane manufacturer selected. 2.07 WALKWAY PADS A. Existing walkway pads may be re-used; new adhesive strips are required. 2.08 FOAM SEALANT A. Create flute dams in metal deck using a closed cell expanding foam polyurethane sealant equal to Great StuffTM large gap filler. PART 3 EXECUTION 3.01 PREPARATION OF SURFACES A. Completely remove existing EPDM roofing, roof insulation, flashing, edge strips, vent flashing and roof drains. remove from site and dispose of properly. B. Surfaces on which the roofing system is to be applied shall be clean, smooth, dry, free of fins, rot, sharp edges, loose and foreign materials, oil and grease. C. At the junction of the new and existing roofs, drill two 3/16" diameter holes in the bottom of each flute of the metal deck. Down slope of the new holes, create dams using the foam sealant. The intent is to be able to help identify the origin of any future leaks. 3.02 ROOF INSULATION A. Insulation shall be butted with joints not more than 1/8" in width. Stagger joints with those in layer below. B. Fasten insulation to the roof deck with the appropriate screws and plates. Fastener quantity and layout must meet the requirements of the EPDM manufacturer. C. Stagger joints in one direction for each course. For multiple layers, stagger joints in both directions between courses, leaving no gaps and allowing a complete thermal envelope to be formed. D. Provide tapered units to suit drainage pattern indicated. E. Do not install more insulation in a day than can be covered with membrane before end of day or before start of inclement weather. LEWISTON PUBLIC LIBRARY 07 53 23-3 MEMBRANE ROOFING ---PAGE BREAK--- 3.03 ROOF MEMBRANE A. Adhere the 0.060" EPDM membrane to the roof insulation in strict accordance with the manufacturer's specifications. B. Six inch wide seam tape will be required for all field seams. 3.04 FLASHING - - WALLS, PARAPETS, CURBS AND VENTS A. Remove all existing flashing. B. Use the longest pieces of material which are practical. All flashing and terminations shall be done in accordance with the applicable manufacturer's details. C. Care must be taken to set the elastomeric flashing so it does not bridge where there is a change of direction (i.e. where a parapet meets the roof deck). This can be accomplished by creasing the membrane into the angle change prior to adhering up the wall. Excess bridging will be cause for rejection and will be re-done at the Contractor's expense. D. Install termination bars at the top of all base flashing, fastening a minimum of 6" on center. E. Raise existing curb height as necessary to obtain a minimum of 8" high flashing. 3.05 FASCIA AND EDGE STRIPS A. Bottom edge of galvanized edge strips to be secured with continuous cleats. Nail top flange with annular-ring nails, three inches on center. Strip top flange with 6" pressure sensitive flashing. 3.06 ROOF DRAINS AND PLUMBING A. Install new roof drains in accordance with the manufacturer's instructions. Review installation procedure with job-site inspector prior to installing drains. B. Connection to existing lines is the responsibility of the roofing contractor. Actual work may be sub- contracted to a plumbing contractor. All plumbing work to be performed in strict accordance with the State of Maine Plumbing Code. Insulate new PVC lines and drain bodies. C. Avoid target patches at the roof drains by installing new wood blocking, drains and tapered sumps prior to adhering the EPDM roof membrane. D. Submit a credit unit price per drain should the existing drain bowl be salvageable. 3.07 WOOD NAILERS AND BLOCKING A. Securely fasten new wood nailers to structural members so as to resist a force of 200 pounds per lineal foot in any direction. LEWISTON PUBLIC LIBRARY 07 53 23-4 MEMBRANE ROOFING ---PAGE BREAK--- 3.08 WALKWAY PADS A. Adhere walkway pads to roof membrane in accordance with the manufacturer's instructions. 3.09 TEMPORARY WATER CUT-OFF A. Temporary water cut-offs are to be constructed at the end of each working day to protect the insulation, roofing, building and building interior from damage due to wind, snow and rain. B. Temporary water cut-offs are to be detailed by the contractor and approved by the manufacturer and Owner. 3.10 CLEAN UP A. Site clean-up shall be complete and to the satisfaction of the Owner. B. All roofs, building, landscape and parking areas shall be cleaned of all trash, debris and dirt caused by or associated with this work. C. Any areas stained, dirtied, discolored or otherwise damaged due to this work shall be cleaned, restored and replaced as required. D. All debris shall be removed from the premises and the construction area left clean daily. 3.11 INSPECTION AND TESTING THE OWNER RESERVES THE RIGHT TO INSPECT AND TEST ALL CONSTRUCTION OPERATIONS AND MATERIALS. A. Any defect or noncompliance discovered by inspection shall be reported to the Contractor who shall remove any defective material from the site. B. The Owner reserves the right to inspect the work or parts of it as he chooses. His failure to inspect the work in progress shall not relieve the Contractor of the responsibility for properly executing the contracted work nor shall it impair the Owner's right to reject deficiencies he may subsequently discover. 3.12 DIMENSIONS AND QUANTITIES A. The roof plan was compiled from various sources and may not reflect the conditions at the time of construction. B. It is the Contractor's responsibility to verify all dimensions prior to bidding. LEWISTON PUBLIC LIBRARY 07 53 23-5 MEMBRANE ROOFING ---PAGE BREAK--- PART 4 JOB CONDITIONS A. Roofing to be applied in dry weather. B. Completed roof areas shall not be trafficked. The work shall be coordinated to prevent this situation by working toward the roof edges. C. This project is subject to compliance with all requirements of the Occupational Safety and Health Administration (OSHA). All work on this project must meet the requirements of all applicable state and local codes, laws and ordinances. D. A test cut was taken from the roof and the results are listed on the enclosed drawings. 1. Over existing metal deck, there are two layers of 2" polyisocyanurate roof insulation and a fully adhered EPDM roof. This old roof has had many repairs over the years so it is very likely that the roof composition will vary from one location to another. The Contractor(s) is encouraged to take his/her own test cuts to determine the exact composition of the existing roof system. Contractor will not receive any additional compensation should he/she later discover variations in the existing roof system. Contractor is to expect variations. END OF SECTION LEWISTON PUBLIC LIBRARY 07 53 23-6 MEMBRANE ROOFING