Port Orange Elementary School Volusia County Schools 402 ...

23
00901 - 1 ADDENDUM NO. 1 Repair and Coat Roof Bldgs. 1 and 2 AT Port Orange Elementary School Volusia County Schools 402 Dunlawton Avenue Port Orange, Florida 32127 FOR Volusia County School Board 200 North Clara Avenue Deland, Florida 32720 PREPARED BY: A/R/C ASSOCIATES, INCORPORATED 601 North Fern Creek Avenue - Suite 100 Orlando, Florida 32803 (407) 896-7875 FAX # (407) 898-6043 Date: July 22, 2021 A/R/C Project No: 20049.00 VCS Project No. 2147798 COPYRIGHTED 2021 BY A/R/C ASSOCIATES, INCORPORATED This Project Manual is a copyrighted document of A/R/C Associates, Incorporated and may not be reproduced or excerpted from in whole or in part without the expressed written permission of A/R/C Associates, Incorporated. It is only to be used for the project and site specifically identified herein and is not to be used on any other project or extensions of this project. This document is to be returned upon request. James W Ripley AR-12758

Transcript of Port Orange Elementary School Volusia County Schools 402 ...

Page 1: Port Orange Elementary School Volusia County Schools 402 ...

00901 - 1

ADDENDUM NO. 1

Repair and Coat Roof Bldgs. 1 and 2

AT

Port Orange Elementary School Volusia County Schools 402 Dunlawton Avenue Port Orange, Florida 32127

FOR

Volusia County School Board 200 North Clara Avenue Deland, Florida 32720

PREPARED BY:

A/R/C ASSOCIATES, INCORPORATED 601 North Fern Creek Avenue - Suite 100 Orlando, Florida 32803 (407) 896-7875 FAX # (407) 898-6043

Date: July 22, 2021

A/R/C Project No: 20049.00 VCS Project No. 2147798

COPYRIGHTED 2021 BY A/R/C ASSOCIATES, INCORPORATED

This Project Manual is a copyrighted document of A/R/C Associates, Incorporated and may not be reproduced or excerpted from in whole or in part without the expressed written permission of A/R/C Associates, Incorporated. It is only to be used for the project and site specifically identified herein and is not to be used on any other project or extensions of this project. This document is to be returned upon request.

James W Ripley AR-12758

Page 2: Port Orange Elementary School Volusia County Schools 402 ...

00901 - 2

ADDENDUM No. 1

ADDENDA AND MODIFICATIONS

PART 1 GENERAL

1.01 MODIFICATIONS

A. Addendum No. 1, dated July 22, 2021 forms a part of the Project Manual and takes precedence over the original words, or ideas, with "Add" to, "Delete" from, or "Revise" to in the original words, phrases, paragraphs or Sections of the original Project Manual, dated March 16, 2021.

B. This Addendum consists of three (3) pages and four (4) attachments. If any pages are missing or illegible, Architect will provide replacements to complete the issued Documents on request. Attachments are as follows:1. Pre-Bid Meeting Minutes & Sign-in Sheets (11 pages).2. Bid Form – FAC Document 632 (3 pages).3. Specification Section 16670 – Lightning Protection (8 pages).4. Detail B03.3 – Tile Ridge Cap Flashing Detail (1 page).

C. Bidders shall acknowledge receipt of this Addendum in the space provided on the Bid Form. Failure to do so may subject the Bidder to disqualification.

D. A/R/C Associates, Inc. has compiled minutes from the July 20, 2021 Pre-Bid Meeting, a copy of which is attached to this addendum. These minutes are to be included within and become part of the documents for this project.

1.02 CHANGES TO PROJECT MANUAL:

Item 1.01: Bid Form – FAC Document 632: REVISE Unit Price “B” to include 1,000 square feet of membrane repair in lieu of the 480 square feet previously indicated. DELETE previously issued Bid Form and ADD the revised Bid Form attached to this addendum.

Item 1.02: Section 01026 – Unit Prices: REVISE paragraph 1.4/B to read as follows:

“B. Unit Price B: Cost per square foot to remove and replace defective areas of the cap sheet membrane, including areas improperly repaired previously. Areas will be repaired per manufacturer’s recommendations and “in-kind”, roof membrane type and application shall match the existing roof system construction. Extent and location of repairs will be determined in the field by the Owner and Architect. Base bid shall include 1,000 square feet of roof cap sheet repair. If this quantity is not used, the Owner will receive a credit for the unused quantity based on this same unit cost.”

Item 1.03: Section 16670 – Lightning Protection: ADD this new specification section which has been attached to this addendum, revise Table of Contents accordingly.

Page 3: Port Orange Elementary School Volusia County Schools 402 ...

00901 - 3

1.03 CHANGES TO PROJECT DRAWINGS:

Item 1.04: Drawing A02 – Partial Roof Plan North and Specific Notes: REVISE this roof plan to remove the front entrance canopy (roof area 1/J) from the scope of work of this project.

Item 1.05: Drawing A02 – Partial Roof Plan North and Specific Notes: REVISE this roof

plan to indicate the application of specific note #5 (supplemental membrane fasteners) to all hips and roof transitions at the original east building where the roof slope exceeds 1” per foot. (The estimated quantity of this repair is 330 lineal feet, contractor is to field verify actual quantity for inclusion into the base bid).

1.04 CHANGES TO PROJECT DETAILS NONE

Item 1.06: Detail B03.3 – Tile Ridge Cap Flashing Detail: DELETE the previously issued

detail and REPLACE this detail with the revised detail attached to this addendum.

END OF ADDENDUM NO. 1

Page 4: Port Orange Elementary School Volusia County Schools 402 ...

Architecture

Roof Consulting

Construction Technology

AA C000932

The original of this document will not be

furnished by U.S. Mail unless requested.

601 North Fern Creek Avenue

Suite 100

Orlando, Florida 32803-4899

(407) 896-7875

FAX (407) 898-6043

PRE-BID MEETING MINUTES

Project: Port Orange Elementary School A/R/C Project No.: 20049.00 Repair and Coat Roof – Bldgs. 1 and 2 Date: July 20, 2021 VCS Project No.: 2147798 Location: 402 Dunlawton Avenue, Port Orange, FL 32127 A mandatory pre-bid meeting was held at the above-referenced facility on Tuesday, July 20, 2021 at 9:00 a.m. to review the bidding procedures and conditions. A listing of attendees is attached. Items of discussion during the meeting and site inspection are as follows:

1. Bids are due at 1:30 PM on Tuesday, August 3, 2021, at the designated address as stated in the project documents.

Facilities Services Building Attn: Construction Department 3750 Olson Drive, Daytona Beach, Florida 32124

2. Any questions, conflicts, or requests for information must be submitted to the Architect in

writing prior to 5:00 p.m. on Tuesday, July 27, 2021, to allow for inclusion of the requested data within a written bid Addenda no later than Wednesday, July 28, 2021.

3. The contract time is as follows:

Contract Award: School Board Meeting of August 24, 2021. Notice to Proceed: Mobilization may begin on-site upon issuance of a written

Notice to Proceed (pending receipt of all required administrative data, i.e., bonds, licenses, schedule, submittals, insurance, etc.). Approximately late-August to mid-September.

Substantial Completion 60 calendar days after Notice to Proceed. Final Completion: 15 calendar days after Substantial Completion Liquidated Damages: $200.00 per calendar day.

4. The following items were discussed at the pre-bid meeting:

a. The Notice to Proceed will define a date for the commencement of work that will take into account activities on campus and material delivery schedules. Staff will be on site during normal business hours and the building will be occupied during portions of this project, therefore work will need to be closely coordinated with the school district. Access to the school, particularly the interior of the building will need to be carefully coordinated with Michael (Tony) Franco.

Page 5: Port Orange Elementary School Volusia County Schools 402 ...

Port Orange Elementary School Repair & Coat Roof – Bldgs. 1 and 2 Pre-Bid Meeting Minutes July 20, 2021 A/R/C Project No. 20049.00.00 Page 2

b. The contractor is able to work 7-days a week as they deem necessary, some

night/early morning work will be allowed. Application of finished roof system is limited to daylight hours due to safety and application quality concerns. The school staff and the facilities department will make whatever arrangements are reasonable and necessary for access to the facility. Access to the interior of the building must be limited to hours when no students or staff is present.

c. All workers on-site will be required to be registered with Volusia County Schools, and have company issued identification shirts or badges. This issue was further defined by Tony Franco, the on-site superintendent will be responsible for the daily log in regards to the workers on-site each weekday.

d. The Instructions to Bidders, and the General Requirements contains detailed instructions as to the overall project and the bidding requirements. The bidders should examine these sections carefully. When completing the subcontractor list, write “N/A” next to any category of subcontractor not used, or write in your own company if the work is self-performed. There is no Bid Bond or Performance and Payment Bond required for this project.

e. The contract for construction will be based on the “Owner-Contractor Agreement”,

AIA Document A101-2017, a copy of which have been included in the project manual for the bidders’ reference.

f. The successful bidder will need to be pre-qualified with the school district prior to

bid submission, this may be accomplished by contacting Erika Cortez with VCS to determine eligibility and procedure at 386-947-8786. If not already pre-qualified and current with VCS, this will not be possible prior to the Bid submission date for this project.

g. The School District has the option to utilize an Owner Direct Purchase program for the roofing materials, although it is unlikely due to the size of the project. If utilized, it would be done according to the procedures defined within the general conditions included in the project manual.

h. Section 02025 is “Existing Conditions” (follows General Conditions and associated

attachments) and includes information gathered during our field investigation, including roof cut data for the roof areas designated for roof replacement. We have also included a link to a website with our field investigation photographs.

i. Section 01010 is a Summary of Work and includes a detailed description of the work involved with the roof replacement and repair work at this facility. This should be carefully reviewed by each bidder. 1. Existing gutters, leader heads and downspouts are to remain in place. Test

downspouts and spillways for proper operation. Clean and correct any drainage issues discovered.

2. Existing lightning protection system to be partially removed only when applying coating application and reinstalled. Re-attach the system where it has become detached from the roof system throughout.

3. Identify areas of water intrusion with damaged insulation / leaks - Cut membrane and remove wet rigid insulation down to structural deck. Field verify extent of damage and replace with new rigid insulation per unit price allowances, match

Page 6: Port Orange Elementary School Volusia County Schools 402 ...

Port Orange Elementary School Repair & Coat Roof – Bldgs. 1 and 2 Pre-Bid Meeting Minutes July 20, 2021 A/R/C Project No. 20049.00.00 Page 3

existing thickness and slope. Replace modified membrane system with new and strip-in to existing per the unit price allowances.

4. Remove existing counterflashings along wall and chimney and rework base flashings per project details. Reinstall existing surface mounted counter-flashings per the project details, secure with new neoprene backed fasteners, and apply new sealant.

5. Cut back existing roof membrane at drip edge and apply new liquid flashing compound to seal membrane-to-metal connection per the project details.

6. All soil stack/ventilation stack flashing to have lead flashings replaced with new #4 lead flashing “boots”. Repair modified bitumen flashing at penetration per project details. Replace existing pest cover, secure with fasteners as required.

7. Prior to coating application, identify areas of standing water and feather in additional layers of modified bitumen membrane cap sheet to create positive drainage to perimeter edge.

8. Upon completion of all repairs at the existing modified bitumen roof and flashing system, power broom and vacuum existing roof surface to remove loose granules, then prepare surface and apply a reflective fluid applied silicone coating to all modified bitumen surfaces per the manufacturer’s directions and the project specifications.

a. Provide an alternate cost for the application of fluid applied polyurethane based coating in lieu of the silicone – see section 01023 Alternates.

9. Clean and restore site to pre-project conditions as directed by the Owner..

j. Within Section 01010, there is a project rain day form that needs to be filled out for the month. Rain days need to be verified and signed for by either an Owner’s Project Representative, or the Architect’s Representative. This rain day form should be submitted with the monthly payment application from the contractor in order to claim a time extension due to weather conditions within the current payment period. Retroactive requests for raindays for previous payment periods will not be considered. This form should also be used to document any days when work is restricted by the Owner, such as FCAT testing.

k. Also within Section 01010, there are both Interior and exterior inspection forms which should be filled out with the representative of the Owner. There should also be a digital video file produced and digital photographs taken; submit copies of all this data to the architect prior to start of construction. These measures are to document the interior and exterior conditions prior to the start of construction as protection for both the Owner and the contractor so conditions prior to construction can be verified at a later date.

l. There is currently one alternate prices requested for this project defined in section 01023, no voluntary alternates submitted by the bidders will be considered.

m. Section 01026 includes four (4) unit prices, which are oriented toward repairs of and

corrections to existing materials which may be discovered to be deteriorated or damaged, such as wood blocking, modified bitumen membrane, tapered insulation and edge metal. These unit prices are also defined within the bid form, base bid quantity allowances are included in the bid for these repairs and replacements.

Page 7: Port Orange Elementary School Volusia County Schools 402 ...

Port Orange Elementary School Repair & Coat Roof – Bldgs. 1 and 2 Pre-Bid Meeting Minutes July 20, 2021 A/R/C Project No. 20049.00.00 Page 4

n. These unit prices are intended for the replacement of deteriorated and/or damaged existing materials intended to remain. The installation of any materials designated as “NEW” within the project documents either by words, symbols, or graphically is not to be considered part of the unit price usage. The actual location of their use will in part be determined in the field based on actual conditions. Any use of these allowances must be approved by the Owner and/or Architect, as well as documented in daily reports and with photographs.

o. The requirements for application of payment are included within Section 01027.

The contractor is to utilize an AIA G702 Application for payment and an AIA G703 Continuation Sheet. At least one (1) each of those forms will be in “red type original”. Others may be copies. The continuation sheet shall reflect each discipline of the job and be broken down by labor and materials, per building to allow the contractor’s application for payment to be reviewed and approved quickly.

p. Signed and sealed documents have been submitted to the VCS Code Enforcement for their review, and all technical comments have been satisfied, the Contractor is responsible for submitting any additional information for permit, (such as licenses, insurance forms, product approval data, etc.), and obtaining the building permit. There is no cost associated with the issuance of the permit by VCS.

q. The contractor should be aware that VCS Code Enforcement will be actively

involved in the oversight of this project, they have specific inspections that must be made, and careful coordination with their requirements is necessary. They are on a 5 day work-week during the school year and a Monday – Thursday during the summer, but can perform weekend inspections if absolutely necessary with adequate notification on a case-by-case basis.

r. Within section 01010, several of the permitting submittal requirements for the

contractor are defined, such as license, insurance certificate, barricade / safety plan and Florida product approval documentation. It is the contractor’s responsibility during bidding to coordinate the products and manufacturers selected to provide a complete system from existing deck to the finished roof that has the appropriate approvals which is acceptable to the VCS Code Enforcement and can be permitted.

s. Volusia County Schools Code Enforcement will require the contractor submit a barricade plan, and it will need to be updated as the work progresses. Contractors will need to be aware that the cost will need to be reflected in their bids. It is typical to allow for the use of orange fencing for cordoning off work areas and the use of chain link for equipment and dangerous items.

t. The bidders are welcome to visit the project site after this pre-bid meeting or during the bid period. They were directed when on site they will need to notify the facility administration, “sign-in” when they arrive, and “sign-out” when they depart and provide evidence of compliance with the Jessica Lunsford Act.

5. Drawings are only available in a digital format and may be downloaded from the VCS

website via the internet free of charge as defined in the Advertisement to Bids. Any photographs taken by our office during our field investigation are available through an internet link to the website containing the photographs, which is the following:

https://www.dropbox.com/sh/68tboms7fbop2tn/AADb_R4uZgX_V10X2BDk2cK3a?dl=0

Page 8: Port Orange Elementary School Volusia County Schools 402 ...

Port Orange Elementary School Repair & Coat Roof – Bldgs. 1 and 2 Pre-Bid Meeting Minutes July 20, 2021 A/R/C Project No. 20049.00.00 Page 5

6. In regards to the issue of the storage and staging area, Tony Franco noted that available areas can be coordinated with him and the building administration. There are several areas that could be used for storage with proper coordination, which can be finalized at the pre-construction meeting.

7. A primary concern will be at all times to not impede any paths of emergency egress, nor

interfere with the activities of the facility when occupied. The contractor would be expected to take proper precautions.

8. The contractor will be required to repair any damage to the site and landscaping to restore

pre-project conditions upon completion of the work.

9. The Owner will allow incidental use of on-site 120 volt electricity and water by the Contractor, unless this privilege is abused, in which case the contractor will become responsible for their own electric and water supply. Temporary toilet facilities are also the responsibility of the contractor.

10. The general conditions state that no roofing work can be performed above occupied space;

the way this has been enforced is to perform demolition and installation of the waterproof underlayment over unoccupied space. Typically, when buildings have suspended ceilings, roofing work has been and will be allowed once the underlayment is in place. No loading of the roof or crane operations are to be performed over occupied spaces.

11. The areas and dimensions shown on the plans are the result of our fieldwork and

information provided by the original design documents; represent level footprint areas and dimensions, and do not account for slope. The contractor is reminded that General Roofing Note "1" on drawing B01 requires the bidders to perform their own fieldwork upon which to base their bids.

12. The Bid date can not be extended, the bid date was established based on deadlines for the

school board meetings, and there is no flexibility for change without impacting the overall project schedule defined by the school district.

13. A sign-in sheet was passed around for each attendee to sign, a copy of which will attached to the Pre-Bid Meeting Minutes to be issued with the first project addendum. It is important that a valid email address be provided; notification of the project Addenda and meeting minutes being posted to the Internet website will be distributed by email only.

14. The final addendum for this project (if required), due to the bidding schedule, will be issued

by our office on Wednesday July 28, 2021 to address any remaining concerns. All addendums will be sent directly to the bidders via email by A/R/C Associates, it is suggested that all bidders check the VCS website up to the time of bid submittal for any additional information for this project.

15. Questions from the Bidders (and frequently asked questions): a. Is Tuesday, July 27 also the deadline for any substitution request submittal prior to

bidding, such as an alternate coating system? Answer: Yes, July 27 is the deadline for questions and substitution requests.

Page 9: Port Orange Elementary School Volusia County Schools 402 ...

Port Orange Elementary School Repair & Coat Roof – Bldgs. 1 and 2 Pre-Bid Meeting Minutes July 20, 2021 A/R/C Project No. 20049.00.00 Page 6

b. If the existing lightning protection is partially removed and hen reinstalled, does it need to be recertified upon completion? Answer: Yes, we typically require a UL Letter of Findings.

c. Do portions of the lightning protection system need to be removed along the edge of the roof to perform the work specified? Answer: Yes, considering the membrane needs to be cut back 1” and liquid flashing compound applied.

d. Is correction of the areas of ponding water included into the scope of work and/or the

unit price allowances? Answer: Yes, the addition of additional plies of membrane or application of a cementitious filler (such as RoofSlope) should be included into the base bid scope of work, the application of a finished cap sheet over these areas would be applied under the unit price allowances.

e. Are the wrinkles in the valleys at the original building to be corrected? Would this work be under the base bid, or the unit price allowances? Answer: Yes, these wrinkles would be considered “defective” areas in the existing roof membrane and corrected under the unit price “B” allowances.

f. Are there any repairs being made to control the membrane movement / sagging being experienced due to the roof slope at several sections of the older roof area? Answer: Yes, we have defined the addition of fasteners and stress plates as “Specific Plan Note #5”, which is then covered with a strip of membrane. Although this appears to limited to part of a hip and transition, which may need to be clarified.

We believe the above accurately records the Pre-Bid meeting and briefly outlines the items of discussion. Unless contacted prior to 5:00 pm, Tuesday July 27, 2021, we will consider the above correct. These minutes, and any clarifications or revisions contained therein, are to be considered a part of the bidding documents for this project. Respectfully submitted, James W. Ripley, Vice President RA, NCARB, RRC, RWC, REWC, RBEC, RRO, REWO

Attachment: Pre-bid Sign-In Sheet Distributions: All attendees via Addendum #01.

Page 10: Port Orange Elementary School Volusia County Schools 402 ...
Page 11: Port Orange Elementary School Volusia County Schools 402 ...
Page 12: Port Orange Elementary School Volusia County Schools 402 ...

BID FORM

SCHOOL BOARD OF VOLUSIA COUNTY FLORIDA FAC DOCUMENT 632

Form Rev: 2019-July-01 FAC Document 632 – Bid Form - Page 1 of 3

TO: School Board of Volusia County Florida Facilities Services 3750 Olson Drive, Daytona Beach Florida 32124 (386) 947-8786 The undersigned, having become familiarized with the local conditions affecting the cost of the work and with the Drawings and Specifications as prepared by A/R/C Associates, Incorporated hereby submits the following bid / proposal:

Facility Name: Port Orange Elementary School

Project Name: Repair and Coat Roof Bldgs. 1 and 2

VCS Project No.: 2147798

COMPANY NAME:

ADDRESS:

PHONE:

I (We) propose to furnish all labor, materials, equipment and services necessary for the completion of the above project, all in accordance with the Drawings and Specifications hereof, including any addenda issued, as indicated below. BASE BID Note: modify the format in the box below as needed for this project.

As shown on the drawings and specifications, the sum of:

__________________________________________________________ ($_____________________).

ALTERNATES - As described below. (Note: A/E insert description below; add additional Alternates as needed.)

ALTERNATE NO.1: Utilize a cold process, fluid applied coating system consisting of an aliphatic polyurethane based coating in lieu of the specified silicone based coating system. The coating system is intended to be applied in a minimum of two (2) coats, the complete assembly, including accessories and compatible materials shall be furnished from a single manufacturer. Provide a ten (10) year manufacturer’s weathertightness warranty. See specification section 07560 for additional information and approved manufacturers / products. If the owner elects to proceed with Alternate No. 1, as described in the Contract Documents:

add / deduct _________________________________________________________________

($______________________).

Page 13: Port Orange Elementary School Volusia County Schools 402 ...

Form Rev: 2019-July-01 FAC Document 632 – Bid Form - Page 2 of 3

UNIT PRICES - As described below. (Note: A/E insert description below; add additional Unit Prices as needed.)

UNIT PRICE A: Cost per linear foot to replace any existing deteriorated 2 x 4 pressure treated wood nailers along roof edge or within roof system or accessories. The exact locations and extent of replacement to be determined in the field by the Owner and Architect. Base proposal shall include the replacement of 700 linear feet of pressure treated wood nailers, one layer thick. If the owner elects to proceed with Unit Price A, as described in the Contract Documents:

add / deduct __________________________________________________________________

($_______________________) per _____________.

UNIT PRICE B: Cost per square foot to remove and replace defective areas of the cap sheet membrane, including areas improperly repaired previously. Areas will be repaired per manufacturer’s recommendations and “in-kind”, roof membrane type and application shall match the existing roof system construction. Extent and location of repairs will be determined in the field by the Owner and Architect. Base bid shall include 1,000 square feet of roof cap sheet repair. If the owner elects to proceed with Unit Price B, as described in the Contract Documents:

add / deduct __________________________________________________________________

($_______________________) per _____________.

UNIT PRICE C: Cost of square foot to remove and replace deteriorated existing tapered rigid insulation. The exact locations and extent of replacement to be determined in the field by the Owner and Architect. The base proposal shall include removal and replacement of 160 square feet of tapered rigid insulation, assume three (3) inch thickness. Include repair / replacement of the roof membrane associated with this insulation replacement, apply 2 plies of modified bitumen membrane, properly lapped onto existing adjacent membrane per NRCA guidelines, and coverboard to match the existing construction. If the owner elects to proceed with Unit Price C, as described in the Contract Documents:

add / deduct __________________________________________________________________

($_______________________) per _____________.

UNIT PRICE D: Cost per linear foot to remove any existing damaged edge metal flashing and splice joints along roof edge or within roof system and replace with new 24 gage stainless steel edge metal per Section 07620 matching existing profile. The exact locations and extent of replacement to be determined in the field by the Owner and Architect. Base bid shall include the replacement of 130 linear feet of edge metal flashing. If the owner elects to proceed with Unit Price D, as described in the Contract Documents:

add / deduct __________________________________________________________________

($_______________________) per _____________.

Page 14: Port Orange Elementary School Volusia County Schools 402 ...

Form Rev: 2019-July-01 FAC Document 632 – Bid Form - Page 3 of 3

BID SECURITY - REQUIRED If required, bid security in an amount equal to 5% of the total bid proposal is enclosed with the understanding that this proposal shall remain in full effect for a period of 60 days starting at the bid opening date and time. The undersigned agrees to commence work under the Contract on or before a date to be specified in the written FAC Document 650 Notice to Proceed, and to substantially complete the project within Sixty (60) consecutive calendar days thereafter, as specified in Article 3 of AIA Document A101-2017 Agreement, or Article 2 of FAC Document 625 Agreement, which ever is applicable to this project. The Bidder acknowledges the following addendum (addenda) is made an integral part of the bid documents:

Addendum No. Date Issued Addendum No. Date Issued

In submitting this bid / proposal, the Bidder acknowledges this bid / proposal is based on all construction documents and addenda as posted on the Owner’s website or otherwise provided by the Owner’s representative. The Owner reserves the right to accept or reject any or all bids / proposals and is not obligated to accept the lowest responsible bid / proposal. OFFICIAL COMPANY NAME AND ADDRESS:

By:

(Signature)

(Print Name, Title)

Page 15: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 1 20049.00

PART 1 GENERAL

1.1 SUMMARY

A. Section Includes: 1. Air terminals and interconnecting conductors. 2. Grounding and bonding for lightning protection.

B. Related Sections: 1. Section 07524 – Modified Bitumen Roofing Repairs 2. Section 07545 – Liquid Applied Flashing 3. Section 07560 – Elastomeric Roof Coating 4. Section 07620 – Sheet Metal Flashing and Trim

1.2 REFERENCES

A. Lightning Protection Institute 1. LPI-175 - Lightning Protection Installation Standard. 2. LPI-176 - Lightning Protection System Material and Components Standard. 3. LPI-177 - Inspection Guide for LPI Certified Systems.

B. National Fire Protection Association 1. NFPA 780 – Standard for the Installation of Lightning Protection Systems.

C. Underwriters Laboratories 1. UL 96 - Lightning Protection Components 2. UL 96A - Installation Requirements for Lightning Protection Systems.

1.3 SYSTEM DESCRIPTION (SCOPE)

A. The existing roof top lightning protection system (conductors, air terminals, fasteners, clips, etc) located on roof areas within the scope of this project is to be removed and reinstalled as needed by the defined scope of roofing repair work. Existing undamaged and non-deteriorated conductors and air terminals may be re-used in the new system being installed. All other accessories required for proper installation and functioning of a completed system shall be new. The existing down leads and grounding systems if undamaged and in usable condition are to remain.

B. The new roof top system shall be compatible with existing building system and comply with NFPA and UL requirements and LPI standards.

C. Work shall be accomplished by a certified lightning protection contractor as required by article 1.7 of this Section.

Page 16: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 2 20049.00

D. Upon completion of the roofing and flashing replacement, obtain the services of Underwriters Laboratories, Inc. to provide an inspection and a new “Master Label” for the lightning protection system in accordance with UL 96A. If obtaining a “Master Label” would require modification of building components and/or systems outside of the scope of work of this project, then a “Letter of Findings” is to be provided

E. Preparation of the new roof membrane surface to receive the lightning protection system shall be the responsibility of the roofing contractor.

F. Installation of the new roof top lightning protection system and connection to the existing down lead system shall not affect the roof system warranty in any way.

G. It will be the responsibility of the roofing contractor to coordinate and schedule the lightning protection work under this section.

1.4 SUBMITTALS

A. Section 01300 - Submittals: Procedures for submittals.

B. Shop Drawings: Indicate layout of air terminals, grounding electrodes, and bonding connections to structure and other metal objects on roof top. Include terminal, electrode, and conductor sizes, and connection and termination details.

C. Product Data: Provide dimensions and materials of each component, and include indication of listing in accordance with UL 96.

D. Manufacturer's Certificate: Certify that Products meet or exceed specified requirements.

1.5 PROJECT CLOSEOUT SUBMITTALS

A. Section 01700 - Contract Closeout.

B. Record actual locations of air terminals, grounding electrodes, bonding connections, and routing of system conductors in project record documents.

C. Submit ‘Letter of Findings’ or UL Master Label from Underwriters’ Laboratories indicating approval of the lightning protection system.

1.6 QUALITY ASSURANCE

A. Perform Work in accordance with NFPA 780.

B. Perform Work in accordance with UL 96A.

C. Perform Work in accordance with LPI-175 and provide LPI Certification.

Page 17: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 3 20049.00

D. The contractor shall furnish a UL Master Label or Letter of Findings upon completion of the installation.

E. Work shall be performed under the supervision of an LPI Certified Master Installer, and an LPI System Certification shall be delivered upon completion of the installation.

1.7 QUALIFICATIONS

A. Manufacturer: Company specializing in lightning protection equipment with minimum three years documented experience.

B. Installer: Authorized installer of manufacturer with minimum three years documented experience. The installing contractor company shall be listed with the Lightning Protection Institute, and Underwriters’ Laboratories, Inc. The installation contractor shall have personnel on staff Certified by the LPI as a Master Installer or Master Installer – Designer of lightning protection systems. LPI qualified staff shall provide supervision of the installation to ensure conformance to the Standards.

1.8 PROJECT CONDITIONS

A. Existing Conditions: 1. Verify existing conditions, such as soundness of perimeter conditions, and

varying deck and wall thickness for length of anchoring surfaces required and other visible conditions prior to bidding.

2. Report conflicts or problems to the Architect for resolution prior to Bidding. Failure to report these conflicts and problems places the responsibility on the Contractor to complete the work in accordance with the Documents at no additional cost to the Owner.

3. Replace or restore to original condition any materials or work damaged during construction.

1.9 REGULATORY REQUIREMENTS

A. Product Listing: UL 96 and LPI-176.

1.10 PRE-INSTALLATION CONFERENCE

A. Section 01310 - Coordination and Meetings: Pre-installation meeting.

B. Convene one week prior to commencing work of this section.

1.11 FIELD MEASUREMENTS

A. Verify that field measurements are as indicated on shop drawings.

Page 18: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 4 20049.00

1.12 COORDINATION

A. Section 01310 - Coordination and Meetings.

B. Coordinate work with roofing installations.

PART 2 PRODUCTS

2.1 MATERIALS

A. All materials used in the installation shall be new and shall comply in weight, size and composition as required by UL 96A and NFPA 780 and shall be labeled or listed by Underwriters Laboratories Inc. for use in lightning protection systems. The system furnished under this specification shall be the standard product of a manufacturer regularly engaged in the production of lightning protection equipment. The manufacturer shall be listed by UL as a recognized manufacturer of lightning protection components.

B. Manufacturers: 1. Advanced Lightning Technology, Ltd. 2. East Coast Lightning Equipment, Inc. 3. ERICO International Corporation (lightning protection equipment) 4. Harger Lightning Protection, Inc. 5. Heary Brothers Lightning Protection, Inc. 6. Robbins Lightning, Inc. 7. Thompson Lightning Protection, Inc. 8. Section 01600 – Product Requirements: Product options and substitutions.

Substitutions permitted per Division 01.

2.2 COMPONENTS

A. Class I materials shall be used on structures that do not exceed 75 feet in height and Class II materials shall be used on structures that are 75 feet or higher above average grade.

B. Copper materials shall not be mounted on aluminum surfaces including Galvalume, galvanized steel and zinc; this includes these materials that have been painted.

C. Aluminum materials shall not come into contact with earth or where rapid deterioration is possible. Aluminum materials shall not come into contact with copper surfaces.

D. Air Terminals: Air terminals shall be 1/2” by 12” for Class 1 installations and 5/8” by 12” for Class 2 installations solid aluminum (matching existing) and shall extend at least 10 inches above the object to be protected. All air terminal bases shall be cast bronze. The air terminals shall be spaced so as not to exceed 20’ apart around the outside perimeter of the roof or the ridge and not over 50’ apart through

Page 19: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 5 20049.00

the center of flat roof areas. The air terminals in the center roof area shall be 5/8” by 24” solid aluminum. All “field” air terminal bases shall be of the “non-penetrating” adhesive type. Perimeter coping air terminal bases shall be mechanically attached as indicated by project details.

E. Decorations: None

F. Grounding Rods: Solid Copper

G. Ground Plate: Copper

H. Conductors: Aluminum (match existing).

I. Cable Straps: One or two hole straps as appropriate. Attachment to metal roofing and associated flashing is permitted only as indicated by project details. Avoid any penetration of the metal roofing and flashing in the field of the system.

J. Cable Connections and Splices: Bolted pressure clamp type shall be used. Crimp type connections shall not be used. All connectors to be compatible with aluminum conductor cables.

K. Anchor Plates and Holders for Conductor Cable: Non-penetrating aluminum with adhesive bases for flashing and roof- top installations. May be (1) bolted pressure clamp type or (2) crimp type similar to details shown.

L. Sealant: Silicone or polyether sealant per section 07900, which is compatible with the thermoplastic single-ply roofing system being installed.

M. Epoxy adhesive is to be used to adhere any base plates to metal surfaces, approved products are as follows: 1. SciGrip SG300 Series adhesive, 2 component system as manufactured by

SCIGRIP Americas, 600 Ellis Road, Durham, NC 27703. Contact: (887) 477-4583, (www.scigrip.com) or Architect approved equal.

2. Weld-on SS300 series adhesive as manufactured by IPS Structural Adhesives, Inc., 600 Ellis Road, Durham, NC 27703. Contact: (887) 477-4583, (www.ipscorp.com).

3. Partite 7300 or 7400 series adhesive as manufactured by Parson Adhesives, Inc., 3345 Auburn Road, Suite 107, Rochester Hills, MI 48309. Contact: (248) 299-5585, (www.parsonadhesives.com).

4. The above products have been represented locally by North American Composites, 3715 North Frontage Road, Lakeland, FL 33810. Contact: (800) 241-5817. (www.nacomposites.com).

5. Architect approved equal.

Page 20: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 6 20049.00

PART 3 EXECUTION

3.1 INSTALLATION

A. Install in accordance with NFPA 780, UL 96A, and LPI-175.

B. Connect conductors using mechanical connectors and/or an exothermic welding process. Protect adjacent construction elements and finishes from damage.

C. Bond exterior metal bodies on building to lightning protection system and provide intermediate level interconnection loops 60 feet on center.

D. During installation, no penetration is permitted of the metal roofing system and/or flashing components by mechanical fasteners unless specifically detailed within the project documents; epoxy adhesive attachment of the base and anchor plates is required otherwise.

E. Where any part of the protection system is exposed to mechanical injury, it shall be protected by a nonconductive material. If metal pipe or tubing is used for protecting conductors, the conductor shall be electrically connected to the pipe or tubing at both ends. Conceal down conductors in PVC (Schedule 40) conduit.

F. Where necessary, connect copper equipment to aluminum surfaces using UL recognized bimetal transition fittings. Lead coating is not acceptable as a bimetal transition fitting.

G. Roof Conductors: A perimeter cable shall be installed around the entire main roof areas, and all penthouses. Each perimeter cable shall be connected to at least (2) down leads, providing a two-way path to ground for each air terminal. All center roof air terminals shall be interconnected with conductors to the outside perimeter cable. Conductors on the flat roof areas may be run exposed. Ground connections shall be made around the perimeter of each roof and to the main down conductor at a maximum distance of 100'-0" on center.

H. Down Conductors: Existing shall be used where properly tested and approved for UL labeling. New down conductors, if required, shall be concealed and installed in 1" PVC (Schedule 40) conduit. Each perimeter roof cable shall be connected to at least two down leads. The average distance between down leads shall not exceed 100' from upper roof to lower roof, or from roof to ground terminals. Irregularly shaped structures may require extra down conductors to provide a two-way path to ground from each air terminal.

Page 21: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 7 20049.00

I. Interconnection of Metals: All metal bodies within 6' of the conductor shall be bonded to the system with proper fittings and conductor. Connections between dissimilar metals shall be made with UL recognized bimetallic connections. 1. Bonding of all metallic objects and systems at roof levels and elsewhere on

the structure shall be complete. Primary bonds for metal bodies of conductance shall be bonded with appropriate fittings and full-size conductor; and shall consist of, but not limited to the following: Roof exhaust fans, HVAC units with related piping ductwork, exhaust vents and any other roof piping systems, cooling towers, and rail systems, window washing tracks, antenna mast for TV, radio or microwave, flag poles, roof handrails and/or decorative screens, roof ladders, skylights, metal plumbing stacks, etc. Exterior architectural metal fascia and/or curtain walls or mullions, which extend the full height of the structure shall also be bonded, if not inherently bonded thru the building frame.

2. Metal bodies of inductance located within 6' of a conductor or object with secondary bonds, shall be bonded with secondary cable and fittings. Typical of these are: roof flashings, parapet coping caps, gravel guards, isolated metal building panels or siding, roof drains, down spouts, roof insulation vents and any other sizeable miscellaneous metals, etc.

J. Concealed Conductors: All concealed conductors shall be installed in 1" PVC (Schedule 40) Conduit.

K. Fasteners: Conductor fasteners shall be UL recognized adhesive type of non-corrosive metal, have ample strength to support conductors and shall be spaced not to exceed 3'-0" centers.

L. Roof Penetration: Utilize existing thru-roof conductor down leads, but install new thru-structure assemblies as detailed within the project documents, the lightning protection installer shall furnish the Aapproved@ thru-structure assemblies for installation by the roofing contractor. All work related to the installation and sealing of the thru-structure assemblies shall be furnished by the roofing contractor.

M. Grounding: The system shall be connected to the existing grounding terminals located at the base of the structure. Where ground terminations do not exist, the contractor is to provide. Ground connections shall be made around the perimeter of the structure and in no case shall average over 100'-0" apart. Ground terminals shall be 5/8" in diameter and shall be driven to a minimum depth of 32'-0". One ground shall have connection to the water system where the water supply enters the building. In case of rock ledge or other conditions making it impossible to comply with the above, trenching or a copper ground plate will be permitted; providing it will meet UL requirements.

N. Common Grounding: Provide necessary common grounds between the lightning protection system and the electric and telephone service entrance cables, TV and radio antenna grounds.

Page 22: Port Orange Elementary School Volusia County Schools 402 ...

LIGHTNING PROTECTION SECTION 16670

16670 - 8 20049.00

O. Coordination of Lightning Protection Work and Re-roofing Work: Provide removal of existing rooftop system and installation of new rooftop system as required to perform roof replacement work. Provide temporary connections required to maintain existing lightning protection affected by new construction. Permanently bond together any existing systems to new system.

3.2 FIELD QUALITY CONTROL

A. Section 01450 - Quality Assurance: Field inspection, testing, and adjusting.

B. Upon completion of equipment installation, obtain the services of Underwriters Laboratories, Inc. to provide an inspection and a new “Master Label” for the lightning protection system in accordance with UL 96A. If obtaining a “Master Label” would require modification of building components and/or systems outside of the scope of work of this project, then a “Letter of Findings” is to be provided.

C. Perform inspection and testing in accordance with LPI-177.

3.3 PROJECT COMPLETION AND CLOSEOUT

A. Provide to Owner three (3) copies of the As-built Drawings.

B. Attach Master Label to the building as directed by the Owner or provide a UL “Letter of Findings” at the completion of the system installation.

END OF SECTION

Page 23: Port Orange Elementary School Volusia County Schools 402 ...

SCALE: NONE ADDENDUM #01 (7-21-21)TILE RIDGE CAP FLASHING DETAIL

AutoCAD SHX Text
B
AutoCAD SHX Text
4
AutoCAD SHX Text
3
AutoCAD SHX Text
6
AutoCAD SHX Text
6
AutoCAD SHX Text
HT. VARIES (F.V.)
AutoCAD SHX Text
PROVIDE & INSTALL NEW 24 GA. ST. STL COUNTER- FLASHING - INSERT UNDER RIDGE TILE AND SECURE TO WALL PER FASTENER SCHEDULE ON DWG. B01.
AutoCAD SHX Text
122
AutoCAD SHX Text
C
AutoCAD SHX Text
EXIST. WOOD TRIM
AutoCAD SHX Text
EXISTING TILE RIDGE CAP TO REMAIN IN PLACE - REPAIR OR REPLACE DAMAGED TILE PRIOR TO FLASHING INSTALLATION. CONFIRM TILE IS SECURED IN PLACE.
AutoCAD SHX Text
3"
AutoCAD SHX Text
F.V.
AutoCAD SHX Text
B03.3