Roof Replacement and Repairs to Montvale Library Bedford County

IFB No. 2020-12-11 MONTVALE01

MEAD Project No. 263-054

December 11, 2020

Master Engineers And Designers, Inc. 904 Lakeside Drive Lynchburg, Virginia 24501 Phone: (434) 846-1350 Fax: (434) 846-1351 www.MasterEngineersInc.com

Bedford County Montvale Library Roof Replacement

PROJECT MANUAL

Project Manager / Engineers Master Engineers and Designers, Inc 904 Lakeside Drive Lynchburg, Virginia 24501 (434) 846-1350 Contact: Jeremy L. Lucas, PE Email: [email protected] 12-11-2020

Architect Architectural Partners 10 9th Street Project Manager / Structural Lynchburg, Virginia 24504 (434)-846-8456 Contact: Mark Smith, RA Email: [email protected]

Owner Bedford County 122 East Main Street, Suite 210 Bedford, Virginia 24523 (540) 586-7656 Contact: Sheldon Cash, Director of Public Works Architect Email: [email protected]

Master Engineers And Designers, Inc. PROJECT TITLE MEAD Project No. 263-054 01 000 - 1

Bedford County Montvale Library Roof Replacement

TABLE OF CONTENTS

01 000 PROJECT TITLE PAGE 01 100 TABLE OF CONTENTS 01 200 INVITATIONS TO BID 01 300 STANDARD TERMS AND CONDITIONS 01 400 GENERAL TERMS AND CONDITIONS 01 500 ADDITIONAL INFORMATION TO BIDDER 01 600 BID FORM

01 1000 SUMMARY 01 2000 PRICE AND PAYMENT PROCEDURES 01 2200 UNIT PRICES 01 2300 ALTERNATES 01 3000 ADMINISTRATIVE REQUIREMENTS 01 4000 QUALITY REQUIREMENTS 01 5000 TEMPORARY FACILITIES AND CONTROLS 01 6000 PRODUCT REQUIREMENTS 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS 01 7800 CLOSEOUT SUBMITTALS

02 4100 DEMOLITION

03 5113 CEMENTITOUS ROOF DECK (CEMENTITIOUS WOOD FIBER PLANK)

06 1000 ROUGH CARPENTRY

07 0150.19 PREPARATION FOR RE-ROOFING 07 5323 EPDM THERMOSET SINGLE-PLY ROOFING 07 6200 SHEET METAL FLASHING AND TRIM 07 7100 RPPF SPECIALTIES

ATTACHMENT A – ARCHITECTURAL PLAN DRAWINGS

END OF TABLE OF CONTENTS

Master Engineers And Designers, Inc. TABLE OF CONTENTS MEAD Project No. 263-054 01 100 - 1

Bedford County Montvale Library Roof Replacement

Bedford County, Virginia 122 East Main Street, Suite 202, Bedford, VA 24523

Date: December 11, 2020

From: Sheldon Cash, Director of Public Works

IFB Number: 20-12-11 MONTVALE01 Invitation for Bids for: Roof Replacement and Repairs to Montvale Library at 11575 W Lynchburg Salem Turnpike, Montvale, Virginia.

We are pleased to invite your bid. Attached hereto you will find the necessary documents giving information and instructions pertaining to your bid:

1. Invitation to Submit a Bid. This sheet provides you with the basic information concerning opening of bids, time factors, and proper address for submitting your bid, and identifies the authorized representative of the County who will be your contact.

2. Terms and Conditions of the Bid. Contained within the General and Standard Terms and Conditions of Bid are the provisions and terms governing your bid. Please read these pages carefully as they are an integral part of the bid and any potential award.

3. Bid Form. This form with all required attachments shall be used for submitting all bids.

Invitation for Bids

Bedford County Department of Public Works is seeking licensed and qualified contractors to the roof replacement and repairs to the Montvale Public Library. In addition, there are alternates to perform roofing work to other portions of the former Montvale Elementary School.

Contractors bidding on this project shall follow all local, state and federal guidelines for removal and disposal of construction materials. Contractors bidding on this project will be responsible for obtaining required permits, however, fees are waived because this is a County project.

General and standard terms and conditions, plans and specifications, and bid forms are open for inspection and available to prospective Bidders on the Bedford County Procurement Website at https://www.bedfordcountyva.gov/about-bedford/procurement.

There will be a MANDATORY pre-bid conference on January 5, 2021 at 2:00pm at the Community Room located in the Library at 11575 W Lynchburg Salem Turnpike, Montvale. Access to the areas of the building affected by this work will be provided immediately following the meeting.

If any prospective Bidder has questions about the specifications or other documents, requests for substitutions, terms, or conditions, the prospective Bidder shall contact Jeremy Lucas with Master Engineers and Designers in writing no later than January 14, 2021 at 2:00 pm. He can be reached by email at [email protected]. The email shall contain the subject line “IFB 2020-12-11 MONTVALE01– Bid Question”. Any revisions to the Invitation for Bids will be made only by addendum issued by Bedford County. After the pre-bid conference the property is available for visit by appointment only. Contact Douglas Coffman at (540) 875-9501 for an appointment. Site visits will only be scheduled during normal business hours between Monday and Friday and will not be provided later than 2 calendar

Master Engineers and Designers, Inc. INVITATION TO THE BID MEAD No. 263-054 01 200 - 1

Bedford County Montvale Library Roof Replacement days before bids are due.

Bid Preparation

1. Sealed Bids will be received until January 21, 2021 at 2:00 pm, at the Bedford County Administration Office, 122 East Main Street, Suite 202, Bedford, VA 24523. Bids will be publicly opened and read aloud in the Main Floor Training Room at the Bedford County Administration Building. Any bids received after the specified time will be rejected. The County is not responsible for delays in the delivery of mail by the U.S. Postal Service or private couriers. It is the sole responsibility of the Bidder to ensure that its bid reaches the County Administration office by the designated date and hour. Bids will not be accepted over the facsimile machine or by email. Bids received in response to this Invitation will be opened at the time and place stated and will be made public only as provided by the Virginia Public Procurement Act and the Virginia Freedom of Information Act.

2. All bids must be signed by an authorized representative of the company submitting the bid.

3. One (1) original and one (1) copy of the signed bid form, attached hereto should be submitted in an envelope or package, sealed and identified as follows:

IFB Number: 2020-12-11 MONTVALE01 Invitation for Bids: Roof Replacement and Repairs at Montvale Library at 11575 W Lynchburg Salem Turnpike, Montvale, VA.

Name of Bidder: ______Address: ______Receipt Date: ______

No responsibility will be attached to any officer or agent for the premature opening of a bid not properly addressed and identified. Notations of add or deduct items on anything other than the bid form will not be considered.

END OF INVITATION TO BID

Master Engineers and Designers, Inc. INVITATION TO THE BID MEAD No. 263-054 01 200 - 2

Bedford County Montvale Library Roof Replacement BEDFORD COUNTY, VIRGINIA STANDARD TERMS AND CONDITIONS

1. General Provisions

1.1 Unless otherwise agreed to in writing signed by the County Administrator and approved as to form by the attorney for Bedford County, Virginia, these Standard Terms and Conditions apply to and govern all purchases, regardless of the type of goods or services purchased, between Bedford County, Virginia (the “County”) and Successful bidder (the “Contractor”).

2. Definitions

2.1 “Solicitation” means the vehicle by which the County solicited pricing, and if applicable other terms, by which it could acquire goods or services from Contractor, regardless of whether the vehicle was an Invitation for Bids, Request for Proposals, Request for Quotes, telephone quotes or any other means permissible under the Bedford County Code, Procurement policy, or Virginia law.

2.2 “Contract Documents” means all documents that constitute any legal and binding agreement between the Contractor/Bidder and the County, including these Standard Terms and Conditions.

2.3 “Contract Period” means the time period from the time that Contractor first becomes legally bound to provide goods or services to the County in response to a Solicitation until all of Contractor’s contractual obligations to the County, arising out of the Solicitation, cease.

2.4 “Obligations” means any and all legal obligations of Contractor under any Contract Documents.

3. Laws of the Commonwealth

3.1 The Contract Documents shall be governed in all respects whether as to validity, construction, performance, or otherwise by the laws of the Commonwealth of Virginia and the Bedford County Code without regard to their principles of conflicts of law. Contractor represents and warrants to the County that:

a.) During the Contract Period, it will comply and conform with the provisions of the Civil Rights Act of 1964, as amended, the Virginia Fair Employment Contracting Act of 1975, as amended, and the Virginia Human Rights Act, as amended, where applicable;

b.) It does not, and shall not during the performance of the contract for goods and services in the Commonwealth, knowingly employ an unauthorized alien as defined in, or otherwise violate the provisions of, the Immigration Reform and Control Act of 1986; and,

c.) Will comply with all federal, state and local laws and regulations applicable to the performance of the services procured.

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 1

Bedford County Montvale Library Roof Replacement 4. County Policies

4.1 In every contract of over $10,000, the Contractor agrees during the Contract Period that Contractor:

a.) Will not discriminate against any employee or applicant for employment because of race, religion, color, sex, national origin, age, disability, or other basis prohibited by state law relating to discrimination in employment, except where there is a bona fide occupational qualification reasonably necessary to the normal operation of the Contractor;

b.) Will post in conspicuous places, available to employees and applicants for employment, notices setting forth the provisions of this nondiscrimination clause; and

c.) Will state that the Contractor is an equal opportunity employer in all solicitations or advertisements for employees placed by or on behalf of the Contractor to perform under the Contract Documents. All notices, advertisements, and solicitations placed in accordance with federal law, rule or regulation shall be deemed sufficient for the purpose of meeting the requirements of this section; and,

d.) Will include the provisions of the foregoing subparagraphs in every subcontract or purchase order exceeding $10,000 issued by Contractor in order to fulfill its Obligations, so that the provisions will be binding upon each subcontractor or vendor employed by Contractor.

4.2 In every contract of over $10,000, the Contractor agrees during the Contract Period the Contractor shall:

a.) Provide a drug-free workplace for its employees;

b.) Post in conspicuous places, available to employees and applicants for employment, a statement notifying employees that the unlawful manufacture, sale, distribution, dispensation, possession, or use of a controlled substance or marijuana is prohibited in its workplace and specify the actions which will be taken against any employee for a violation;

c.) State in all of its solicitations or advertisements for employees that the Contractor maintains a drug-free workplace; and

d.) Include the provisions of this sub-paragraph in every subcontract or purchase order of over $10,000, so that said provisions shall be binding upon each subcontractor or subvendor.

e.) For purposes of this sub-paragraph, "drug-free workplace" means a site for the performance of work done in connection with a specific contract awarded to a Contractor under a solicitation and in accordance with the Virginia Public Procurement Act and/or the Bedford County Code.

f.) In addition to the provisions contained in sub-paragraph above pertaining to drug-free workplaces, the Contractor shall comply with the federal Drug Free Workplace Act.

4.3 Pursuant to Section 2.2-4343.1 of the Code of Virginia, and applicable Procurement policies, in all solicitations, contracts, and purchase orders, the County does not discriminate against faith-based organizations.

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 2

Bedford County Montvale Library Roof Replacement

a.) "Faith-based Organization" means a religious organization that is or applies to be a Contractor to provide goods or services for programs funded by the block grant provided pursuant to the Personal Responsibility and Work Opportunity Reconciliation Act of 1996, P.L. 104-193.

b.) If Contractor is a faith-based organization, then Contractor shall give to each individual who applies for or receives goods, services, or disbursements provided pursuant to this Agreement the following notice in bold-face type:

NOTICE Neither the County's selection of a charitable or faith-based provider of services nor the expenditure of funds under this contract is an endorsement of the provider's charitable or religious character, practices, or expression. No provider of services may discriminate against you on the basis of religion, a religious belief, or your refusal to actively participate in a religious practice. If you object to a particular provider because of its religious character, you may request assignment to a different provider. If you believe that your rights have been violated, please discuss the complaint with your provider or notify the appropriate person as indicated in this form.

4.4 Pursuant to Section 2.2-4311.2 of the Code of Virginia, if Contractor/Bidder is authorized as a stock or non-stock corporation, limited liability company, business trust, or limited partnership or registered as a registered limited liability partnership, Contractor/Bidder shall be authorized to transact business in the Commonwealth as a domestic or foreign business entity if so required by Title 13.1 or Title 50 of the Code of Virginia or as otherwise required by law.

5. Certifications

5.1 The Contractor certifies that Contractor’s response to the Solicitation:

a. Has been prepared without prior participation, understanding, agreement, or connection with any corporation, firm or other person that is also submitting a bid in response to the same solicitation;

b. Is in all respects fair, without misrepresentations of fact, and free from collusion or fraud;

c. Is in full compliance with the Virginia Conflicts of Interest Act;

d. Is or is intended to be competitive and free from any collusion with any person, firm or corporation; and,

e. Has been prepared without the benefit of being provided information not available to the general public, or other potential bidders, such as insider information known to the County employees or other sources which may have gained such information from interaction with County employees;

5.2 The Contractor has not offered or received any kickback from any other bidder or contractor, supplier, manufacturer, or subcontractor in connection with the bid on this Solicitation. A kickback is defined as an inducement for the award of a contract, subcontract, or order, in the form of any payment, loan, subscription, advance, deposit of money, services or anything, present or promised, unless consideration of substantially equal or greater value is exchanged. Further, no person shall demand or receive any payment, loan, subscription, advance, and deposit of money, services or anything of

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 3

Bedford County Montvale Library Roof Replacement value in return for an agreement not to compete on a public contract;

5.3 The Contractor is not a party to nor has he participated in nor is obligated or otherwise bound by agreement, arrangement or other understanding with any person, firm or corporation relating to the exchange of information concerning bids, prices, terms or conditions upon which the contract resulting from the acceptance of his bid proposal is to be performed;

5.4 The Contractor understands that collusive bidding is a violation of the Virginia Governmental Frauds Act and federal Law, and can result in fines, prison sentences, and civil damage awards and agrees to abide by all conditions of this Invitation for Bids; and

5.5 Neither Contractor, Contractor’s subcontractors, nor any person acting on Contractor’s behalf, have conferred, or will confer, on any public employee having official responsibility for a procurement transaction any payment, loan, subscription, advance, deposit of money, services or anything of more than nominal value, present or promised, unless consideration of substantially equal or greater value is exchanged.

6. Warranties

6.1 The Contractor represents and warrants that it has the requisite experience, skills, capabilities, and manpower to perform the Obligations in a good and workmanlike fashion, that it is a legal business entity chartered or authorized to do business in Virginia having all necessary licenses required by law, that the person signing any of the Contract Documents has been fully authorized to do so, and his signature will legally bind the Contractor to perform its Obligations. Any goods or services furnished by the Contractor under the Contract Documents shall be covered by the most favorable warranties provided by the Contractor to any customer.

6.2 Contractor warrants to the County that all materials and equipment furnished shall be new, unless otherwise specified, and that Contractor’s Work shall be of good quality, free from faults and defects and in strict conformance with the Contract Documents. All materials and work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. This warranty shall be in addition to, and not in limitation of, any other warranty or remedy required by law or by the Contract Documents. If the Contract does not state a specific warranty period, the Contractor warrants Contractor’s Work for a period of one (1) year form the date of Substantial Completion of the entire Project. In no event shall Contractor’s warranty period be less than or terminate earlier than any warranty provision specified in the Contract.

6.3 The Contractor agrees that if warranties set forth in the Contract Documents are in any respect breached, the Contractor will pay to the County the full contract price agreed to by the County to be paid for the supplies, materials, equipment or services furnished under the bid or proposal. These rights and remedies are in addition to and do not limit those rights and remedies otherwise available to the County.

7. Modifications, Additions or Changes

7.1 Modifications, additions or changes to these terms and conditions may not be made except in writing and agreed to by the County. No fixed priced contract may be increased by more than twenty-five (25) percent of the amount of the Contract or $50,000, whichever is greater, without the approval of the County Board of Supervisors. The amount of any contract may not be increased for any purpose without adequate

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 4

Bedford County Montvale Library Roof Replacement consideration provided to the County.

8. Procurement Code

8.1 Solicitations are subject to State Code and any revisions, thereto, and applicable County and Procurement policies, which are hereby incorporated into this Contract in their entirety. A current copy of the Bedford County Code is available at www.municode.com.

9. Bid Acceptance Period

9.1 Any bid in response to a solicitation shall be valid for 60 days. At the end of the 60 days, the bid may be withdrawn at the written request of the bidder. If the bid is not withdrawn at that time, it remains in effect until an award is made or the solicitation is cancelled.

10. Indemnification

10.1 The Contractor agrees to indemnify, defend and hold harmless the County and its officers, agents, and employees from any claims, damages and actions of any kind or nature, whether at law or in equity, arising from or caused by (i) the use of any materials, goods, or equipment of any kind or nature furnished by the Contractor (ii) any services of any kind or nature provided by the Contractor or (iii) Contractor’s performance of its Obligations, provided that such liability is not attributable to the sole negligence on the part of the County.

11. Assignment

11.1 Neither the Obligations nor the Contract Documents may be assigned, sublet, or transferred, in whole or in part, without the written consent of the County.

12. Audit

12.1 The Contractor hereby agrees to retain all books, records, and other documents relative to Contractor’s Obligations and the Contract Documents for five (5) years after final payment or after all other pending matters are closed, whichever is longer. The County and its authorized agents, state auditors, the grantor of the funds to the County, the Comptroller of Virginia or of the United States, or any of their duly authorized representatives shall have access to any such books, documents, and records of the Contractor for the purpose of making audits, examinations, excerpts or transcriptions.

13. Ownership of Documents

13.1 Any reports, studies, photographs, negatives, or other documents prepared by Contractor in the performance of its Obligations shall be remitted to the County by the Contractor, without demand therefore, upon the earliest of (i) completion of its Obligations (ii) completion of the Contract Period or (iii) termination, cancellation or expiration of the Contract Documents. Contractor shall not use, willingly allow or cause to have such materials used for any purpose other than performance of the Obligations without the prior written consent of the County. The County shall own the intellectual property rights to all materials produced under this Agreement.

14. Payment and Performance Bond

14.1 The Bidder shall furnish bonds covering the faithful performance of the Contract and payment of all obligations arising thereunder. Bonds may be secured through the

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 5

Bedford County Montvale Library Roof Replacement Bidder’s usual sources.

14.2 Cost of bond shall be included in the bids.

14.3 The bonds shall be written on AIA Document A312, Performance Bond and Payment Bond. Both bonds shall be written in the amount of the Contract Sum.

14.4 The bonds shall be dated on or after the date of the Contract and shall be delivered not later than three days following the date of execution of the Contract.

14.5 The Bidder shall require the attorney-in-fact who executes the required bonds on behalf of the surety to affix thereto a certified and current copy of the power of attorney.

15. Required Payment

15.1 The Contractor covenants and agrees that it shall take one of the two following actions within seven (7) days after receipt of any amounts paid to the Contractor by the County for work performed by a subcontractor under the Contract:

a.) pay any subcontractor for its proportionate share of the total payment received from the County attributable to the work under the Contract performed by such subcontractor, or

b.) notify the County and the subcontractor, in writing, of its intention to withhold all or a part of the subcontractor’s payment and the reason therefore;

15.2 Contractor agrees to provide its federal employer identification number or social security number, as applicable, as a condition precedent to the County being required to make any payment to the Contractor under the Contract Documents.

15.3. Contractor agrees to pay interest at the legal rate or such other rate as may be agreed to in writing by the subcontractor and the Contractor on all amounts owed by the Contractor that remain unpaid after seven (7) days following receipt by the Contractor of payment from the County for work performed by the subcontractor in furtherance of Contractor meeting its Obligations to the County, except for amounts withheld pursuant to subparagraph 15.1(b) above.

15.4 Unless otherwise provided under the terms of this Contract, interest shall accrue at the rate of one percent (1%) per month.

15.5 Contractor agrees to include in its contracts with any and all subcontractors the requirements of 15.1(a) and 15.1(b) above and a provision requiring each subcontractor to include or otherwise be subject to the same payment and interest requirements with respect to each lower-tier subcontractor.

15.6 Contractor’s obligation to pay an interest charge to a subcontractor pursuant to the payment clause above shall not be construed to be an obligation of the County. No contract modification shall be made for the purpose of providing reimbursement for the interest charge. Any cost reimbursement claim shall not include any amount for reimbursement for the interest charge.

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 6

Bedford County Montvale Library Roof Replacement 16. Liability Coverage

16.1 Unless otherwise expressly excepted in the Solicitation documents prepared by the County, the Contractor shall take out and maintain during the Contract Period such bodily injury, liability and property damage liability insurance as shall protect it and the County from claims for damages for personal injury, including death, as well as from claims for property damage, which could arise from Contractor’s performance of its Obligations. Such insurance shall at least have the coverages and be in the amounts set forth in section “Insurance and Bond Requirements” set forth below and shall name “Bedford County Virginia” and, where applicable, “Board of Supervisors of Bedford County, Virginia” as additional insureds. Such insurance must be issued by a company admitted to do business within the Commonwealth of Virginia and with at least an AM Best rating of A-. Within 10 days after Contractor is awarded a contract in response to a Solicitation, and in no event later than the first day on which Contractor provides goods or services to the County, the Contractor shall provide the County with a certificate of insurance showing such insurance to be in force and providing that the insurer shall give the County at least 30 days’ notice prior to cancellation or other termination of such insurance.

17. Loss or Damage in Transit

17.1 Delivery by a Contractor to a common carrier does not constitute delivery to the County. Any claim for loss or damage incurred during delivery shall be between the Contractor and the carrier. The County accepts title only when goods are received regardless of the F.O.B. point noted in the Solicitation or the Contract Documents. The County will note all apparent damages in transit on the freight bill and notify the Contractor. Discovery of concealed damages or loss will be reported by County to the carrier and the Contractor within 15 days of receipt and prior to removal from the point of delivery if possible. The Contractor shall make immediate replacement of the damaged or lost merchandise or be in default of the Contract Documents. It shall be the Contractor’s responsibility to file a claim against the carrier. If damage is to a small quantity, with the approval of County, the Contractor may deduct the amount of damage or loss from his or her invoice to County in lieu of replacement.

18. Freight

18.1 By signing any response to a Solicitation the bidder certifies that the bid price(s) offered for F.O.B. destination include only the actual freight charges at the lowest and best rate and is based upon the actual weight of the goods to be shipped. Freight charges are, therefore, established for each individual purchase. If a requirement is bid F.O.B. origin, the Contractor shall prepay the charges and add the amount to the invoice. A copy of the freight bill should be attached to all invoices that include freight charges. In a solicitation specifying F.O.B. origin the County will consider freight cost in the evaluation of bids.

19. Insurance and Bond Requirements

19.1 The Contractor shall maintain the following insurance to protect it from claims that could arise from performance of the Obligations, including claims (i) under the Workmen’s Compensation Act (ii) for personal injury, including death, and (iii) for damage to property, regardless of whether such claims arise out of Contractor’s actions or inactions, or those of Contractor’s subcontractor or other persons directly or indirectly employed by either of them:

a) Worker’s Compensation and Employer’s Liability. Contractor shall procure and maintain Worker’s Compensation and Employer’s Liability Insurance covering all of

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 7

Bedford County Montvale Library Roof Replacement its employees in conformance with the laws of any state, district or territory of the United States of America in which work towards meeting Contractor’s Obligations are to be performed. Such insurance shall not have a limit of liability less than the following:

a) Bodily Injury by accident, $500,000 for each accident; b) Bodily Injury by disease, $500,000 policy limit; c) Bodily Injury by disease, $500,000 for each employee.

b) Commercial General Liability Insurance. This coverage shall include contractual liability, underground hazard, explosion and collapse, hazard, property damage, independent Contractor, and personal injury insurance in support of section 10 of this Agreement entitled “Indemnification”. This policy shall be endorsed to include the County as an additional insured during the Contract Period and shall state that this insurance is primary insurance as regards any other insurance carried by the County. Contractor shall procure and maintain Public Liability Insurance in an amount not less than:

a) $2,000,000 for each occurrence involving bodily injury; b) $2,000,000 for each occurrence involving property damage; c) $4,000,000 aggregate limits.

c) Comprehensive Automobile Liability. Contractor shall procure and maintain Comprehensive Automobile Liability Insurance covering all automobiles, trucks, tractors, trailers, or other automobile equipment, whether owned, not owned, or hired by the Contractor, with the following limits: a) $500,000 for each occurrence involving personal injury; b) $500,000 for each occurrence involving property damage; c) $1,000,000 aggregate limits.

d) The Contractor shall purchase and maintain insurance coverage in a sufficient amount to cover all potential claims on his tools, equipment and machinery.

19.2 The County reserves the right to require insurance of any Contractor in greater amounts provided notice of such requirements is stated in the Solicitation.

19.3 All insurance policies required under this paragraph, or otherwise required by the Solicitation or Contract Documents, shall include a clause waiving any and all subrogation rights against the County.

19.4 Insurance policies shall provide for notification to the County of non-payment of any premium and shall give the County the right to make the premium payment thereunder within a reasonable time, if the insurance policy is in danger of lapsing during the Contract Period. Any premium payments made by the County shall be deducted from amounts due Contractor under the Contract.

19.5 The County, unless otherwise stated in the solicitation, will obtain and maintain property insurance written on a builder’s risk “all risk” or equivalent policy for the duration of the construction project.

19.6 Bid Bond is required in accordance with Section 01500, Additional Information for Bidders.

19.7 Payment and Performance Bond is required in accordance with above Paragraph 14, each in the amount of one hundred percent (100%) of the contract amount.

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 8

Bedford County Montvale Library Roof Replacement

20. Compliance With Laws

20.1 All work performed shall be in accordance with all local, state and federal codes, laws and regulations, including but not limited to: Virginia Conflict of Interest Act, Virginia Fair Employment Contracting Act, Virginia Freedom of Information Act, Virginia Prompt Payment Act, the Virginia Public Procurement Act, County Procurement policies, and the Bedford County Code.

21. No Waiver

21.1 Any failure of the County to demand rigid adherence to one or more of the terms of the Contract Documents, on one or more occasions, shall not be construed as a waiver nor deprive the County of the right to insist upon strict compliance with the terms of the Contract Documents. Moreover, it is the County’s position and Contractor hereby agrees that the legal theories of Implied Waiver, Statute of Limitation, Estoppel, and Laches do not apply as defenses that the Contractor may assert in any action by the County. Any waiver of a term of this Agreement, in whole or in part, must be in writing and signed by the party granting the waiver to be effective.

22. Termination and Cancellation

22.1 The County shall have the unilateral right to terminate any contract with Contractor for default on the terms of that contract, or any other contract between the Contractor and the County.

22.2 The County has the unilateral right to cancel and terminate any contract with Contractor, in whole or in part, without penalty, merely out of convenience, and shall require no breach of contract by Contractor as a condition of termination. This right of termination for convenience may be exercised at the sole unconditional discretion of the County. If a contract is terminated in whole or in part for the convenience of the County, the Contractor shall be paid the contracted price for the service or goods actually provided or rendered up to the date of the termination of the respective contract, but shall not be paid any other fees or lost profits.

22.3 Any contract cancellation notice shall not relieve the Contractor of the obligation to perform on all outstanding orders issued prior to the effective date of cancellation.

23. Availability of Funds

23.1 It is understood and agreed between the parties herein that the County shall be bound hereunder only to the extent of the funds available and duly appropriated or which may hereafter become available and duly appropriated for the purpose of fulfilling the County’s Obligations with respect to the Contract Documents.

24. Billing, Method of Payment and Offset Rights And Retainage

24.1 Payment requests shall be made utilizing AIA Document G702/703, Application and Certificate for Payment and Continuation Sheet, or equivalent electronic form.

24.2 Billing shall be done monthly based on the contracted rate bid by the Contractor and submitted to the County’s designated representative for review. The County will remit payment within 30 days of receipt of a correct invoice. Incorrect invoices shall be subject to correction and/or rejection by the County.

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 9

Bedford County Montvale Library Roof Replacement

24.3 Contractor agrees that the County has the unilateral right to offset any bill submitted to County by Contractor, or any payment owed to Contractor by the County, by any amount due to the County from Contractor pursuant to the Contract Documents, or any other agreement, contract or transaction between County and Contractor.

24.4 The Contractor shall provide an Affidavit of Payment of Debts and Claims and Affidavit of Release of liens in the form of AIA Document G706 and G706A, or equivalent, with each subsequent payment request.

24.5 Payment requests may include work performed before date of request plus items securely stored on County property (i.e. at the Project Site) when approved by the County. A retainage of 5% shall be calculated in each pay request and withheld until Final Payment is made. The retainage shall apply to both work performed and items stored. Final payment request may be made with the Final Completion inspection request and the Certificate of Substantial completion (AIA Document G704, or equivalent). Consent of Surety to Final Payment in the form of AIA Document G707, or equivalent, shall be submitted with final payment request.

25. Work Site Damages

25.1 Any damages, including damage to finished surfaces, pavements, lawns and landscaping resulting from Contractor’s performance of its Obligations shall be repaired to the satisfaction of the County at the Contractor’s expense.

26. Choice of Law

26.1 To ensure uniformity of the enforcement of the Contract Documents, and irrespective of the fact that either of the parties now is, or may become, a resident of a different state, this Contract shall be governed by and construed in accordance with the laws of the Commonwealth of Virginia and of Bedford County without regard to their principles of conflicts of law.

27. Forum Selection

27.1 The parties hereby submit to the personal jurisdiction of, and venue in, the General District or Circuit Court of Bedford County, Virginia for resolution of any and all claims, causes of action or disputes between Contractor and the County. Contractor agrees that service by registered mail to the address set forth in Paragraph 31.1 of these Standard Terms and Conditions shall constitute sufficient service of process for any such action.

28. Severability

28.1 If any provision of any one, or all of the Contract Documents is held to be illegal, invalid, or unenforceable, or is found to be against public policy for any reason, such provision shall be fully severable and the remainder of the Contract Documents shall be construed and enforced as if such illegal, invalid, or unenforceable provision had never been part of the Contract Documents, and the remaining provisions of the Contract Documents shall remain in full force and effect and shall not be affected by the illegal, invalid, or unenforceable provision, or by its severance.

29. Attorneys’ Fees

29.1 Should the County employ an attorney to either (i) institute and maintain a suit against

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 10

Bedford County Montvale Library Roof Replacement Contractor arising out of the Contract Documents or Contractor’s Obligations (ii) assist in enforcing or defending any of the County’s rights under the Contract Documents (iii) protect the County’s interest in any matter arising under a contract with Contractor (iv) collect damages for the breach of a contract or any other amounts owed to the County; or (v) recover on a surety bond given by the Contractor, then the County shall be entitled to recover its reasonable attorneys’ fees, costs, charges, and expenses expended or incurred therein from the Contractor if the County prevails in court.

30. Notices

30.1 All requests, notices and other communications required or permitted to be given under the Contract Documents shall be in writing. Delivery of a notice shall be deemed to have been made when such notice is either:

a.) duly mailed by first-class mail, postage prepaid, return receipt requested, or any comparable or superior postal or air courier service then in effect; or

b.) transmitted by hand delivery or facsimile transmission, to the party entitled to receive the same at the address indicated below or at such other address as such party shall have specified by written notice to the other party. Notices to the County shall be sent to:

Robert Hiss, County Administrator Bedford County 122 East Main Street, Suite 210 Bedford, VA 24523

With a copy to: Patrick Skelley County Attorney 122 East Main Street, Suite 202 Bedford, VA 24523

31. Contractual Claims Procedure

31.1 Contractual claims or disputes by Contractor against the County, whether for money or other relief, except for claims or disputes exempted by law from the procedure set forth herein, shall be submitted in writing no later than sixty (60) days after final payment; provided, however, that Contractor shall give the County written notice of its intention to file a claim or dispute within fifteen (15) days after the occurrence upon which the claim or dispute shall be based. Any written notice of Contractor's intention to file such a claim or dispute need not detail the amount of the claim, but shall state the facts and/or issues relating to the claim in sufficient detail to identify the claim, together with its character and scope. Whether or not Contractor files such written notice, Contractor shall proceed with the work as directed. If Contractor fails to make its claim or dispute, or fails to give notice of its intention to do so as provided herein, then such claim or dispute shall be deemed forfeited.

31.2 The County, upon receipt of a detailed claim, may at any time render its decision and shall render such decision within one hundred twenty (120) days of final payment. Each such decision rendered shall be forwarded to the Contractor by written notice.

31.3 If the Contractor disagrees with the decision of the County concerning any pending claim, the Contractor shall promptly notify the County by written notice that the Contractor is proceeding with the work under protest. Any claim not resolved, whether by failure of the

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 11

Bedford County Montvale Library Roof Replacement Contractor to accept the decision of the County or under a written notice of Contractor's intention to file a claim or a detailed claim not acted upon by the governing body of the County, shall be specifically exempt by the Contractor from payment request, whether progress or final. Pendency of claims shall not delay payment of amounts agreed due in the final payment.

31.4 The County’s decision on contractual claims shall be final and conclusive unless the Contractor appeals within six months of the date of the final decision on the claim by instituting legal action in the appropriate court.

32. Correction of Defective Work

32.1 Contractor shall promptly replace or correct any work or materials which County rejects as failing to conform to the requirements of the Contract Documents. If Contractor does not do so within a reasonable time, County shall have the right to replace or correct the defective work or materials and Contractor shall be liable to the County for the cost thereof. If, in the opinion of County, it is not expedient to correct or replace all or any part of rejected work or materials, then County, at its option, may deduct from the payment due, or to become due, to Contractor such amounts as, in County’s judgment, will represent the higher of: (i) the difference between the fair value of the rejected work and materials and the value thereof, if the work had complied with the Contract Documents; or (ii) the cost of correction.

END OF STANDARD TERMS AND CONDITIONS

Master Engineers and Designers, Inc. Standard Terms and Conditions MEAD No. 263-054 01 300 - 12

Bedford County Montvale Library Roof Replacement Bedford County, Virginia 122 East Main Street, Suite 202, Bedford, VA 24523

General Terms and Conditions

Qualification of Bidders: The County may make such reasonable investigations as deemed proper and necessary to determine the ability of the Bidder to perform the work/furnish the item(s) and the Bidder shall furnish to the County all such information and data for this purpose as may be requested. The County reserves the right to inspect the Bidder's physical facilities prior to award to satisfy questions regarding the Bidder's capabilities. The County further reserves the right to reject any bid if the evidence submitted by, or investigations of, such Bidder fails to satisfy the County that such Bidder is properly qualified to carry out the obligation of the contract and to complete the work/furnish the item(s) contemplated therein.

References: Before a bid is considered for award, the Bidder may be requested by the County Board of Supervisors to submit a statement regarding previous experience in performing comparable work, business and/or technical organization, financial resources, and plant available to be used in performing the work or in supplying materials, supplies, and equipment.

Additional Information: The County reserves the right to ask any Bidder to submit information missing from its bid, to clarify its bid, and to submit additional information which the County deems desirable.

Right to Reject: The County reserves the right to reject any and all bids (or any part thereof) and to waive any informalities or irregularities when the County, in its sole discretion, deems it in the best interests of the County

Award of Contract: The County intends to enter a contract for the services solicited under this IFB with a competent, responsive, responsible firm after using the competitive sealed bidding process as authorized by the Virginia Public Procurement Act, specifically including Virginia Code Sections 2.2-4301 and 2.2- 4303.

Proprietary Information: Section 2.2-4342(F) of the Code of Virginia states: Trade secrets or proprietary information submitted by a bidder, offeror or contractor in connection with a procurement transaction or prequalification application submitted pursuant to subsection B of Section 2.2-4317 shall not be subject to the Virginia Freedom of Information Act (Section 2.2-3700 et seq.); however, the bidder, offeror or contractor shall (i) invoke the protections of this section prior to or upon submission of the data or other materials, (ii) identify the data or other materials to be protected, and (iii) state the reasons why protection is necessary.

Quantities: The scope of work listed is an estimate of anticipated need. The County reserves the option to increase or decrease the scope of work based on actual need or availability of funds.

Substitutions: Submit request for substitutions in accordance with Section 01 600 and the Invitation to Bid.

Inspection of Site: At the time of the opening of bids, each Bidder will be presumed to have inspected the sites and to have read and be thoroughly familiar with the bid documents. The failure or omission of any Bidder to receive or examine any form, instrument or document shall in no way relieve any Bidder from any obligation in respect to his bid.

Clean Up: The successful Bidder at all times shall keep the premises free from accumulation of waste materials or rubbish. All dust and waste materials must be removed daily. At the completion of the work, Contractor shall remove all his waste materials and rubbish from and about the site as well as all his tools, equipment, and surplus materials.

Master Engineers and Designers, Inc. General Terms And Conditions MEAD Project No. 263-054 01 400 - 1 Bedford County Montvale Library Roof Replacement

Grant Funds Provision: When a project is funded in part or all by grant funds, the Contractor shall observe all rules and regulations according to the grant fund award documentation. Contractor has the responsibility to comply with all grant fund reporting requirements and any or all award documentation terms and conditions.

Work Restrictions: The work is being performed above an active library, which has consistent public traffic through normal business hours. Activities that result in load noises such as cutting of existing work or impact drilling should be scheduled during off-hours if found to be of nuisance for the library to be able to effectively serve the public. Loud activities shall be performed during nights and weekends, or coordinated with Owner to not affect meeting times or other major functions.

Liquidated Damages: Fifty Dollars ($50.00) per day for the first fourteen (14) calendar days after the date set for final completion; then One Hundred Dollars ($100.00) per calendar day thereafter.

Time of substantial Completion: 90 calendar days from Notice-To-Proceed. Notice-To-Proceed will be given after bonds and contract is finalized.

Definition: Architect as used in this project manual shall mean Architect, Engineer or Owner’s Representative.

END OF GENERAL TERMS AND CONDITIONS

Master Engineers and Designers, Inc. General Terms And Conditions MEAD Project No. 263-054 01 400 - 2 Bedford County Montvale Library Roof Replacement

ADDITIONAL INFORMATION TO BIDDER

1. General Scope of Services Bedford County Department of Public Works is seeking licensed and qualified contractors to provide Renovations to Board of Supervisors Meeting Room, as noted in the plans and project manual as outlined in Section 01 1000 “Summary”.

Contractors bidding on this project shall follow all local, state and federal guidelines for removal and disposal of construction materials, including hazardous materials.

2. Additional Project Requirements:

Previous experience with renovations of similar size and complexity is mandatory. The budget allocated by the County of Supervisors for this project is the current state average cost for renovation of a building this size. The selected firm will employ, coordinate, and supervise all necessary subcontractors as required.

3. General Requirements and Procedures for Bids

Each Bid must be accompanied by a bid bond in an amount equal to not less than five percent (5%) of the bid. Bid Bonds shall be written on AIA Document A310, Bid Bond, or equivalent. Successful Bidder may not withdraw his bid within (60) days after the opening thereof without forfeiture of his bid bond.

A. Bids will be accepted until the time noted in the invitation to bid. Bids received after this date and time will not be considered.

B. Bids should be prepared simply and provide a straightforward, concise description of the firm’s ability to satisfy IFB requirements. Emphasis should be on completeness and clarity of content.

C. One (1) original and one (1) copy of signed bids including bid bonds should be provided.

D. Information thought to be relevant, but not specifically applicable to the scope of the work may be provided as an appendix to the bid. If publications are supplied, the responses should include references to the document number and page number. Bids not providing this reference will be considered to have no reference materials included in the additional documents.

E. Interested firms shall provide a complete bid to include the following:

1. A letter stating that the firm agrees, if selected, to provide all demolition and construction services with respect to the project that are identified in the IFB or during the selection process, the contract negotiation phase, or any written communication prior to executing the contract, and signed by an individual with the capacity to contract for the firm and who will serve as a point of contact should the firm be selected;

2. A company profile that includes a brief history of the firm, a list of shareholders and officers, a copy of Business License, general contractor license number; a list of places of business, the number of full time employees, the current gross volume of all contracts, and the gross volume for each of the past three years;

3. A listing of project experience that includes projects of similar size and complexity (at least three projects); please include (a) project name, (b) client’s phone number, (c) total sq. ft., (d) percent of change orders, (e) actual cost of project.

Master Engineers and Designers, Inc. ADDITIONAL INFORMATION TO BIDDER MEAD No. 263-054 01 500 - 1

Bedford County Montvale Library Roof Replacement

4. A listing of references that includes name, title, address, phone number, and e-mail address, of three (3) individuals currently employed by your previous clients who have personal knowledge of your firm’s performance on projects for that client; and

5. Confirmation that the firm carries the insurance required in the Standard Terms and Conditions

F. The apparent low-bid Contractor will be requested to provide the following information within three (3) business days of bid acceptance:

1. A listing of subcontractors that includes the names and addresses of all companies or individuals, including specialty subcontractors that are planned to be used on this project. The County reserves the right to reject or accept the use of any or all subcontractors listed.

2. A statement of liability claims and insurance that includes a copy of your Certificate of Insurance Coverage, along with a description of the disposition of any liability claims over the past 10 years.

4. Bid Submittal

1. Bids should be submitted in a sealed envelope or package and identified on the outside with the name and address of the company submitting the bid and the IFB title and due date and time. Bids should be submitted to:

Sheldon Cash, Director of Public Works Bedford County Administration Office 122 East Main Street, Suite 202 Bedford, VA 24523

2. It is the sole responsibility of the responding firm to insure that its bid is delivered to the above address by the designated date and hour. Bedford County is not responsible for delays in delivery of mail by the U.S. post office or private couriers. Bids received after the time noted in the invitation to bid will be rejected and unopened. Only bids on the IFB bid form will be accepted. Notations of add or deduct on the bid envelope will not be considered.

5. Contract Award

1. The County intends to award a Contract to the lowest responsive and responsible Bidder complying with all provisions of the IFB, provided the bid price is reasonable and it is in the best interest of the County to accept it. The County reserves the right to award a contract by individual items, in the aggregate, or in combination thereof, or to reject any or all bids and to waive any informality in bids received whenever such rejection or waiver is in the best interest of the County. Award may be made to as many Bidders as deemed necessary to fulfill the anticipated requirements of the County. The County also reserves the right to reject the bid if a Bidder is deemed to be a non-responsible or non-responsive Bidder.

2. ANNOUNCEMENT OF AWARD: Upon the award or announcement of the decision to award a contract as a result of this solicitation, the County will publicly post such notice at the Bedford County Administration Office, 122 East Main Street, Suite 202, Bedford, VA 24523.

3. TIE BIDS: In the case of a tie bid, the Owner may give preference to goods, services and construction produced in Bedford County or provided by persons, firms or corporations

Master Engineers and Designers, Inc. ADDITIONAL INFORMATION TO BIDDER MEAD No. 263-054 01 500 - 2

Bedford County Montvale Library Roof Replacement having principal places of business in the County. If such choice is not available, preference shall then be given to goods and services produced in the Commonwealth pursuant to the Code of Virginia. If no County or Commonwealth choice is available, the tie shall be decided by lot.

6. Please Note: Firms that are considering submitting a bid should not make contact with staff of Bedford County or members of the Bedford County Board of Supervisors.

END OF ADDITIONAL INFORMATION TO BIDDER

Master Engineers and Designers, Inc. ADDITIONAL INFORMATION TO BIDDER MEAD No. 263-054 01 500 - 3

Bedford County Montvale Library Roof Replacement

Bedford County Administration Office 122 East Main Street, Suite 202 Bedford, VA 24523

TO: Sheldon Cash, Director of Public Works Bedford County 122 East Main Street, Suite 202 Bedford, VA 24523

From: ______(Name of Company)

______(Address)

______(City, State and Zip Code)

______(Telephone Number) (Fax Number) (Cell Phone)

______(Email Address) (Contact’s Name)

IFB Number: 2020-12-11 MONTVALE01

Invitation for Bids for: Roof Replacement and Repair to Montvale Library in Montvale, Virginia.

BID FORM

Pursuant to and in compliance with your Invitation for Bids and the Instructions for Bidders relating thereto, the undersigned hereby offers to furnish services to Bedford County as shown on the attached bid.

It is understood and agreed that, while price is a major consideration, Bedford County will consider all aspects of each bid, including guarantees respecting the delivery and qualifications of the Bidder. Bedford County reserves the right to accept any proposals or to reject all bids, with or without cause, and that all bids are irrevocable for a period of 60 days after the bid submittal date.

BASE BID

Having become completely familiar with the local conditions affecting the cost of work, at the place where the Work is to be executed, and having carefully examined the site conditions as they currently exist, and having carefully examined the Bidding Documents entitled:

Invitation for Bids for: Roof Replacement and Repair to Montvale Library, at 11575 W Lynchburg Salem Turnpike, Montvale, Virginia. dated December 11, 2020, together with any addenda to such Bidding Documents as listed hereinafter, the undersigned hereby proposes and agrees to provide all labor, materials, equipment, transportation, supervision and other facilities as necessary and/or required to execute all of the Work related to the project and as further described by the aforesaid Bidding Documents for the lump sum consideration of:

Master Engineers and Designers, Inc. BID FORM MEAD Project No. 263-054 01 600 - 1 Bedford County Montvale Library Roof Replacement Base Bid

Dollars ($______).

Bid Alternate 1 – Reroof 1980’s Connector Building

Dollars ($______).

Bid Alternate 2 – Repair damaged deck and patch 1960’s Building

Dollars ($______).

Bid Alternate 3 – Reroof 1960’s Building

Dollars ($______).

The undersigned Bidder submits the following unit costs for the work. Prices shall be valid for both deduction and additions to the work and shall include the item installation costs. The bidder shall submit one equal price for both deductions and addition of the Work. Failure to quote unit prices may result in rejection of the Bid. The Owner reserves the right to delete unit prices from the executed contract that are deemed unreasonable. Unit prices must be valid for the duration of the project.

UNIT PRICE 1 - Repair Damaged Cement Board $ per square foot (with 10 SF minimum per damaged section of roof deck in addition to the areas indicated on the Roof Plan). To repair roof deck and existing Built-Up roof on 1960’s Building.

BID SECURITY Bid security in the amount of five percent (5%) of the Base Bid is attached hereto, without endorsement, in the sum of: ______Dollars ($ ______). which is to become the property of the County in the event the Contract and the Performance and Payment Bonds are not executed within the period set forth, as liquidated damages for the delay and additional work caused to the County.

We acknowledge receipt of the following Addenda and Bulletins (if any):

No.______, dated______

No.______, dated______

No.______, dated______

No.______, dated______

By submitting a bid in response to this invitation, the Bidder represents that in the preparation and a submission of this bid, said Bidder did not, either directly or indirectly, enter into any combination or arrangement with any person, firm or corporation or enter into any agreement, participate in any collusion, or otherwise take any action in the restraint of free, competitive bidding in violation of the Sherman Act (15 U.S.C. Section 1) or Section 59.1-9.1 through 59.1-9.18 or Section 59.1-68.2 through 59.1-68.8 of the Code of Virginia.

Master Engineers and Designers, Inc. BID FORM MEAD Project No. 263-054 01 600 - 2 Bedford County Montvale Library Roof Replacement The undersigned, having read and understood the Terms and Conditions for the referenced Invitation, agrees to furnish and perform such materials and labor to complete said Project if this Bid is accepted.

______Accepted by: Legal Name of Bidder (Company) Bedford County ______By By ______Printed Name Title ______Title Date of Acceptance ______Business Address ______

______

______Contractor License Number & Type

Email Address ______

Phone: ______

Date: ______

Attachments: 1. Letter of Agreement 2. Company Profile 3. References/ Experience List 4. Confirmation of Required Insurance 5. Bid Bond

Master Engineers and Designers, Inc. BID FORM MEAD Project No. 263-054 01 600 - 3 Bedford County Montvale Library Roof Replacement

SECTION 01 1000 SUMMARY PART 1 GENERAL 1.01 PROJECT A. Project Name: Roof Replacement and Repairs for Montvale Library B. Owner's Name: Bedford County. C. Architect's Name: Architectural Partners. D. The Base Bid project consists of the Roof Replacement of approximately 7,700 SF of roof on the 1980's building. The new roofing will be a fully adhered black EPDM single-ply membrane over multi-layered flat polyisocyanurate insulation. All roof flashing, roof drains, gravel stops shall be replaced. Add Alternate No.1 consist of the Roof Replacement of approximately 780 SF of the existing 1980's building connector roof. The new roofing will be a fully adhered black EPDM single-ply membrane over multi-layered flat polyisocyanurate insulation. All roof flashing, roof drains, gravel stops shall be replaced. Alternate No. 2 consist of the repair of approximately 160 SF of fiber cement deck and bulb tees and the repair and patching of the existing built-up roofing system. Add Alternate No. 3 consists of the Roof Replacement of approximately 7,360 SF of roof on the 1960's building. The new roof will be a fully adhered black EPDM single-ply membrane over multi-layered flat and tapered polyisocyanurate insulation. All roof flashing and gravel stops will be replaced and new gutters and downspouts shall be installed. 1.02 CONTRACT DESCRIPTION A. Contract Type: A single prime contract based on a Stipulated Price. 1.03 OWNER OCCUPANCY A. [] Intends to[] occupy the 1980's building during the entire construction period. B. Cooperate with Owner to minimize conflict and to facilitate Owner's operations. C. Schedule the Work to accommodate Owner occupancy. 1.04 CONTRACTOR USE OF SITE AND PREMISES A. Construction Operations: Limited to areas of the roof and extending 15' from the existing roof edge.. 1. Locate and conduct construction activities in ways that will limit disturbance to site. B. Provide access to and from site as required by law and by Owner: 1. Emergency Building Exits During Construction: Keep all exits required by code open during construction period; provide temporary exit signs if exit routes are temporarily altered. 2. Do not obstruct roadways, sidewalks, or other public ways without permit. C. Time Restrictions: 1. Limit excessive noise and operations over the library by coordinating with the Owner to avoid times when group meetings are scheduled at the library. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

Master Engineers and Designers, Inc. SUMMARY MEAD No. 263-054 01 1000 Bedford County Montvale Library Roof Replacement

SECTION 01 2000 PRICE AND PAYMENT PROCEDURES PART 1 GENERAL 1.01 SECTION INCLUDES A. Procedures for preparation and submittal of applications for progress payments. B. Documentation of changes in Contract Sum and Contract Time. C. Change procedures. D. Correlation of Contractor submittals based on changes. E. Procedures for preparation and submittal of application for final payment. 1.02 RELATED REQUIREMENTS A. Section 01 7800 - Closeout Submittals: Project record documents. 1.03 SCHEDULE OF VALUES A. Electronic media printout including equivalent information will be considered in lieu of standard form specified; submit draft to Architect for approval. B. Forms filled out by hand will not be accepted. 1.04 APPLICATIONS FOR PROGRESS PAYMENTS A. Payment Period: Submit at intervals stipulated in the Agreement. B. Use Form AIA G702 and Form AIA G703, edition stipulated in the Agreement. C. Forms filled out by hand will not be accepted. D. For each item, provide a column for listing each of the following: 1. Item Number. 2. Description of work. 3. Scheduled Values. 4. Previous Applications. 5. Work in Place and Stored Materials under this Application. 6. Authorized Change Orders. 7. Total Completed and Stored to Date of Application. 8. Balance to Finish. 9. Retainage. E. Execute certification by signature of authorized officer. F. Use data from approved Schedule of Values. Provide dollar value in each column for each line item for portion of work performed and for stored products. G. List each authorized Change Order as a separate line item, listing Change Order number and dollar amount as for an original item of work. H. Submit one electronic and three hard-copies of each Application for Payment. I. Include the following with the application: 1. Transmittal letter as specified for submittals in Section 01 3000. 1.05 MODIFICATION PROCEDURES A. For minor changes not involving an adjustment to the Contract Sum or Contract Time, Architect will issue instructions directly to Contractor. B. For other required changes, Architect will issue a document signed by Owner instructing Contractor to proceed with the change, for subsequent inclusion in a Change Order. 1. The document will describe the required changes and will designate method of determining any change in Contract Sum or Contract Time. 2. Promptly execute the change.

Master Engineers and Designers, Inc. PRICE AND PAYMENT MEAD No. 263-054 PROCEDURES 01 2000 Bedford County Montvale Library Roof Replacement

C. For changes for which advance pricing is desired, Architect will issue a document that includes a detailed description of a proposed change with supplementary or revised drawings and specifications, a change in Contract Time for executing the change with a stipulation of any overtime work required and the period of time during which the requested price will be considered valid. Contractor shall prepare and submit a fixed price quotation within ten days. D. Contractor may propose a change by submitting a request for change to Architect, describing the proposed change and its full effect on the work, with a statement describing the reason for the change, and the effect on the Contract Sum and Contract Time with full documentation. Document any requested substitutions in accordance with Section 01 6000. E. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the Contract. 1. For change requested by Architect for work falling under a fixed price contract, the amount will be based on Contractor's price quotation. 2. For change requested by Contractor, the amount will be based on the Contractor's request for a Change Order as approved by Architect. 3. For pre-determined unit prices and quantities, the amount will based on the fixed unit prices. F. Substantiation of Costs: Provide full information required for evaluation. 1. On request, provide the following data: a. Quantities of products, labor, and equipment. b. Taxes, insurance, and bonds. c. Overhead and profit. d. Justification for any change in Contract Time. e. Credit for deletions from Contract, similarly documented. G. Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in the Conditions of the Contract. 1.06 APPLICATION FOR FINAL PAYMENT A. Prepare Application for Final Payment as specified for progress payments, identifying total adjusted Contract Sum, previous payments, and sum remaining due. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

Master Engineers and Designers, Inc. PRICE AND PAYMENT MEAD No. 263-054 PROCEDURES 01 2000 Bedford County Montvale Library Roof Replacement

SECTION 01 2200 UNIT PRICES PART 1 GENERAL 1.01 SECTION INCLUDES A. List of unit prices, for use in preparing Bids. B. Measurement and payment criteria applicable to Work performed under a unit price payment method. 1.02 RELATED REQUIREMENTS A. Document 00 2113 - Instructions to Bidders: Instructions for preparation of pricing for Unit Prices. B. Section 01 2000 - Price and Payment Procedures: Additional payment and modification procedures. 1.03 COSTS INCLUDED A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, tools, equipment, plant, transportation, services and incidentals; erection, application or installation of an item of the Work; overhead and profit. 1.04 UNIT QUANTITIES SPECIFIED A. Quantities indicated in the Bid Form are for bidding and contract purposes only. Quantities and measurements of actual Work will determine the payment amount. 1.05 MEASUREMENT OF QUANTITIES A. Measurement methods delineated in the individual specification sections complement the criteria of this section. In the event of conflict, the requirements of the individual specification section govern. B. Take all measurements and compute quantities. Measurements and quantities will be verified by the Architect. C. Assist by providing necessary equipment, workers, and survey personnel as required. D. Measurement by Area: Measured by square dimension using mean length and width or radius. 1.06 PAYMENT A. Payment for Work governed by unit prices will be made on the basis of the actual measurements and quantities of Work that is incorporated in or made necessary by the Work and accepted by the Architect, multiplied by the unit price. 1.07 DEFECT ASSESSMENT A. Replace Work, or portions of the Work, not complying with specified requirements. B. If, in the opinion of Architect, it is not practical to remove and replace the Work, Architect will direct one of the following remedies: 1. The defective Work may remain, but the unit price will be adjusted to a new unit price at the discretion of Architect. 2. The defective Work will be partially repaired to the instructions of the Architect, and the unit price will be adjusted to a new unit price at the discretion of Architect. 1.08 SCHEDULE OF UNIT PRICES A. Unit Price No. 1: $ Per SF (with10 SF minimum per damaged section of roof deck in addition to the areas indicated on the Roof Plan). To repair roof deck and and existing Built-up Roof on 1960's Building - See Alternate No. 2 for Base Bid Work. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

Master Engineers and Designers, Inc. UNIT PRICES MEAD No. 263-054 01 2200 Bedford County Montvale Library Roof Replacement

Master Engineers and Designers, Inc. UNIT PRICES MEAD No. 263-054 01 2200 Bedford County Montvale Library Roof Replacement

SECTION 01 2300 ALTERNATES PART 1 GENERAL 1.01 SECTION INCLUDES A. Description of Alternates. B. Procedures for pricing Alternates. C. Documentation of changes to Contract Sum and Contract Time. 1.02 RELATED REQUIREMENTS 1.03 ACCEPTANCE OF ALTERNATES A. Alternates quoted on Bid Forms will be reviewed and accepted or rejected at Owner's option. Accepted Alternates will be identified in the Owner-Contractor Agreement. B. Coordinate related work and modify surrounding work to integrate the Work of each Alternate. 1.04 SCHEDULE OF ALTERNATES A. Alternate No. 1 - Add alternate to replace the existing ballasted single ply roof with new insulation and fullly adhered single ply membrane roof on the 1980's connector building. (See drawings for extent of Alternate No.1 work).: B. Alternate No. 2 - Add alternate to repair the existing damaged cement fiber roof deck and apply a weatherproof patch to the existing built-up roof on the1960's Library Building. (See drawings for extent of Alternate No.2 work) : C. Alternate No. 3 - Add alternate to replace the existing BUR with new insulation and fully adhered single ply membrane roof on the 1960's Library Building. (See drawings for extent of Alternate No. 3 work). PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

Master Engineers and Designers, Inc. ALTERNATES MEAD No. 263-054 01 2300 Bedford County Montvale Library Roof Replacement

SECTION 01 3000 ADMINISTRATIVE REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General administrative requirements. B. Preconstruction meeting. C. Progress meetings. D. Construction progress schedule. E. Submittals for review, information, and project closeout. F. Number of copies of submittals. G. Requests for Interpretation (RFI) procedures. H. Submittal procedures. 1.02 RELATED REQUIREMENTS A. Section 01 6000 - Product Requirements: General product requirements. B. Section 01 7000 - Execution and Closeout Requirements: Additional coordination requirements. C. Section 01 7800 - Closeout Submittals: Project record documents; operation and maintenance data; warranties and bonds. 1.03 GENERAL ADMINISTRATIVE REQUIREMENTS A. Comply with requirements of Section 01 7000 - Execution and Closeout Requirements for coordination of execution of administrative tasks with timing of construction activities. B. Make the following types of submittals to Architect: 1. Requests for Interpretation (RFI). 2. Shop drawings, product data, and samples. 3. Test and inspection reports. 4. Design data. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Correction Punch List and Final Correction Punch List for Substantial Completion. 9. Closeout submittals. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PRECONSTRUCTION MEETING A. Schedule meeting after Notice of Award. B. Attendance Required: 1. Owner. 2. Architect. 3. Contractor. C. Agenda: 1. Designation of personnel representing the parties to Contract, Owner and Architect. 2. Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, and Contract closeout procedures. 3. Scheduling. D. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made.

Master Engineers and Designers, Inc. ADMINISTRATIVE MEAD No. 263-054 REQUIREMENTS 01 3000 Bedford County Montvale Library Roof Replacement

3.02 PROGRESS MEETINGS A. Schedule and administer meetings throughout progress of the work at maximum bi-monthly intervals. B. Make arrangements for meetings, prepare agenda with copies for participants, preside at meetings. C. Attendance Required: 1. Contractor. 2. Owner. 3. Architect. 4. Contractor's superintendent. D. Agenda: 1. Review minutes of previous meetings. 2. Review of work progress. 3. Field observations, problems, and decisions. 4. Identification of problems that impede, or will impede, planned progress. 5. Review of submittals schedule and status of submittals. 6. Maintenance of progress schedule. 7. Corrective measures to regain projected schedules. 8. Planned progress during succeeding work period. 9. Maintenance of quality and work standards. 10. Effect of proposed changes on progress schedule and coordination. 11. Other business relating to work. E. Record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Owner, participants, and those affected by decisions made. 3.03 CONSTRUCTION PROGRESS SCHEDULE A. If preliminary schedule requires revision after review, submit revised schedule within five days. B. Within five days after joint review, submit complete schedule. C. Submit updated schedule with each Application for Payment. 3.04 REQUESTS FOR INTERPRETATION (RFI) A. Definition: A request seeking one of the following: 1. An interpretation, amplification, or clarification of some requirement of Contract Documents arising from inability to determine from them the exact material, process, or system to be installed; or when the elements of construction are required to occupy the same space (interference); or when an item of work is described differently at more than one place in Contract Documents. B. Preparation: Prepare an RFI immediately upon discovery of a need for interpretation of Contract Documents. Failure to submit a RFI in a timely manner is not a legitimate cause for claiming additional costs or delays in execution of the work. 1. Prepare a separate RFI for each specific item. C. Reason for the RFI: Prior to initiation of an RFI, carefully study all Contract Documents to confirm that information sufficient for their interpretation is definitely not included. 1. Include in each request Contractor's signature attesting to good faith effort to determine from Contract Documents information requiring interpretation. D. Attachments: Include sketches, coordination drawings, descriptions, photos, submittals, and other information necessary to substantiate the reason for the request. E. Review Time: Architect will respond and return RFIs to Contractor within seven calendar days of receipt. For the purpose of establishing the start of the mandated response period, RFIs received after 12:00 noon will be considered as having been received on the following regular working day.

Master Engineers and Designers, Inc. ADMINISTRATIVE MEAD No. 263-054 REQUIREMENTS 01 3000 Bedford County Montvale Library Roof Replacement

F. Responses: Content of answered RFIs will not constitute in any manner a directive or authorization to perform extra work or delay the project. If in Contractor's belief it is likely to lead to a change to Contract Sum or Contract Time, promptly issue a notice to this effect, and follow up with an appropriate Change Order request to Owner. 3.05 SUBMITTALS FOR REVIEW A. When the following are specified in individual sections, submit them for review: 1. Product data. 2. Shop drawings. 3. Samples for selection. 4. Samples for verification. B. Submit to Architect for review for the limited purpose of checking for compliance with information given and the design concept expressed in Contract Documents. C. Samples will be reviewed for aesthetic, color, or finish selection. D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article below and for record documents purposes described in Section 01 7800 - Closeout Submittals. 3.06 SUBMITTALS FOR INFORMATION A. When the following are specified in individual sections, submit them for information: 1. Design data. 2. Certificates. 3. Test reports. 4. Inspection reports. 5. Manufacturer's instructions. 6. Manufacturer's field reports. 7. Other types indicated. B. Submit for Architect's knowledge as contract administrator or for Owner. 3.07 SUBMITTALS FOR PROJECT CLOSEOUT A. Submit Correction Punch List for Substantial Completion. B. When the following are specified in individual sections, submit them at project closeout in compliance with requirements of Section 01 7800 - Closeout Submittals: 1. Project record documents. 2. Warranties. 3. Bonds. C. Submit for Owner's benefit during and after project completion. 3.08 NUMBER OF COPIES OF SUBMITTALS A. Electronic Documents: Submit one electronic copy in PDF format; an electronically-marked up file will be returned. Create PDFs at native size and right-side up; illegible files will be rejected. B. Samples: Submit the number specified in individual specification sections; one of which will be retained by Architect. 1. After review, produce duplicates. 2. Retained samples will not be returned to Contractor unless specifically so stated. 3.09 SUBMITTAL PROCEDURES A. General Requirements: 1. Use a separate transmittal for each item. 2. Sequentially identify each item. For revised submittals use original number and a sequential numerical suffix.

Master Engineers and Designers, Inc. ADMINISTRATIVE MEAD No. 263-054 REQUIREMENTS 01 3000 Bedford County Montvale Library Roof Replacement

3. Identify: Project; Contractor; subcontractor or supplier; pertinent drawing and detail number; and specification section number and article/paragraph, as appropriate on each copy. 4. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of products required, field dimensions, adjacent construction work, and coordination of information is in accordance with the requirements of the work and Contract Documents. a. Submittals from sources other than the Contractor, or without Contractor's stamp will not be acknowledged, reviewed, or returned. 3.10 SUBMITTAL REVIEW A. Submittals for Review: Architect will review each submittal, and approve, or take other appropriate action. B. Submittals for Information: Architect will acknowledge receipt and review. See below for actions to be taken. C. Architect's actions will be reflected by marking each returned submittal using virtual stamp on electronic submittals. D. Architect's and consultants' actions on items submitted for review: 1. Authorizing purchasing, fabrication, delivery, and installation: a. "Approved", or language with same legal meaning. b. "Approved as Noted, Resubmission not required", or language with same legal meaning. 1) At Contractor's option, submit corrected item, with review notations acknowledged and incorporated. c. "Approved as Noted, Resubmit for Record", or language with same legal meaning. 2. Not Authorizing fabrication, delivery, and installation: a. "Revise and Resubmit". 1) Resubmit revised item, with review notations acknowledged and incorporated. b. "Rejected". 1) Submit item complying with requirements of Contract Documents. E. Architect's and consultants' actions on items submitted for information: 1. Items for which no action was taken: a. "Received" - to notify the Contractor that the submittal has been received for record only. 2. Items for which action was taken: a. "Reviewed" - no further action is required from Contractor. END OF SECTION

Master Engineers and Designers, Inc. ADMINISTRATIVE MEAD No. 263-054 REQUIREMENTS 01 3000 Bedford County Montvale Library Roof Replacement

SECTION 01 4000 QUALITY REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Submittals. B. Control of installation. C. Manufacturers' field services. D. Defect Assessment. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Submittal procedures. B. Section 01 6000 - Product Requirements: Requirements for material and product quality. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Manufacturer's Instructions: When specified in individual specification sections, submit printed instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the Owner's information. Indicate special procedures, perimeter conditions requiring special attention, and special environmental criteria required for application or installation. C. Manufacturer's Field Reports: Submit reports for Architect's benefit as contract administrator or for Owner. 1. Submit report in duplicate within 30 days of observation to Architect for information. 2. Submit for information for the limited purpose of assessing compliance with information given and the design concept expressed in the Contract Documents. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply with manufacturers' instructions, including each step in sequence. C. Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D. Comply with specified standards as minimum quality for the work except where more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E. Have work performed by persons qualified to produce required and specified quality. F. Verify that field measurements are as indicated on shop drawings or as instructed by the manufacturer. G. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, and disfigurement. 3.02 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions.

Master Engineers and Designers, Inc. QUALITY REQUIREMENTS MEAD No. 263-054 01 4000 Bedford County Montvale Library Roof Replacement

3.03 DEFECT ASSESSMENT A. Replace Work or portions of the Work not complying with specified requirements. B. If, in the opinion of Owner, it is not practical to remove and replace the work, Owner will direct an appropriate remedy or adjust payment. END OF SECTION

Master Engineers and Designers, Inc. QUALITY REQUIREMENTS MEAD No. 263-054 01 4000 Bedford County Montvale Library Roof Replacement

SECTION 01 5000 TEMPORARY FACILITIES AND CONTROLS PART 1 GENERAL 1.01 SECTION INCLUDES A. Temporary utilities. B. Temporary sanitary facilities. C. Temporary Controls: Barriers, fencing, and plant protection . D. Vehicular access and parking. E. Waste removal facilities and services. 1.02 TEMPORARY UTILITIES A. Owner will provide the following: 1. Electrical power and metering, consisting of connection to existing facilities. 2. Water supply, consisting of connection to existing facilities. B. Use trigger-operated nozzles for water hoses, to avoid waste of water. 1.03 TEMPORARY SANITARY FACILITIES A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. B. Maintain daily in clean and sanitary condition. 1.04 BARRIERS A. Provide protection for plants designated to remain. Replace damaged plants. B. Protect non-owned vehicular traffic, stored materials, site, and structures from damage. 1.05 VEHICULAR ACCESS AND PARKING A. Coordinate access and haul routes with governing authorities and Owner. B. Provide and maintain access to fire hydrants, free of obstructions. C. Provide means of removing mud from vehicle wheels before entering streets. D. Designated existing parking areas may be used for construction parking. 1.06 WASTE REMOVAL A. Provide waste removal facilities and services as required to maintain the site in clean and orderly condition. B. Provide containers or other suitable means of containment. Remove trash from site periodically. 1.07 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A. Remove temporary utilities, equipment, facilities, materials, prior to Date of Substantial Completion inspection. B. Clean and repair damage caused by installation or use of temporary work. C. Restore existing facilities used during construction to original condition. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION - NOT USED END OF SECTION

Master Engineers and Designers, Inc. TEMPORARY FACILITIES AND MEAD No. 263-054 CONTROLS 01 5000 Bedford County Montvale Library Roof Replacement

SECTION 01 6000 PRODUCT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. General product requirements. B. Re-use of existing products. C. Transportation, handling, storage and protection. D. Product option requirements. E. Substitution limitations. 1.02 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Lists of products to be removed from existing building. B. Section 01 4000 - Quality Requirements: Product quality monitoring. 1.03 REFERENCE STANDARDS 1.04 SUBMITTALS A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information specific to this Project. B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral parts and attachment devices. Coordinate sample submittals for interfacing work. 1. For selection from standard finishes, submit samples of the full range of the manufacturer's standard colors, textures, and patterns. PART 2 PRODUCTS 2.01 EXISTING PRODUCTS A. Existing materials and equipment indicated to be removed, but not to be re-used, relocated, reinstalled, delivered to the Owner, or otherwise indicated as to remain the property of the Owner, become the property of the Contractor; remove from site. B. Specific Products to be Reused: The reuse of certain materials and equipment already existing on the project site is required. 1. See drawings for items required to be salvaged for reuse and relocation. 2.02 NEW PRODUCTS A. Provide new products unless specifically required or permitted by Contract Documents. 2.03 PRODUCT OPTIONS A. Products Specified by Naming One or More Manufacturers: Use a product of one of the manufacturers named and meeting specifications, no options or substitutions allowed. B. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named. PART 3 EXECUTION 3.01 TRANSPORTATION AND HANDLING A. Package products for shipment in manner to prevent damage; for equipment, package to avoid loss of factory calibration. B. If special precautions are required, attach instructions prominently and legibly on outside of packaging.

Master Engineers and Designers, Inc. PRODUCT REQUIREMENTS MEAD No. 263-054 01 6000 Bedford County Montvale Library Roof Replacement

C. Coordinate schedule of product delivery to designated prepared areas in order to minimize site storage time and potential damage to stored materials. D. Transport and handle products in accordance with manufacturer's instructions. E. Transport materials in covered trucks to prevent contamination of product and littering of surrounding areas. F. Promptly inspect shipments to ensure that products comply with requirements, quantities are correct, and products are undamaged. G. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage, and to minimize handling. 3.02 STORAGE AND PROTECTION A. Provide protection of stored materials and products against theft, casualty, or deterioration. B. Store and protect products in accordance with manufacturers' instructions. C. Store with seals and labels intact and legible. D. Comply with manufacturer's warranty conditions, if any. E. Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. END OF SECTION

Master Engineers and Designers, Inc. PRODUCT REQUIREMENTS MEAD No. 263-054 01 6000 Bedford County Montvale Library Roof Replacement

SECTION 01 7000 EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 GENERAL 1.01 SECTION INCLUDES A. Examination, preparation, and general installation procedures. B. Cutting and patching. C. Cleaning and protection. D. Closeout procedures, including Contractor's Correction Punch List, except payment procedures. 1.02 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Limitations on working in existing building; continued occupancy; work sequence; identification of salvaged and relocated materials. B. Section 01 3000 - Administrative Requirements: Submittals procedures. C. Section 01 7800 - Closeout Submittals: Project record documents, maintenance data, warranties. D. Individual Product Specification Sections: 1. Advance notification to other sections of openings required in work of those sections. 2. Limitations on cutting structural members. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 1. Structural integrity of any element of Project. 2. Integrity of weather exposed or moisture resistant element. 3. Efficiency, maintenance, or safety of any operational element. 4. Visual qualities of sight exposed elements. C. Project Record Documents: Accurately record actual locations of capped and active utilities. 1.04 COORDINATION A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to ensure efficient and orderly sequence of installation of interdependent construction elements, with provisions for accommodating items installed later. B. Coordinate completion and clean-up of work of separate sections. PART 2 PRODUCTS 2.01 PATCHING MATERIALS - ALTERNATR NO. 2 A. New Materials: As specified in product sections; match existing products and work for patching and extending work. PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing site conditions and surfaces are acceptable for subsequent work. Start of work means acceptance of existing conditions. B. Verify that existing substrate is capable of structural support or attachment of new work being applied or attached. C. Examine and verify specific conditions described in individual specification sections. D. Take field measurements before confirming product orders or beginning fabrication, to minimize waste due to over-ordering or misfabrication.

Master Engineers and Designers, Inc. EXECUTION AND CLOSEOUT MEAD No. 263-054 REQUIREMENTS 01 7000 Bedford County Montvale Library Roof Replacement

E. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject to damage or movement during cutting and patching. After uncovering existing work, assess conditions affecting performance of work. Beginning of cutting or patching means acceptance of existing conditions. 3.02 PREPARATION A. Clean substrate surfaces prior to applying next material or substance. B. Seal cracks or openings of substrate prior to applying next material or substance. C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.03 GENERAL INSTALLATION REQUIREMENTS A. Install products as specified in individual sections, in accordance with manufacturer's instructions and recommendations, and so as to avoid waste due to necessity for replacement. B. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. C. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal lines, unless otherwise indicated. D. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. E. Make neat transitions between different surfaces, maintaining texture and appearance. 3.04 CUTTING AND PATCHING - ALTERNATE NO. 2 A. Whenever possible, execute the work by methods that avoid cutting or patching. B. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non-complying work. C. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. In existing work, minimize damage and restore to original condition. D. Employ skilled and experienced installer to perform cutting for weather exposed and moisture resistant elements, and sight exposed surfaces. E. Cut rigid materials using masonry saw or core drill. Pneumatic tools not allowed without prior approval. F. Restore work with new products in accordance with requirements of Contract Documents. G. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces. H. Patching: 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 2. Match color, texture, and appearance. 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections due to patching work. If defects are due to condition of substrate, repair substrate prior to repairing finish.

Master Engineers and Designers, Inc. EXECUTION AND CLOSEOUT MEAD No. 263-054 REQUIREMENTS 01 7000 Bedford County Montvale Library Roof Replacement

3.05 PROGRESS CLEANING A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B. Collect and remove waste materials, debris, and trash/rubbish from site periodically and dispose off-site; do not burn or bury. 3.06 PROTECTION OF INSTALLED WORK A. Protect installed work from damage by construction operations. B. Provide special protection where specified in individual specification sections. C. Provide temporary and removable protection for installed products. Control activity in immediate work area to prevent damage. D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. G. Remove protective coverings when no longer needed; reuse or recycle coverings if possible. 3.07 FINAL CLEANING A. Clean debris from roofs, gutters, downspouts, and area drains. B. Remove waste, surplus materials, trash/rubbish, and construction facilities from the site; dispose of in legal manner; do not burn or bury. 3.08 CLOSEOUT PROCEDURES A. Contractor shall perform preliminary inspection to determine items to be listed for completion or correction in the Correction Punch List for the Contractor's Notice of Substantial Completion. B. Notify Architect when work is considered ready for Architect's Substantial Completion inspection. C. Submit written certification containing Contractor's Correction Punch List, that Contract Documents have been reviewed, work has been inspected, and that work is complete in accordance with Contract Documents and ready for Architect's Substantial Completion inspection. D. Conduct Substantial Completion inspection and create Final Correction Punch List containing Architect's and Contractor's comprehensive list of items identified to be completed or corrected and submit to Architect. E. Correct items of work listed in Final Correction Punch List and comply with requirements for access to Owner-occupied areas. F. Notify Architect when work is considered finally complete and ready for Architect's Substantial Completion final inspection. G. Complete items of work determined by Architect listed in executed Certificate of Substantial Completion. END OF SECTION

Master Engineers and Designers, Inc. EXECUTION AND CLOSEOUT MEAD No. 263-054 REQUIREMENTS 01 7000 Bedford County Montvale Library Roof Replacement

SECTION 01 7800 CLOSEOUT SUBMITTALS PART 1 GENERAL 1.01 SECTION INCLUDES A. Project Record Documents. B. Warranties and bonds. 1.02 RELATED REQUIREMENTS A. Section 01 3000 - Administrative Requirements: Submittals procedures, shop drawings, product data, and samples. B. Section 01 7000 - Execution and Closeout Requirements: Contract closeout procedures. C. Individual Product Sections: Warranties required for specific products or Work. 1.03 SUBMITTALS A. Project Record Documents: Submit documents to Architect with claim for final Application for Payment. B. Warranties and Bonds: 1. Make roofing submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. PART 2 PRODUCTS - NOT USED PART 3 EXECUTION 3.01 PROJECT RECORD DOCUMENTS A. Maintain on site one set of the following record documents; record actual revisions to the Work: 1. Drawings. 2. Addenda. 3. Change Orders and other modifications to the Contract. B. Ensure entries are complete and accurate, enabling future reference by Owner. C. Store record documents separate from documents used for construction. D. Record information concurrent with construction progress. E. Record Drawings: Legibly mark each item to record actual construction including: 1. Field changes of dimension and detail. 2. Details not on original Contract drawings. 3.02 WARRANTIES AND BONDS A. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and manufacturers, within 10 days after completion of the applicable item of work. Except for items put into use with Owner's permission, leave date of beginning of time of warranty until Date of Substantial completion is determined. B. Verify that documents are in proper form, contain full information, and are notarized. C. Co-execute submittals when required. D. Retain warranties and bonds until time specified for submittal. END OF SECTION

Master Engineers and Designers, Inc. CLOSEOUT SUBMITTALS MEAD No. 263-054 01 7800 Bedford County Montvale Library Roof Replacement

SECTION 02 4100 DEMOLITION PART 1 GENERAL 1.01 SECTION INCLUDES A. Selective demolition of building elements for roof repacement and repair purposes. 1.02 RELATED REQUIREMENTS A. Section 01 1000 - Summary: Limitations on Contractor's use of site and premises. B. Section 01 5000 - Temporary Facilities and Controls: Site fences, security, protective barriers, and waste removal. C. Section 01 6000 - Product Requirements: Handling and storage of items removed for salvage and relocation. D. Section 01 7000 - Execution and Closeout Requirements: Project conditions; protection of bench marks, survey control points, and existing construction to remain; reinstallation of removed products; temporary bracing and shoring. E. Section 07 0150.19 - Preparation for Re-Roofing: Removal of existing roofing, roof insulation, flashing, trim, and accessories. 1.03 REFERENCE STANDARDS A. 29 CFR 1926 - U.S. Occupational Safety and Health Standards; current edition. B. NFPA 241 - Standard for Safeguarding Construction, Alteration, and Demolition Operations; 2019. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Project Record Documents: Accurately record actual locations of capped and active utilities and subsurface construction. PART 2 PRODUCTS PART 3 EXECUTION 3.01 GENERAL PROCEDURES AND PROJECT CONDITIONS A. Comply with applicable codes and regulations for demolition operations and safety of adjacent structures and the public. 1. Obtain required permits. 2. Provide, erect, and maintain temporary barriers and security devices. 3. Conduct operations to minimize effects on and interference with adjacent structures and occupants. 4. Do not close or obstruct roadways or sidewalks without permit. 5. Conduct operations to minimize obstruction of public and private entrances and exits; do not obstruct required exits at any time; protect persons using entrances and exits from removal operations. B. Do not begin removal until receipt of notification to proceed from Owner. 3.02 SELECTIVE DEMOLITION FOR ROOF REPLACEMENT AND REPAIRS A. Drawings showing existing construction are based on casual field observation and existing record documents only. 1. Verify that construction arrangements are as indicated. 2. Report discrepancies to Architect before disturbing existing installation. 3. Beginning of demolition work constitutes acceptance of existing conditions that would be apparent upon examination prior to starting demolition. B. Maintain weatherproof exterior building enclosure except for interruptions required for replacement or modifications; take care to prevent water and humidity damage.

Master Engineers and Designers, Inc. DEMOLITION MEAD No. 263-054 02 4100 Bedford County Montvale Library Roof Replacement

C. Remove existing work as indicated and as required to accomplish new work. 1. Remove items indicated on drawings. D. Protect existing work to remain. 1. Perform cutting to accomplish removals neatly and as specified for cutting new work. 2. Repair adjacent construction and finishes damaged during removal work. 3. Patch as specified for patching new work. 3.03 DEBRIS AND WASTE REMOVAL A. Remove debris, junk, and trash from site. B. Clean up spillage and wind-blown debris from public and private lands. END OF SECTION

Master Engineers and Designers, Inc. DEMOLITION MEAD No. 263-054 02 4100 Bedford County Montvale Library Roof Replacement

CEMENTITIOUS ROOF DECK (CEMENTITIOUS WOOD FIBER PLANK)

PART 1 GENERAL 1.01 SUMMARY A. Section Includes: 1. Cementitious wood fiber plank roof deck and form system 1.02 REFERENCES A. ASTM International: 1. ASTM C177 Standard Test Method for Steady-State Heat Flux Measurements and Thermal Transmission Properties by Means of the Guarded-Hot-Plate Apparatus. 2. ASTM C518 Standard Test Method for Steady-State Thermal Transmission Properties by Means of the Heat Flow Meter Apparatus. 3. ASTM C578 Standard Specification for Rigid, Cellular Polystyrene Thermal Insulation. 4. ASTM D1621 Standard Test Method for Compressive Properties of Rigid Cellular Plastics. 5. ASTM D2842 Standard Test Method for Water Absorption of Rigid Cellular Plastics. 6. ASTM E96 Standard Test Methods for Water Vapor Transmission of Materials. B. Underwriters Laboratories, Inc. (UL): 1. UL 580 Standard for Safety for Tests for Uplift Resistance of Roof Assemblies. 1.03 SYSTEM DESCRIPTION A. Design Requirements: Provide roof deck assembly designed and tested according to the following: 1. Underwriters Laboratories UL 580 (UL Class 90 Design) B. Performance Requirements: 1. Provide a roof deck system that has been manufactured, fabricated and installed to provide deflection of Less than L/240 at design load. 1.04 SUBMITTALS A. General: Submit listed submittals in accordance with Conditions of the Contract and Division 1 Submittal Procedures Section. B. Product Data: Submit manufacturer’s product data and installation instructions. C. Shop Drawings: Provide drawings indicating locations and spacing of planks and purlins. D. Samples: Submit selection and verification samples as follows: 1. Set of 6-inch square samples for each wood fiber deck unit required, showing full range of exposed texture to be expected in completed work. 2. Labeled set of all accessories required for a complete installation. E. Quality Assurance/Control Submittals: Submit the following: 1. Test Reports: Upon request, submit certified test reports from recognized test laboratories. 2. Certificates: Submit manufacturer’s certificate that products meet or exceed specified requirements. F. Closeout Submittals: Submit the following: Master Engineers and Designers, Inc. CEMENTITIOUS ROOF DECK

MEAD No. 263-054 03 5113 - 1

1. Warranty documents specified herein. 1.05 QUALITY ASSURANCE A. Installer Qualifications: Utilize an installer having demonstrated experience on projects of similar size and complexity. Specifier Note: Paragraph below should list obligations for compliance with specific code requirements particular to this section. General statements to comply with a particular code are typically addressed in Conditions of the Contract and Division 1 Regulatory Requirements Section. Repetitive statements should be avoided. B. Regulatory Requirements and Approvals: [Comply with requirements below.] [Specify applicable requirements of regulatory agencies.]. 1. International Code Council (ICC): a. ICC-ES Evaluation Report ESR-1112. 2. State of California: a. DSA Number PA-008. 3. Underwriters’ Laboratories of Canada (ULC) label. a. Structural Cement-Fiber Unit-535X C. Certifications: [Specify requirement for certifications.]. Specifier Note: Retain paragraph below if preinstallation meeting is required. D. Preinstallation Meetings: [Specify requirements for meeting.]. 1.06 DELIVERY, STORAGE & HANDLING A. General: Comply with Division 1 Product Requirement Section. B. Delivery: Deliver materials in manufacturer’s original, unopened, undamaged containers with identification labels intact. 1. Provide labels indicating brand name, deck style, plank size and plank thickness. C. Storage and Protection: Store materials protected from exposure to harmful environmental conditions and at temperature and humidity conditions recommended by the manufacturer. 1. Prevent soiling, physical damage or wetting. 2. Store open at each end to stabilize moisture content and temperature. Specifier Note: Retain article below when requiring compliance with thermal performance warranty. Coordinate article with Conditions of the Contract and with Division 1 Closeout Submittals (Warranty) Section. Use this article to require special or extended warranty or bond covering the work of this section. 1.07 WARRANTY A. Project Warranty: Refer to Conditions of the Contract for project warranty provisions. B. Manufacturer’s Warranty: Submit, for Owner’s acceptance, manufacturer’s standard warranty document executed by authorized company official. Manufacturer’s warranty is in addition to, and not a limitation of, other rights Owner may have under contract documents. Specifier Note: Coordinate subparagraph below with manufacturer’s warranty requirements. 1. Warranty Period: 15 years beginning with date of substantial completion.

PART 2 PRODUCTS 2.01 ROOF DECK AND FORM SYSTEMS A. Manufacturer: Tectum Inc. 1. Armstrong World Industries B. Proprietary Systems. Cementitious deck form board systems, including the following configurations: 1. Tectum Roof Deck Tile. 2. Tectum Concealed Tee Deck. 2.02 ROOF DECK PANEL COMPONENTS A. Proprietary Products. Cementitious deck form board products, including the following: 1. Tectum E Roof Deck Panels: a. Material: Aspen wood fibers bonded with inorganic hydraulic cement, bonded to expanded polystyrene (EPS) foam insulation, bonded to top surface of 7/16 inch (11.1 mm) oriented strand board (OSB). b. Nominal Panel Thickness: Match Existing c. OSB meets Voluntary Product Standard PS2-92 Performance Standard for Wood- Based Structural-Use Panels. d. EPS Core Compliance (ASTM C578): Exceeds Type I. e. EPS Classification: Bears UL classification mark. f. EPS Nominal Density: 1.0 pcf (16.02 kg/m3). g. EPS Thermal Resistance (ASTM C177, ASTM C518 at 40 degrees F (4 degrees C)): 4.17 per inch. h. EPS Thermal Resistance (ASTM C177, ASTM C518 at 75 degrees F (24 degrees C)): 3.85 per inch.

2.03 ACCESSORIES – Tectum Roof Deck- System(s) E and E-N A. Provide damaged accessories to match existing.: 1. Tectum Grout (For use with Tectum Tile): a. Material: Gypsum cement grout, ready for mixing with potable water. 2. Tectum Screws: a. Material: Steel. b. Type: Tectum S-25 with 2 inch (51 mm) diameter washer, 3 15/16 inch (100 mm) length. 3. Low VOC Adhesive (For use over swimming pools and similar high humidity environments or as the construction adhesive for any LEED Certified Project): a. Manufacturer: BASF b. Type: BASF MasterWeld 948 4. Construction Adhesive: a. Manufacturer: Miracle Construction Adhesive. b. Type: Adhesive SFA-66.

PART 3 EXECUTION 3.01 MANUFACTURER’S INSTRUCTIONS A. Comply with the instructions and recommendations of the roof deck panel manufacturer. 3.02 EXAMINATION A. Site Verification of Conditions: 1. Verify that site conditions are acceptable for installation of roof deck panel system. 2. Do not proceed with installation of roof deck panel system until unacceptable conditions are corrected. 3.03 INSTALLATION A. Roof Deck Tile Installation: 1. Clean and reuse existing subpurlins. Replace damaged in kind. 2. Position subpurlins within plus or minus 1/16 inch (1.6 mm) of manufacturer’s recommended spacing and securely position by means of templates during welding. 3. Weld tees at every crossing point over support members with a ¾ inch (19.1 mm) long fillet weld on alternate sides of the flange. Weld both sides of flange at all tee ends. 4. Mix and place grout in accordance with manufacturer’s printed instructions. Remove excess grout once initial set has been achieved. 5. Do not allow foot traffic on tile panels until after grout has set. B. Roof Deck Plank Installation: 1. Place planks on joists with square cut ends butted tightly together. a. Stagger end joints. b. Tectum panels must be supported by bent plates (steel or other support) at all transitions of the roof. This includes but is not limited to the ridge, valleys, perimeter and panel direction change. Panels must have a minimum of 1 inch bearing and should be glued and screwed at these transitions. c. Panel ends must fall over structural supports and have a minimum of 1 inch bearing. 2. Secure planks to joists with screws and spacing recommended by plank manufacturer. 3. Do not allow foot traffic on planks until after screws are installed. 4. Apply adhesive recommended by manufacturer to ensure diaphragm performance as designed. C. Roof Deck Long Span Plank Installation: 1. Cut plank neatly to abut parapets, around openings and penetrations. 2. Apply adhesive recommended by manufacturer to ensure diaphragm performance as designed. D. Roof Deck Form board Installation: 1. Cut plank neatly to abut parapets, around openings and penetrations. 2. Apply adhesive recommended by manufacturer to ensure diaphragm performance as designed. E. Roof Deck Composite Plank: 1. Cut plank neatly to abut parapets, around openings and penetrations. 2. Apply adhesive recommended by manufacturer to ensure diaphragm performance as designed. 3.04 CLEANING A. Clean exposed surfaces of all deck surfaces. B. Remove and replace work that cannot be successfully repaired to eliminate evidence of structural damage. 3.05 PROTECTION A. Protect installed work from damage due to weather related moisture. B. Protect installed work from damage due to subsequent construction activity on the site so that the work will be without damage and deterioration at the time of acceptance by the Owner.

END OF SECTION

Bedford County Montvale Library Roof Replacement

SECTION 06 1000 ROUGH CARPENTRY PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof-mounted curbs. B. Roofing nailers. C. Roofing cant strips. D. Preservative treated wood materials. E. Concealed wood blocking, nailers, and supports. 1.02 REFERENCE STANDARDS A. ASTM A153/A153M - Standard Specification for Zinc Coating (Hot-Dip) on Iron and Steel Hardware; 2016a. B. ASTM C557 - Standard Specification for Adhesives for Fastening Gypsum Wallboard to Wood Framing; 2003 (Reapproved 2017). C. ASTM D3498 - Standard Specification for Adhesives for Field-Gluing Wood Structural Panels (Plywood or Oriented Strand Board) to Wood Based Floor System Framing; 2019a. D. ASTM E84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 2020. E. AWPA U1 - Use Category System: User Specification for Treated Wood; 2018. F. PS 20 - American Softwood Lumber Standard; 2020. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on wood preservative materials and application instructions. 1.04 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. PART 2 PRODUCTS 2.01 GENERAL REQUIREMENTS A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. Species: Southern Pine, unless otherwise indicated. B. Provide sustainably harvested wood; see Section 01 6000 - Product Requirements for requirements. 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS A. Sizes: Nominal sizes as indicated on drawings, S4S. B. Moisture Content: S-dry or MC19. C. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: 1. Lumber: S4S, No. 2 or Standard Grade. 2. Boards: Standard or No. 3. 2.03 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot-dipped galvanized steel complying with ASTM A153/A153M for high humidity and preservative-treated wood locations, unfinished steel elsewhere. B. Construction Adhesives: Adhesives complying with ASTM C557 or ASTM D3498.

Master Engineers and Designers, Inc. ROUGH CARPENTRY MEAD No. 263-054 06 1000 Bedford County Montvale Library Roof Replacement

1. Manufacturers: a. Franklin International, Inc; Titebond Fast Set Polyurethane Construction Adhesive: www.titebond.com/#sle. C. General Purpose Construction Adhesives: 1. Manufacturers: a. ADFAST Corporation; ADBOND EX 5690: www.adfastcorp.com/#sle. 2.04 FACTORY WOOD TREATMENT A. Treated Lumber and Plywood: Comply with requirements of AWPA U1 - Use Category System for wood treatments determined by use categories, expected service conditions, and specific applications. 1. Preservative-Treated Wood: Provide lumber and plywood marked or stamped by an ALSC-accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. B. Preservative Treatment: 1. Manufacturers: a. Lonza Group: www.wolmanizedwood.com/#sle. b. Koppers Performance Chemicals, Inc: www.koppersperformancechemicals.com/#sle. c. Viance, LLC: www.treatedwood.com/#sle. 2. Preservative Pressure Treatment of Lumber Above Grade: AWPA U1, Use Category UC3B, Commodity Specification A using waterborne preservative. a. Kiln dry lumber after treatment to maximum moisture content of 19 percent. b. Treat lumber in contact with roofing, flashing, or waterproofing. PART 3 EXECUTION 3.01 PREPARATION A. Coordinate installation of rough carpentry members specified in other sections. 3.02 INSTALLATION - GENERAL A. Select material sizes to minimize waste. B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory components, including: shims, bracing, and blocking. 3.03 ROOF-RELATED CARPENTRY A. Coordinate installation of roofing carpentry with deck construction, framing of roof openings, and roofing assembly installation. B. Provide wood curb at all roof openings except where specifically indicated otherwise. Form corners by alternating lapping side members. 3.04 CLEANING A. Waste Disposal: 1. Comply with applicable regulations. 2. Do not burn scrap on project site. 3. Do not burn scraps that have been pressure treated. 4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co-generation facilities or “waste-to-energy” facilities. B. Do not leave any wood, shavings, sawdust, etc. on the roof, ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION

Master Engineers and Designers, Inc. ROUGH CARPENTRY MEAD No. 263-054 06 1000 Bedford County Montvale Library Roof Replacement

SECTION 07 0150.19 PREPARATION FOR RE-ROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Replacement of existing roofing system in preparation for entire new roofing system. B. Partial replacement of existing roofing system in preparation for replacement roofing system in designated areas as indicated on drawings. C. Removal of existing flashing and counterflashings. D. Temporary roofing protection. 1.02 RELATED REQUIREMENTS A. Section 07 5300 - Elastomeric Membrane Roofing. B. Section _____ - _____: Roof system. C. Section 07 6200 - Sheet Metal Flashing and Trim: Replacement of flashing and counterflashings. 1.03 REFERENCE STANDARDS A. ASTM D41/D41M - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and Waterproofing; 2011 (Reapproved 2016). 1.04 ADMINISTRATIVE REQUIREMENTS A. Coordinate with affected mechanical and electrical work associated with roof penetrations. B. Preinstallation Meeting: Convene one week before starting work of this section. 1. Attendees: a. Contractor. b. Owner. 2. Meeting Agenda: Provide agenda to participants prior to meeting in preparation for discussions on the following: a. Removal and installation schedule. b. Necessary preparatory work. c. Protection before, during, and after roofing system installation. d. Removal of existing roofing system. e. Installation of new roofing system. f. Temporary roofing and daily terminations. g. Transitions and connection to and with other work. h. Inspections and testing of installed systems. C. Schedule work to coincide with commencement of installation of new roofing system. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Submit for each type of material. C. Shop Drawings: Indicate size, configuration, and installation details. 1.06 QUALITY ASSURANCE A. Materials Removal Company Qualifications: Company specializing in performing work of type specified with at least three years of documented experience. 1. Comply with removal and disposal regulations of local authorities having jurisdiction (AHJ). B. Installer Qualifications: Company specializing in performing work of the type specified and with at least three years of documented experience.

Master Engineers and Designers, Inc. PREPARATION FOR MEAD No. 263-054 RE-ROOFING 07 0150.19 Bedford County Montvale Library Roof Replacement

1. When same installer as new roofing system, comply with related requirements of section indicated for new roofing system. 1.07 DELIVERY, STORAGE, AND HANDLING A. Ensure storage and staging of materials does not exceed static and dynamic load-bearing capacities of roof decking. 1.08 FIELD CONDITIONS A. Existing Roofing Systems: EPDM single-ply and built-up asphalt roofing. B. Do not remove existing roofing membrane when weather conditions threaten the integrity of building contents or intended continued occupancy. C. Maintain continuous temporary protection prior to and during installation of new roofing system. D. Provide notice at least three days before starting activities that will affect normal building operations. E. Verify that occupants have been evacuated from building areas when work on structurally impaired roof decking is scheduled to begin. F. Owner will occupy building some areas directly below re-roofing area. 1. Provide Owner with at least 48 hours written notice of roofing activities that may affect their operations and to allow them to prepare for upcoming activities as necessary. 2. Maintain access of Owner's personnel to corridors, existing walkways, and adjacent buildings. 1.09 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. PART 2 PRODUCTS 2.01 COMPONENTS A. Refer to following sections for additional information on components relating to this work: 1. Replacement and removal of existing roofing system in preparation for entire new roofing system, refer to Section 07 5323. 2. Remove existing flashing and counterflashings in preparation for replacement of these materials as part of this work, refer to Section 07 6200 for material requirements. 2.02 MATERIALS A. Patching Materials: Provide necessary materials in accordance with requirements of existing roofing system. B. Temporary Roofing Protection Materials: 1. Contractor's responsibility to select appropriate materials for temporary protection of roofing areas as determined necessary for this work. 2.03 ACCESSORIES A. Fasteners: Type and size as required and compatible with existing and new roofing system to resist local wind uplift. B. Sheathing : Red rosin paper type, at least 3 lbs per 100 sq ft. C. Asphalt Primer: Apply to concrete decking in preparation for temporary roofing, Type II in accordance with ASTM D41/D41M. D. Roof Vent Pipe Extension: Solid-wall PVC fitting consisting of pipe and splice sleeve inserts, configured for insertion and sealing to existing plumbing vent piping, sized to fit inside diameter of plumbing vent piping, enabling extension of piping to field-determined height to meet local building code requirements for plumbing vent pipe height above existing roof level. 1. Existing Vent Pipe Diameter: 2 inch, 3 inch nominal. (Field Verify)

Master Engineers and Designers, Inc. PREPARATION FOR MEAD No. 263-054 RE-ROOFING 07 0150.19 Bedford County Montvale Library Roof Replacement

PART 3 EXECUTION 3.01 EXAMINATION A. Verify that existing roof surface has been cleared of materials being removed from existing roofing system and ready for next phase of work as required. 3.02 PREPARATION A. Sweep roof surface clean of loose matter. B. Remove loose refuse and dispose of properly off-site. 3.03 MATERIAL REMOVAL A. Remove only existing roofing materials that can be replaced with new materials the same day. B. Remove metal counter flashings. C. At Roof Repairs: Alternate No. 2: Scrape roofing gravel from membrane surface without causing serious damage to membrane felts. D. Remove roofing membrane, perimeter base flashings, flashings around roof protrusions, pitch pans and pockets. E. Remove cant strips, blocking, and termination bars. F. Repair existing light weight concrete and fiber cement deck surface to provide smooth working surface for new roof system. 3.04 PROTECTION A. Provide protection of existing roofing system that is not having work performed on it. B. Provide temporary protective sheeting over uncovered deck surfaces. C. Turn sheeting up and over parapets and curbing. Retain sheeting in position with weights. D. Provide for surface drainage from sheeting to existing drainage facilities. E. Do not permit traffic over unprotected or repaired deck surface. F. Contractor shall provide polyethylene sheet protection for interior furnishings and equipment as needed and approved by the owner during the roofing work. Remove sheeting and cleanup the area after the roofing work is complete and made watertight. 3.05 SCHEDULES A. Entire Roofing Area: Remove existing roofing gravel, perimeter flashings, base flashings, counter flashings, vent stack flashings, roofing membrane, and insulation. B. Where indicated remove roof mounted exhaust fans in order to re-flash or abandon as indicated. . C. The contractor shall clean out and clear each rain water conductor to be reused. END OF SECTION

Master Engineers and Designers, Inc. PREPARATION FOR MEAD No. 263-054 RE-ROOFING 07 0150.19 Bedford County Montvale Library Roof Replacement

SECTION 07 5323 EPDM THERMOSET SINGLE-PLY ROOFING PART 1 GENERAL 1.01 SECTION INCLUDES A. Adhered roof system with ethylene propylene dieneterpolymer (EPDM) roofing membrane. B. Insulation, flat and tapered where indicated. C. Flashings. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Wood nailers and curbs. B. Section 07 0150.19 - Preparation for Re-Roofing. C. Section 07 6200 - Sheet Metal Flashing and Trim: Counterflashings, reglets, gravel stops, fascia, gutters and downspouts, splashblocks. D. Section 07 7100 - Roof Specialties: Prefabricated roofing expansion joint flashing. 1.03 REFERENCE STANDARDS A. ASCE 7 - Minimum Design Loads and Associated Criteria for Buildings and Other Structures; Most Recent Edition Cited by Referring Code or Reference Standard. B. ASTM C1177/C1177M - Standard Specification for Glass Gypsum Substrate for Use as Sheathing; 2013. C. ASTM C1289 - Standard Specification for Faced Rigid Cellular Polyisocyanurate Thermal Insulation Board; 2017. D. ASTM D412 - Standard Test Methods for Vulcanized Rubber and Thermoplastic Elastomers--Tension; 2016. E. ASTM D4637/D4637M - Standard Specification for EPDM Sheet Used in Single-Ply Roof Membrane; 2015. F. ASTM E96/E96M - Standard Test Methods for Water Vapor Transmission of Materials; 2016. G. FM (AG) - FM Approval Guide; current edition. H. FM DS 1-28 - Wind Design; 2016. I. FM DS 1-29 - Roof Deck Securement and Above-Deck Roof Components; Factory Mutual System; 2016. J. NRCA (RM) - The NRCA Roofing Manual; 2018. K. UL (DIR) - Online Certifications Directory; Current Edition. L. UL 790 - Standard for Standard Test Methods for Fire Tests of Roof Coverings; Current Edition, Including All Revisions. 1.04 ADMINISTRATIVE REQUIREMENTS A. Preinstallation Meeting: Convene one week before starting work of this section. B. Review preparation and installation procedures and coordinating and scheduling required with related work. 1.05 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide manufacturer's written information listed below. 1. Product data indicating membrane materials, flashing materials, insulation, and fasteners. 2. Preparation instructions and recommendations. 3. Storage and handling requirements. C. Shop Drawings: Indicate joint or termination detail conditions, conditions of interface with other materials, setting plan for tapered insulation, and walkway layout. Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

D. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. E. Manufacturer's Installation Instructions: Indicate membrane seaming precautions and perimenter conditions requiring special attension. F. Warranty: 1. Submit manufacturer's certification that EPDM roof system complies with all warranty requirements specified herein. 1.06 QUALITY ASSURANCE A. Manufacturer qualifications: Company specializing in manufacturing the products specified in this section with a minimum Twenty (15) years of documented experience. B. Installer Qualifications: Company specializing in performing the work of this section: 1. With minimum five (5) years documented experience. 2. Approved by the membrane manufacturer. C. Single Source Responsibility: Provide and install products from single source. 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver products in manufacturer's original containers, dry, undamaged, with seals and labels intact. B. Store products in weather protected environment, clear of ground and moisture. C. Protect foam insulation from exposure to direct sunlight. D. Keep Material Safety Data Sheets (MSDS) at the project site at all times during transportation, storage, and installation of materials. E. Comply with all requirements of Owner to prevent overloading or disturbance of the structure when loading materials onto the roof. 1.08 FIELD CONDITIONS A. Do not apply roofing membrane during unsuitable weather. Refer to manufacturer's written instructions. B. Do not apply roofing membrane when ambient temperature is below 40 degrees F (5 degrees C). C. Do not apply roofing membrane to damp or frozen deck surface or when precipitation is expected or occurring. D. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed the same day. E. Proceed with work so new roofing materials are not subject to construction traffic as work progresses. F. Do not allow grease, oil, fats, or other contaminants to come into direct contact with membrane. 1.09 WARRANTY A. See Section 01 7800 - Closeout Submittals, for additional warranty requirements. B. Special Warranty: Manufacturer's standard or customized form, without monetary limitation, in which manufacturer agrees to repair or replace components of membrane roofing system that fail in materials or workmanship within specified warranty period. 1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners, roofing accessories and other components of membrane roofing system. For repair and replacement include the cost of both material and labor in warranty. 2. Warranty Period: 20 years from date of Substantial Completion. 3. Warranty to include a maximum peak gust of wind coverage to 72 mph. 4. Exceptions are not permtted. a. Due to foot traffic.

Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

C. Special Project Warranty: Submit roofing Installer's warranty, signed by Installer, covering the Work of this Section, including all components of membrane roofing system such as membrane roofing, base flashing, roof insulation, fasteners and walkway products, for the following warranty period: 1. Warranty Period: Two years from date of Substantial Completion. PART 2 PRODUCTS 2.01 MANUFACTURER A. Carlisle SynTec B. Versico Roofing Systems C. Firestone Building Products 2.02 ROOFING APPLICATIONS A. EPDM Membrane Roofing: Ethylene-propylene-diene-monomer (EPDM) single-ply membrane. 1. Membrane Attachment: Fully adhered.. B. Roofing Assembly Performance Requirements and Design Criteria: 1. Roof Covering External Fire Resistance Classification: Class A when tested per UL 790. 2. Wind Uplift: a. Roof system must be installed to withstand wind uplift pressures as calculated by the most current version of ASCE 7 according to the VUSBC. C. Insulation Thermal Resistance (R-Value): 1. 1980's Building: Achieve R-23 in two layers of flat insulation. (See drawing calculation). 2. 1960's Building: Achieve R-25 in two layers flat and tapered insulation. (See drawing calculation). 2.03 ROOFING MEMBRANE AND ASSOCIATED MATERIALS A. Membrane: 1. Material: Ethylene propylene diene terpolymer (EPDM); ASTM D4637/D4637M, Type II (internally reinforced with fabric or scrim). 2. Thickness: 60 mils, 0.060 inch, minimum. 3. Sheet Width: Factory fabricated into largest sheets possible. 4. Color: Black. 5. Product: a. Carlisle Sure-Tough b. Versico Sure-Tough c. Firestone Rubber-Gard Max B. Seaming Materials: 6" Seam Tape. C. Membrane Fasteners: As recommended and approved by membrane manufacturer. D. Flexible Flashing Material: Material recommended by membrane manufacturer. E. Base Flashing: Provide waterproof, fully adhered base flashing system at all penetrations, plane transitions, and terminations. 2.04 INSULATION BOARD A. Polyisocyanurate (ISO) Board Insulation: ASTM C1289, Type II, Class 1 - Faced with glass fiber reinforced cellulosic felt facers on both major surfaces of the core foam; Grade 2 - 20 psi minimum. B. Tapered: Slope as indicated; provide minimum R-value at thinnest point. C. Flat: with constant R-Value. 2.05 ACCESSORIES A. Prefabricated Flashing Accessories:

Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

1. Corners and Seams: Same material as membrane, in manufacturer's standard thicknesses. a. Sure-Seal (black) Pressure-Sensitive Inside/Outside Corner: 60 mil (0.060 inch) (1.5 mm) thick, 7 inch by 9 inch (178 mm by 229 mm) precut, uncured EPDM with 35 mil (0.035 inch) (0.9 mm) factory-applied tape. b. Pressure-Sensitive Curb Flashing: 60 mil (0.060 inch) (1.5 mm) thick, 20 inch (508 mm) wide, cured EPDM with 35 mil (0.035 inch) (0.9 mm) thick, 5 inch (127 mm) wide factory-applied tape along one edge. c. Fully Pressure-Sensitive Curb Flashing: 60 mil (0.060 inch) (1.5 mm) thick, cured EPDM with 35 mil (0.035 inch) (0.9 mm) thick, 6 inch (152 mm) or 12 inch (305 mm) wide factory-applied tape along one edge. d. Pressure-Sensitive Overlayment Strip: 40 mil (0.040 inch) (1.0 mm) thick, semi-cured EPDM laminated to 35 mil (0.035 inch) (0.9 mm) factory-applied tape. e. Pressure-Sensitive Cured Cover Strip: 40 mil (0.040 inch) (1.0 mm) thick, cured EPDM laminated to 35 mil (0.035 inch) (0.9 mm) factory-applied tape. f. Pressure-Sensitive T-Joint Covers: 40 mil (0.040 inch) (1.0 mm) thick, uncured EPDM laminated to 35 mil (0.035 inch) (0.9 mm) factory-applied tape. g. Elastoform Flashing: 60 mils (0.060 inch) (1.5 mm) thick, uncured EPDM membrane. h. Sure-Seal Pressure-Sensitive Elastoform Flashing: 60 mil (0.060 inch) (1.5 mm) thick, uncured EPDM laminated to 35 mil (0.035 inch) (0.9 mm) factory-applied tape. 2. Penetrations: Same material as membrane, with manufacturer's standard cut-outs, rigid inserts, clamping rings, and flanges. a. Pressure-Sensitive Pipe Seals; with factory-applied tape on deck flange. 3. Sealant Pockets: Same material as membrane, with manufacturer's standard accessories, in manufacturer's standard configuration. a. Pourable Sealant Pocket: 2 inches (51 mm) wide plastic support strip with factory-applied, adhesive-backed uncured EPDM flashing. 4. Pressure-Sensitive Reinforced Universal Securement Strip (RUSS): a. 6 inch (152 mm) wide, 45 mils (0.045 inch) (1.1 mm) thick, reinforced EPDM membrane with 3 inch (76 mm) wide, 30 mils (0.030 inch) (0.76 mm) thick cured synthetic rubber with pressure-sensitive adhesive laminated to one edge. b. 9 inch (229 mm) wide, 45 mils (0.045 inch) (1.1 mm) thick, reinforced EPDM membrane with 3 inch (76 mm) wide, 30 mils (0.030 inch) (0.76 mm) thick cured synthetic rubber with pressure-sensitive adhesive laminated to both edges. B. Insulation Adhesive: Two component polyurethane, expanding foam. 1. Product: a. Carlisle Flexible FAST b. Versico Dash c. Firestone I.S.O. Twin Pack C. Insulation Fasteners: Appropriate for purpose intended and approved by roofing manufacturer. 1. Length as required for thickness of insulation material and penetration of deck substrate with 3" insulation plates. D. Membrane Adhesive: Manufacturer’s, standard solvent based bonding adhesive. E. Sealants: As recommended by membrane manufacturer. 1. Lap Sealant: Butyl-based contact cement. 2. Water Cut-Off Mastic. 3. Universal Single-Ply Sealant. F. Cleaner: Manufacturer's standard, clear, solvent-based cleaner. 1. Product: a. Weathered Membrane Cleaner. G. Primer: Manufacturer's recommended product. H. Edgings and Terminations: Manufacturer's standard edge and termination accessories. Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

1. Product: Gravel Stop Drip Edge. a. Carlisle Sure-Seal Drip Edge. b. Versico Versitrim Drip Edge. c. Firestone Una-Edge Drip Edge. d. Termination Bar. manufacturers standard galvanized. I. Roof Walkway Pads: EPDM, 0.30 inch thick by 30 by 30 inches with EPDM tape adhesive strips laminated to the bottom; space to allow drainage between pads. Manufacturer's standard pad. J. Vent Stack Boots: Prefabricated flexible boot and collar for vent pipe stacks through the roof membrane; same material as membrane roofing. 1. Use 2-piece split boot for piping and conduits. K. Retrofit Roof Drains: Repair, clean and reuse existing drain body and sump pan. 1. Provide ZURN RD2150-84 Replacement Roof Drain in size to match existing drain body. Base bid on 4" drains. Field verify size prior to submittal. L. Condensate Pipe Supports: Provide UV resistant rubber suport blocks with stainless steel clamps. 1. Products: C-Port www.c-port.net, CEW-Series. M. Roof Expansion Joints: Provide manufacturer's standard premanufactured expansion joint for horizontal deck to deck and vertical wall to deck configuirations. (See details on drawings) PART 3 EXECUTION 3.01 EXAMINATION A. Verify that surfaces and site conditions are ready to receive work. B. Verify deck is supported and secure. C. Verify deck is clean and smooth, flat, free of depressions, waves, or projections, properly sloped and suitable for installation of roof system. D. Verify deck surfaces are dry and free of snow or ice. E. Verify that roof openings, curbs, and penetrations through roof are solidly set, and cant strips are in place. 3.02 PREPARATION, GENERAL A. Clean substrate thoroughly prior to roof application. B. Apply manufacturer's recommended vapor retarder or temporary roof before roof installation. 3.03 INSTALLATION - GENERAL A. Perform work in accordance with manufacturer's instructions. B. Do not apply roofing membrane during unsuitable weather. C. Do not apply roofing membrane when ambient temperature is outside the temperature range recommended by manufacturer. D. Do not apply roofing membrane to damp or frozen deck surface or when precipitation is expected or occurring. E. Do not expose materials vulnerable to water or sun damage in quantities greater than can be weatherproofed the same day. F. Coordinate the work with installation of associated counterflashings installed by other sections as the work of this section proceeds. G. When substrate preparation is responsibility of another installer, notify Architect of unsatisfactory conditions before proceeding. H. Pipe Supports: Install as required to prevent sag in pipe 6'-0 minimum spacing. I. Retrofit Roof Drain: Install to accept new roof membrane and install inside existing drain body.

Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

3.04 INSULATION APPLICATION A. Attachment of Insulation: 1. Install insulation in as few layers as possible but no fewer than two. 2. Mechanically fasten first layer of flat insulation to roof deck in accordance with roofing manufacturer's instructions. 3. Embed each layer of insulation in manufacturer’s insulation adhesive in accordance with roofing manufacturer's instructions and as necessary to meet wind uplift requirements as calculated by ASCE 7. B. Allow the adhesive to rise up approximately 1/8" and develop strings prior to setting insulation boards into adhesive. C. Walk the boards into the adhesive and roll using the 30" wide, 100 – 150 pound weighted steel roller to ensure full embedment. Optimal set up time should be approximately 5 to 10 minutes. 1. Lay subsequent layers of insulation with joints staggered minimum 6 inch (152 mm) from joints of preceding layer. 2. Lay boards with edges in moderate contact without forcing, and gap between boards no greater than 1/4 inch (6 mm). Cut insulation to fit neatly to perimeter blocking and around penetrations through roof. 3. At roof drains, use factory-tapered boards to slope down to roof drains over a distance of a minimum of 24 inches (600 mm). 4. Do not apply more insulation than can be completely waterproofed in the same day. 3.05 MEMBRANE APPLICATION A. Roll out membrane, free from wrinkles or tears. Place sheet into place without stretching. B. Lay out membrane so that joints on sloped substrate in direction of drainage. C. Ensure that water does not flow beneath any completed sections of the membrane system by completing all flashings, terminations and daily seals by the end of each workday. D. Fully Adhered Application: Apply adhesive at 45-60 sf/1 gallon. Fully embed membrane in adhesive except in areas directly over or within 3 inches (75 mm) of expansion joints. E. Overlap edges and ends and seal seams with seam tape, minimum 3 inches (75 mm). Seal permanently waterproof. F. In addition to the primary membrane securement, additional membrane securement is required at the perimeter of each roof level, roof section, curb, skylight, interior wall, penthouse, etc., at any inside angle change where slope or combined slopes exceed 2" in one horizontal foot, and at other penetrations in accordance with the applicable Carlisle details. G. At roof edge, extend membrane under edge metal and to the outside face of the wall. H. Coordinate installation of roof drains and sumps and related flashings. Locate all field splices away from low areas and roof drains. Lap upslope sheet over downslope sheet. I. Daily Seal: Install daily seal per manufacturer’s instructions at the end of each work day. Prevent infiltration of water at incomplete flashings, terminations, and at unfinished membrane edges. 3.06 CLEANING A. Remove wrappings, empty containers, paper, and other debris from the roof daily. Dispose of debris in compliance with local, State, and Federal regulations. B. Remove bituminous markings from finished surfaces. C. In areas where finished surfaces are soiled by work of this section, consult manufacturer of surfaces for cleaning advice and conform to their documented instructions. D. Repair or replace defaced or damaged finishes caused by work of this section. 3.07 PROTECTION A. Protect installed roofing and flashings from construction operations. Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

B. Where traffic must continue over finished roof membrane, protect surfaces using durable materials. END OF SECTION

Master Engineers and Designers, Inc. EPDM THERMOSET MEAD No. 263-054 SINGLE-PLY ROOFING 07 5323 Bedford County Montvale Library Roof Replacement

SECTION 07 6200 SHEET METAL FLASHING AND TRIM PART 1 GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including custom fabricated roof edge trim, flashings, counterflashings, gutters, and downspouts. B. Sealants for joints within sheet metal fabrications. C. Precast concrete splash pads. 1.02 RELATED REQUIREMENTS A. Section 06 1000 - Rough Carpentry: Wood nailers for sheet metal work. B. Section 06 1000 - Rough Carpentry: Field fabricated roof curbs. 1.03 REFERENCE STANDARDS A. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels (with Coil Coating Appendix); 2017a. B. ASTM A653/A653M - Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy-Coated (Galvannealed) by the Hot-Dip Process; 2020. C. ASTM B32 - Standard Specification for Solder Metal; 2008 (Reapproved 2014). D. ASTM C920 - Standard Specification for Elastomeric Joint Sealants; 2018. E. ASTM D4586/D4586M - Standard Specification for Asphalt Roof Cement, Asbestos-Free; 2007 (Reapproved 2018). F. CDA A4050 - Copper in Architecture - Handbook; current edition. G. SMACNA (ASMM) - Architectural Sheet Metal Manual; 2012. 1.04 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. C. Samples: Submit two samples 6" by 6" inch in size illustrating metal finish color. 1.05 QUALITY ASSURANCE A. Perform work in accordance with SMACNA (ASMM) and CDA A4050 requirements and standard details, except as otherwise indicated. PART 2 PRODUCTS 2.01 SHEET MATERIALS A. Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 24 gauge, (0.0239 inch) thick base metal. use where not exposed to view. B. Pre-Finished Galvanized Steel: ASTM A653/A653M, with G90/Z275 zinc coating; minimum 24 gauge, (0.0239) inch thick base metal, shop pre-coated with PVDF coating. 1. PVDF (Polyvinylidene Fluoride) Coating: Superior Performance Organic Finish, AAMA 2605; multiple coat, thermally cured fluoropolymer finish system. 2. Color: as selected by owner from manufacturer's standard colors.. 2.02 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. B. Form pieces in longest possible lengths. C. Hem exposed edges on underside 1/2 inch; miter and seam corners.

Master Engineers and Designers, Inc. SHEET METAL FLASHING AND MEAD No. 263-054 TRIM 07 6200 Bedford County Montvale Library Roof Replacement

D. Form material with flat lock seams, except where otherwise indicated; at moving joints, use sealed lapped, bayonet-type or interlocking hooked seams. E. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with sealant. 2.03 GUTTER AND DOWNSPOUT FABRICATION A. Gutters: Profile as indicated. B. Downspouts: Rectangular profile. C. Gutters and Downspouts: Size indicated. D. Accessories: Profiled to suit gutters and downspouts. 1. Anchorage Devices: In accordance with SMACNA (ASMM) requirements. 2. Gutter Supports: Brackets. 3. Downspout Supports: Brackets. E. Splash Pads: Precast concrete type, of manufacturer's standard size and profile; minimum 3000 psi at 28 days, with minimum 5 percent air entrainment. F. Seal metal joints. 2.04 ACCESSORIES A. Fasteners: Galvanized steel, with soft neoprene washers. B. Primer: Zinc chromate type. C. Concealed Sealants: Non-curing butyl sealant. D. Exposed Sealants: ASTM C920; elastomeric sealant, with minimum movement capability as recommended by manufacturer for substrates to be sealed; color to match adjacent material. E. Plastic Cement: ASTM D4586/D4586M, Type I. F. Reglets: Surface mounted type, galvanized steel; face and ends covered with plastic tape. G. Solder: ASTM B32; Sn50 (50/50) type. PART 3 EXECUTION 3.01 EXAMINATION A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in place, and nailing strips located. B. Verify roofing termination and base flashings are in place, sealed, and secure. 3.02 PREPARATION A. Install starter and edge strips, and cleats before starting installation. B. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness of 15 mil. 3.03 INSTALLATION A. Secure flashings in place using concealed fasteners, and use exposed fasteners only where permitted.. B. Apply plastic cement compound between metal flashings and felt flashings. C. Fit flashings tight in place; make corners square, surfaces true and straight in planes, and lines accurate to profiles. D. Secure gutters and downspouts in place with concealed fasteners. E. Set splash pads under downspouts. END OF SECTION

Master Engineers and Designers, Inc. SHEET METAL FLASHING AND MEAD No. 263-054 TRIM 07 6200 Bedford County Montvale Library Roof Replacement

SECTION 07 7100 ROOF SPECIALTIES PART 1 GENERAL 1.01 SECTION INCLUDES A. Roof control and expansion joint covers. 1.02 REFERENCE STANDARDS A. NRCA (RM) - The NRCA Roofing Manual; 2019. 1.03 SUBMITTALS A. See Section 01 3000 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data on shape of components, materials and finishes, anchor types and locations. C. Manufacturer's Installation Instructions: Indicate special procedures, fasteners, supporting members, and perimeter conditions requiring special attention. PART 2 PRODUCTS 2.01 MANUFACTURERS A. Control and Expansion Joint Covers: 1. Construction Specialties, Inc; Roof Covers: www.c-sgroup.com/#sle. 2. EMSEAL Joint Systems, Ltd; Emseal RoofJoint: www.emseal.com/#sle. 2.02 COMPONENTS A. Control and Expansion Joint Covers: Composite construction of 6 inch minimum wide flexible EPDM flashing of black color each edge seamed to aluminum sheet metal flanges, designed for nominal joint width of 1 inch. Include special formed corners, tees, intersections, and wall flashings, each sealed watertight. 2.03 ACCESSORIES A. Adhesive for Anchoring to Roof Membrane: Compatible with roof membrane and approved by roof membrane manufacturer. PART 3 EXECUTION 3.01 INSTALLATION A. Install components in accordance with manufacturer's instructions and NRCA (RM) applicable requirements. B. Coordinate installation of components of this section with installation of roofing membrane and base flashings. C. Coordinate installation of sealants and roofing cement with work of this section to ensure water tightness. END OF SECTION

Master Engineers and Designers, Inc. ROOF SPECIALTIES MEAD No. 263-054 07 7100 1980'S BUILDING BASE BID 1960'S BUILDING ALTERNATE NO. 3

05 15

15 09 01 05 14 14 ANY ADDITIONAL AREAS NEEDING REPAIR WILL BE PER UNIT PRICING

ALT. NO. 2 ALT. NO. 2

02 8' - 0" 8' - 0"

10' - 0" 10' - 0" 06 06 EXISTING STANDING 04 07 SEAM METAL ROOF TO REMAIN 05 18 04 10 12 EXISTING GUTTER 03 03 12 17 04 17 06 06 12 12-11-2020 11 12 15 04 REMOVE 13 13 PITCH POCKET 11 03 12 12 12 04 10 02 1980'S BUILDING BASE BID 04 12 1960'S BUILDING ALTERNATE NO. 3

10 1351 11 12 - 846 04 - 01 12 04 02

10 1350 Fax: 434 - 03 846 -

07 904 Lakeside Drive, Lynchburg,VA 24501 434 01 08

03 10

09

15 05

ALTERNATE NO. 1 NOTE: DEMOLITION PLAN NOTES CONTRACTOR SHALL SALVAGE EXISTING STONE BALLAST 1980'S BUILDING ON THE 1980'S BUILDING ROOF AND TRANSPORT TO THE Number Note Text BEDFORD COUNTY LANDFILL AND DEPOSIT AS DIRECTED BY 01 01 REMOVE EXISTING LOOSE LAID BALLASTED SINGLE THE OWNER. PLY MEMBRANE ROOFING DOWN TO LIGHT WEIGH INSULATING CONCRETE SUB-BASE. 05 02 REMOVE EXISTING ROOF DRAIN AND PREPARE PIPING FOR NEW RETRO-FIT ROOF DRAIN. 03 DISCONNECT AND REMOVE EXISTING EXHAUST FAN AND CURB FLASHING. SALVAGE FAN TO REINSTALL AFTER ROOFING WORK IS COMPLETE.

04 REMOVE EXISTING FLASHING AT EXISTING VENT PIPE VirginiaMontvale, Bedford County THRU ROOF. Roof Replacement & Repairs For 05 REMOVE EXISTING METAL GRAVEL STOP AND FASCIA.

DEMOLITION ROOF PLAN LIBRARY MONTVALE 1 06 EXISTING ROOFTOP HVAC UNIT TO REMAIN. REMOVE D1.1 1/8" = 1'-0" 0 4' 8' 16' 32' 05 05 EXISTING CURB FLASHING AND PREPARE FOR NEW ROOF SYSTEM. PN 02 07 REMOVE EXISTING BUILT-UP ROOF SYSTEM DOWN TO 1/8" = 1'-0" EXISTING FIBER CEMENT ROOF DECK. 08 REMOVE EXISTING 4" HIGH FIBER CANT, WOOD NAILER, AND METAL COUNTERFLASHING. 09 REMOVE FIBER EDGE STRIP 10 REMOVE EXISTING ROOF OPENING CLOSURE, ASSOCIATED CURB AND CONCRETE FILL AS NEEDED TO INSTALL METAL DECK PATCH TO CLOSE OPENING. 19 80'S BUILDING ALTERNATE NO. 1 11 DISCONNECT AND REMOVE EXISTING EXHAUST FAN

16 AND ASSOCIATED CURB AS REQUIRED TO INSTALL PLAN FIBER CEMENT ROOF DECK PATCH. 12 REMOVE EXISTING PITCH POCKET AND ROOF VENT FLASHING AND PREPARE VENT FOR NEW WORK.

13 REMOVE EXISTING ROOF DRAIN AND ASSOCIATED ROOF DEMOLITION PIPING DOWN TO BELOW THE EXISTING ROOF DECK AND CAP. 01 14 REMOVE DAMAGED SECTION OF FIBER CEMENT ROOF DECK AND PREPARE OPENING FOR NEW FIBER DATE ISSUED: 12/11/2020 CEMENT ROOF DECK REPAIR. REMOVE EXISTING BUILT-UP ROOFING 12" BEYOND DECK REPAIR TO SCALE: 1/8" = 1'-0" MAKE ROOF PATCH WEATHERTIGHT. SEE ALTERNATE NO. 2 JOB. NO. 263-054 15 REMOVE EXISTING GRAVEL STOP AND FASCIA. 16 16 REMOVE EXISTING 4" HIGH FIBER CANT, WOOD NAILER DESIGNED: WDV AND METAL COUNTERFLASHING. 17 REMOVE EXISTING VENT PIPE FLASHING. EXTEND DRAWN: WDV VENT TO CLEAR INSULATION AND REINSTALL ABOVE ROOF. REINSTALL PIPE STANDOFF BASE. CHECKED: MWS 18 REMOVE EXISTING PENTHOUSE VENT AND FLASHING AND PREPARE CURB TO RECEIVE NEW FLASHING. APPROVED: JLL

DRAWING NO. D1.1

REVISION 75' - 4" 22' - 11" 92' - 2 1/4" 1980'S BUILDING BASE BID 1980'S BUILDING BASE BID 1960'S BUILDING ALTERNATE NO. 3 2 1 ______A1.3 02 A1.2 1' - 4 1/2" 29' - 10" 30' - 0" 29' - 10" 1' - 2 1/4" 09 +0'-4" DS DS +0'-4" DS DS +0'-4"

09

1 ______08 16' - 8" - 16'

A1.2 4" - 15' 1 ______14 14 A1.2 SIMILAR 01 02 DS +0'-4"

1' - 4" 1' ALT. NO. 2 ALT. NO. 2

03 8' - 0" 8' - 0" SLOPE 1/8"/12 15 3 12 04 ______15 10' - 0" 10' - 0" A1.3 EXISTING STANDING 02 DS SEAM METAL ROOF 05 05 PROTECT FROM DAMAGE 07 08 EXISTING GUTTER 06 11 PROTECT 06 06 09 12 11 02 13 04 05 05 08 11 11 12-11-2020 04 13 12 SLOPE 1/8"/12 12 10 SLOPE 1/8"/12 +0'-4" SLOPE 79' - 4" - 79' 82' - 0" +0'-9" 4 06 ______11 11 A1.2 04 10 12 07 15 11 1980'S BUILDING BASE1980'S BID 11 64' - 0" 07 +0'-6" +0'-6" 1960'S BUILDING ALTERNATE NO. 3 03 1351

11 - 5 11 ______DS 846 02 15 - 04 A1.2 10 11 SLOPE 1350 Fax: 434 06 -

03 846 -

07 904 Lakeside Drive, Lynchburg,VA 24501 434

01 1/8"/12 SLOPE 06 24' - 8 1/2" 30' - 0" 24' - 7 3/4"

07 08 3 ______A1.2 +0'-4" +0'-4" +0'-4"

DS - 4" 1' DS DS DS 09 9 1/2" 29' - 10" 30' - 0" 29' - 10" 1' - 2 1/4" ROOF 02 2 ACCESS ______1 ______A1.3 A1.2 14' - 4" NEW WORK PLAN NOTES ALTERNATE NO. 1 1980'S BUILDING ROOF INSULATION CALCULATION: 1960'S BUILDING ROOF INSULATION CALCULATION: No. Note Text 01 NEW FULLY ADHERED SINGLE PLY BLACK EXISTING 1" THK INSULATION BOARD: R-3.60 02 EXISTING 3" THK TEXTUM ROOF DECK: R-5.25 EPDM ROOF SYSTEM OVER MULTI-LAYER OF EXISTING 3.5" AVG. THK. L.W. INSUL. 01 NEW 3.8" FLAT POLYISCYANURATE INSUL: R-22.3 FLAT POLYISOCYANURATE RIGID INSULATION. CONCRETE FILL: R-3.50 (TAPERS 2 - 5 INCHES) NEW 0,5" TAPER POLYISOCYANURATE INSUL: R-2.80 EXISTING SUBBASE FILL SLOPES TO ROOF NEW 3.9" FLAT POLYISOCYANURATE INSUL: R-23.0 TOTAL ROOF RATING: R-30.35 DRAIN TOTAL ROOF RATING: R-30.1 02 NEW PREFINISHED METAL GRAVEL STOP AND FASCIA - (COLOR AS SELECTED BY OWNER) 3' - 4" NEW WORK ROOF PLAN 03 PREPARE ROOF DRAIN LEADER AND PAN FOR 1 NEW RETROFIT ROOF DRAIN - (FIELD VERIFY TO A1.1 1/8" = 1'-0" 1 VirginiaMontvale, ______GENERAL ROOFING NOTES: MATCH EXISTING DRAIN SIZE) - SEE DETAIL 0 4' 8' 16' 32' Bedford County A1.2 4/A1.3. Roof Replacement & Repairs For PN 1. TOP OF EXISTING CEMENT FIBER ROOF DECK = 0'-0" 04 PREPARE VENT STACK THROUGH ROOF FOR 1/8" = 1'-0" 1 ______NEW EPDM FLASHING- (FIELD VERIFY VENT 2. THE CONTRACTOR IS RESPONSIBLE FOR VERIFYING ALL ROOF LIBRARY MONTVALE SIZE) - SEE DETAIL 5/A1.3 A1.2 DIMENSIONS VENT HEIGHTS AND EXISTING CURB AND 02 COUNTERFLASHING HEIGHTS. 05 FLASH-IN EXISTING HVAC EQUIPMENT CURB - SEE DETAIL 6/A1.3. 3. ALL DOWNSPOUTS SHALL ALIGN WITH THE FACE OF THE 06 EXTEND EXHAUST FAN CURB TO MIN 8" ABOVE 03 EXISTING TUBE COLUMNS. NEW ROOF INSULATION AND FLASH TO NEW 67' - 11" ROOF SYSTEM - SEE DETAIL 6/A1.3. 4. DOWNSPOUTS SHALL FOLLOW THE PROFILE OF THE BUILDING 07 INSTALL NEW METAL DECK PATCH AND LIGHT WALLS FROM THE GUTTER TO A PRECAST CONCRETE WEIGHT CONCRETE FILL AS REQUIRED TO SPASHBLOCK. CLOSE OPENING IN ROOF 1980'S BUILDING ALTERNATE NO. 1 08 NEW FULLY ADHERED SINGLE PLY BLACK 5. DOWNSPOUTS ON EACH SIDE OF THE 1960'S BUILDING SHALL EPDM ROOF SYSTEM OVER FLAT EXTEND FROM THE GUTTER DOWN TO SPLASHBLOCKS. POLYISOCYANURATE RIGID INSULATION AND A COVER LAYER OF POLYISOCYANURATE 6. THE CONTRACTOR SHALL EXTEND ALL VENT PIPES THRU ROOF 12" TAPERED INSULATION. TAPERED INSULATION MIN ABOVE THE NEW ROOF INSULATION LEVEL. SHALL SLOPE FROM MID ROOF HIGH POINT 02 DOWN TO THE ROOF EDGE. 7. THE CONTRACTOR SHALL EXTEND ALL HVAC EQUIPMENT 01 CONDENSATE LINES ON ELEVATED SUPPORTS TO TERMINATE AT 09 NEW PRE-FINISHED METAL GRAVEL STOP, ROOF DRAINS. FASCIA AND GUTTER WITH DOWNSPOUTS - 30' - 4" - 30' - 11" 19' 0" - 19' (COLOR AS SELECTED BY OWNER) NEW WORK ROOF PLAN 8. THE CONTRACTOR SHALL INSPECT THE CONDITION OF THE 10 INSTALL NEW FIBER CEMENT PANEL TO CLOSE 2 ______CEMENT FIBER ROOF DECK AND NOTIFY THE ENGINEER OF OPENING AT DEMOLISHED EXHAUST FAN. TOP DATE ISSUED: 12/11/2020 A1.2 RECORD OF ANY SOFT OR DAMAGED DECK MATERIAL. OF CLOSURE SHALL BE LEVEL WITH ADJACENT ROOF DECK. SCALE: 1/8" = 1'-0" 11 EXTEND VENT PIPE TO 12" ABOVE FINISHED ROOF LEVEL AND FLASH TO NEW EPDM ROOF JOB. NO. 263-054 SYSTEM - SEE DETAIL 5/A1.3.

12 NEW 30"X30" RUBBER WALKWAY MAT GLUED DESIGNED: WDV TO EPDM ROOF MEMBRANE . 13 EXISTING VENT PIPE TO REMAIN. PROVIDE NEW DRAWN: WDV STAND-OFF SUPPORT. 14 REPLACE DAMAGED FIBER CEMENT PANEL CHECKED: MWS ROOF DECK WITH NEW FIBER CEMENT STRUCTURAL PANEL. RE-GROUT TO EXISTING STEEL BULB TEE'S. ALT. NO.2 - FLASH ROOFING APPROVED: JLL PATCH INTO EXISTING BUILT-UP ROOF TO MAKE WEATHERTIGHT; ALT. NO. 3 - INSTALL NEW DRAWING NO. FIBER CEMENT ROOF DECK STRUCTURAL REPAIR AND REROOF AS INDICATED. A1.1 15 EXTEND EXISTING PVC CONDENSATE DRAIN OVER NEW PIPE SUPPORTS AND TERMINATE REVISION NEAR ROOF DRAIN. BASE BID ALTERNATE NO. 1 NOT ACCEPTED

FLASH IN NEW PRE-MANUFACTURED REMOVE EXISTING METAL EXPANSION JOINT FLASHING NEW MEMBRANE FLASHING REMOVE EXISTING BASE FLASHING, FIBER CANT STRIP EXISTING SINGLE PLY AND WOOD NAILER AT WALL MEMBRANE ROOF SYSTEM EXISTING EMBEDED WOOD WITH STONE BALLAST NAILER TO REMAIN REMOVE EXISTING MEMBRANE NEW FULLY ADHERED 60 MIL EPDM ROOF ROOF- PREPARE CONCRETE MEMBRANE OVER R-23 FLAT RIGID FILL FOR NEW ROOF POLYISOCYANURATE ROOF INSULATION TURN ROOF MEMBRANE DOWN FACE OF NEW PREFINISHED WALL NEW PRESSURE TREATED METAL ROOF EDGE EXIST. FILL 1" SLOPES TO DRAIN WOOD NAILER EACH SIDE OF EXPANSION JOINT EXIST. FILL SLOPES NEW CONTINUOUS NEW FULLY ADHERED 60 MIL EPDM ROOF NEW MULTI-LAYER FLAT TO DRAIN PRESSURE TREATED INSULATION OVER EXISTING REMOVE EXISTING MEMBRANE 2X4 WOOD NAILERS MEMBRANE OVER R-23 ROOF- PREPARE CONCRETE FLAT RIGID TAPERED LIGHT WEIGHT ANCHOR TO EXISTING INSULATING CONCRETE FILL FILL FOR NEW ROOF WOOD PLATE POLYISOCYANURATE ROOF REMOVE EXISTING INSULATION TURN ROOF FILL CAVITY WITH NEW UNFACED METAL GRAVEL STOP MEMBRANE UP FACE OF INSULATION WALL 3 5/8" WIDE BASE BID ALTERNATE NO. 1 CMU ACCEPTED 3/4" AIR SPACE FLASH IN NEW PRE-MANUFACTURED EXPANSION JOINT 12-11-2020 3 5/8" FACE BRICK NEW MEMBRANE FLASHING EXISTING METAL DECK EXISTING METAL DECK 3 5/8" FACE BRICK OVER STEEL JOIST OVER STEEL JOIST NEW SINGLE PLY 3/4" AIR SPACE MEMBRANE ROOF SYSTEM 1 1/4" AIR SPACE EXISTING RIGID INSULATION EXISTING RIGID INSULATION FULLY ADHERED OVER METAL DECK OVER METAL DECK 1 1/2" RIGID INSULATION 7 5/8" WIDE CMU EXISTING INSULATING 7 5/8" WIDE CMU LIGHTWEIGHT CONCRETE EXISTING INSULATING FILL - SLOPES TO ROOF DRAIN LIGHTWEIGHT CONCRETE ASSUME 2" MIN THICKNESS AT FILL - SLOPES TO ROOF DRAIN 1' - 2" ROOF DRAIN 1' - 0"

ASSUME 2" MIN THICKNESS AT 1351 EXIST. - ROOF DRAIN EXIST. 846 NEW MULTI-LAYER FLAT - INSULATION OVER EXISTING 1" TAPERED LIGHT WEIGHT INSULATING CONCRETE FILL 1 ROOF EDGE SECTION 1 2 ROOF FLASHING TERMINATION SECTION 2

NEW PRESSURE TREATED 1350 Fax: 434 A1.2 1 1/2" = 1'-0" A1.2 1 1/2" = 1'-0" ALTERNATE NO. 1 WOOD NAILER EACH SIDE OF - 846

EXPANSION JOINT -

FILL CAVITY WITH NEW UNFACED 904 Lakeside Drive, Lynchburg,VA 24501 434 INSULATION

3 ROOF EXPANSION JOINT SECTION 3 A1.2 1 1/2" = 1'-0"

BASE BID ALTERNATE NO. 1 ACCEPTED

NEW FULLY ADHERED 60 MIL EPDM ROOF MEMBRANE OVER R-26 FLAT RIGID POLYISOCYANURATE ROOF INSULATION TURN ROOF MEMBRANE DOWN FACE OF WALL NEW PREFINISHED REMOVE EXISTING MEMBRANE METAL ROOF EDGE ROOF- PREPARE CONCRETE EXIST. FILL SLOPES NEW CONTINUOUS EXISTING FACE OF EIFS FILL FOR NEW ROOF TO DRAIN PRESSURE TREATED

NEW BASE FLASHING AT 2X4 WOOD NAILERS Virginia Montvale, EXISTING EIFS SYSTEM ANCHOR TO EXISTING WOOD PLATE CUT BACK EXISTING EIFS REMOVE EXISTING Bedford County TO ALLOW NEW ROOF METAL GRAVEL STOP FLASHING 3 5/8" WIDE CMU Roof Replacement & Repairs For

NEW 4" HIGH METAL LIBRARY MONTVALE FLASHING HEMM EDGES 3/4" AIR SPACE TOP AND BOTTOM 3 5/8" FACE BRICK TURN UP NEW ROOF METAL FLASHING AND CURB MEMBRANE AS REQUIRED TO REMAIN AT BASE BID AND BY MANUFACTURER EXISTING METAL DECK ALTERNATE NO.1 AND OVER STEEL JOIST ALTERNATE NO.2 - REMOVE AT NEW MEMBRANE FLASHING

8" ALTERNATE NO.3 TURN UP WALL AND FASTEN WITH TERMINATION BAR EXISTING RIGID INSULATION EXISTING BUILT-UP ROOFING OVER METAL DECK TO REMAIN AT BASE BID AND EXISTING INSULATING ALTERNATE NO.1 AND LIGHTWEIGHT CONCRETE ALTERNATE NO.2 - REMOVE AT FILL - SLOPES TO ROOF DRAIN ALTERNATE NO.3 ASSUME 2" MIN THICKNESS AT SLOPE ROOF DRAIN NEW TAPERED RIGID NEW RIGID ROOF INSULATION POLYISOCYANURATE INSULATION OVER EXISTING LIGHT WEIGHT OVER FLAT LAYER OF INSULATION INSULATING CONCRETE FILL

NEW R-22.3 FLAT RIGID SECTIONS EDGE ROOF NEW PRESSURE TREATED WOOD POLYISOCYANURATE PLATES ANCHOR TO EXISTING INSULATION OVER EXISTING WOOD CONSTRUCTION FIBER CEMENT ROOF DECK DATE ISSUED: 12/11/2020

SCALE: 1 1/2" = 1'-0" EXISTING FIBER CEMENT DECK TO BE REPAIRED AT ALTERNATE NO.2 AND ALTERNATE NO.3 JOB. NO. 263-054 8" 1" 1' - 0" DESIGNED: WDV

4 ROOF FLASHING AT EIFS 5 ROOF EDGE SECTION 5 ALTERNATE NO. 3 LOWER ROOF DRAWN: WDV A1.2 1 1/2" = 1'-0" A1.2 1 1/2" = 1'-0" BASE BID UPPER ROOF CHECKED: MWS

APPROVED: JLL

DRAWING NO. A1.2

REVISION NEW FULLY ADHERED 60 MIL EPDM ROOF MEMBRANE OVER R-21 FLAT RIGID POLYISOCYANURATE ROOF INSULATION NEW FULLY ADHERED 60 MIL EPDM ROOF AND 1/8"/FT TAPERED MEMBRANE OVER R-21 FLAT RIGID POLYISOCYANURATE COVER NEW ROOF SPLICE TO POLYISOCYANURATE ROOF INSULATION NEW ROOF SPLICE TO INSULATION - TURN ROOF MEMBRANE GUTTER FLASHING PER AND 1/8"/FT TAPERED POYISOCYANURATE GUTTER FLASHING PER DOWN FACE MANUFACTURER'S DETAIL COVER INSULATION - TURN ROOF MANUFACTURER'S DETAIL MEMBRANE DOWN FACE OF WALL NEW 2 X4 TREATED WOOD NEW 2 X4 TREATED WOOD REMOVE EXISTING BUILT-UP NAILERS NAILERS ROOF, SLIP SHEET AND REMOVE EXISTING BUILT-UP NEW PREFINISHED METAL PREPARE ROOF DECK TO ROOF, SLIP SHEET AND NEW PREFINISHED METAL GUTTER FLASHING WITH DRIP RECEIVE NEW SLIP SHEET AND PREPARE ROOF DECK TO GUTTER FLASHING WITH DRIP EDGE INSULATION RECEIVE NEW SLIP SHEET AND EDGE INSULATION REMOVE EXISTING REMOVE EXISTING METAL GRAVEL STOP METAL GRAVEL STOP NEW 6"X6" PREFINISHED NEW 6"X6" PREFINISHED METAL CONTINUOUS METAL CONTINUOUS GUTTER AND 3"X4" GUTTER AND 3"X4" DOWNSPOUTS - SEE 12-11-2020 DOWNSPOUTS - SEE ROOF PLAN ROOF PLAN

EXISTING FIBER CEMENT ROOF DECK BETWEEN EXISTING CEMENT FIBER BULB TEE'S ROOF DECK BETWEEN BULB TEE'S DOWNSPOUT BRACKET THREE PER DOWNSPOUT MINIMUM ANCHOR TO MASONRY WALL 1351 - DOWNSPOUT BRACKET THREE PER 846 DOWNSPOUT MINIMUM. ANCHOR 3 5/8" FACE BRICK - TO STEEL COLUMN AND MASONRY 1 1/4" AIR SPACE 5'-0" ROOF OVERHANG 1 1/2" RIGID INSULATION 1350 Fax: 434 - 5 5/8" WIDE CMU 846 - 904 Lakeside Drive, Lynchburg,VA 24501 434

1' - 0" EXIST.

ALTERNATE NO. 3 ROOF EDGE SECTION 8 ALTERNATE NO. 3 2 ROOF EDGE DETAIL 3 A1.3 1 1/2" = 1'-0" A1.3 1 1/2" = 1'-0"

NEW CURB FLASHING NEW RETROFIT ROOF DRAIN Virginia Montvale, TO REMAIN NEW PT WOOD NEW RETRO FIT CLAMPING BLOCKING AS RING EXTEND EXISTING ROOF EXTEND VENT AS Bedford County EXISTING CURB REQ'D CURB TO MIN. 8" ABOVE REQUIRED FOR NEW NEW WATER CUT-OFF MASTIC FLASHING TO REMAIN ROOF MEMBRANE

INSULATION Roof Replacement & Repairs For EXISTING SLEEVE NEW SINGLE PLY ROOF REMOVE EXISTING EXHAUST TOP 12" ABOVE ROOF LIBRARY MONTVALE PIPE OR CONDUIT- TO REMAIN MEMBRANE FULLY ADHERED EXISTING ROOFTOP HVAC FAN AND REINSTALL AFTER NEW RIGID INSULATION NEW CURB MODIFICATIONS SEE PLANS FOR UNIT TO REMAIN IN PLACE LOCATIONS SEALANT TAPER 24" TO DRAIN ARE COMPLETE SLOPE NEW FASTENERS SPLICE ADHESIVE STAINLESS STEEL NEW MEMBRANE SEALANT CLAMPING RING NEW MEMBRANE SEALANT EPDM SEALANT NEW FASTENERS SINGLE-PLY NEW MEMBRANE FLASHING NEW MEMBRANE ROOF FLASHING EXISTING MEMBRANE PREMANUFACTURED CURB EXISTING PREMANUFACTURED CURB

SPLICE ADHESIVE 8" SPLICE ADHESIVE

NEW SINGLE PLY ROOF NEW SINGLE PLY ROOF 1' - 3" 1' MEMBRANE FULLY ADHERED MEMBRANE FULLY ADHERED TOP OF METAL OR FLAT OR TAPERED EXISTING FIBER CEMENT ROOF METAL DECK DECK INSULATION EXISTING SUMP PAN SECTIONS EDGE ROOF TO REMAIN RETROFIT DRAIN BODY W/ WATERTIGHT SEAL RING DATE ISSUED: 11/20/20 5 ROOF PENETRATION DTL 4 RETROFIT ROOF DRAIN DTL A1.3 1 1/2" = 1'-0" A1.3 3" = 1'-0" NEW FLAT OR TAPERED SCALE: As indicated RIGID INSULATION JOB. NO. 263-054 NEW FLAT RIGID EXISTING LIGHT WEIGHT INSULATION CONCRETE OR CEMENT DESIGNED: WDV FIBER ROOF DECK EXISTING LIGHT WEIGHT INSULATING CONCRETE FILL DRAWN: WDV

CHECKED: MWS 7 ROOFTOP HVAC UNIT 6 ROOF EXHAUST FAN CURB 3" = 1'-0" A1.3 3" = 1'-0" A1.3 APPROVED: JLL

DRAWING NO. A1.3

REVISION