STATE OF NORTH CAROLINA

University of North Carolina at Charlotte

Invitation for Bid # 66-190015RL

Miltimore-Wallis Center Roof Replacement

Date of Issue: August 16, 2018 Bid Opening Date: Thursday, August 30, 2018 At 2:00 PM ET

Direct all inquiries concerning this IFB to:

Robert Law Senior Buyer Email: [email protected]

STATE OF NORTH CAROLINA UNIVERSITY OF NORTH CAROLINA AT CHARLOTTE

Invitation for Bids #

66-190015RL ______For internal State agency processing, including tabulation of bids in the Interactive Purchasing System (IPS), please provide your company’s Federal Employer Identification Number or alternate identification number (e.g. Social Security Number). Pursuant to G.S. 132-1.10(b) this identification number shall not be released to the public. This page will be removed and shredded, or otherwise kept confidential, before the procurement file is made available for public inspection.

This page is to be filled out and returned with your bid. Failure to do so may subject your bid to rejection.

ID Number:

______Federal ID Number or Social Security Number

______Vendor Name

STATE OF NORTH CAROLINA University of North Carolina at Charlotte

Refer ALL Inquiries regarding this IFB to: Invitation for Bids # 66-190015RL

Robert Law Bids will be publicly opened: Senior Buyer Thursday, August 30, 2018 @ 2:00 PM ET [email protected] Contract Type: Open Market

Using Department: Facilities Management, Services

EXECUTION In compliance with this Invitation for Bids, and subject to all the conditions herein, the undersigned Vendor offers and agrees to furnish and deliver any or all items upon which prices are bid, at the prices set opposite each item within the time specified herein. By executing this bid, the undersigned Vendor certifies that this bid is submitted competitively and without collusion (G.S. 143-54), that none of its officers, directors, or owners of an unincorporated business entity has been convicted of any violations of Chapter 78A of the General Statutes, the Securities Act of 1933, or the Securities Exchange Act of 1934 (G.S. 143-59.2), and that it is not an ineligible Vendor as set forth in G.S. 143-59.1. False certification is a Class I felony. Furthermore, by executing this bid, the undersigned certifies to the best of Vendor’s knowledge and belief, that it and its principals are not presently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from covered transactions by any Federal or State department or agency. As required by G.S. 143-48.5, the undersigned Vendor certifies that it, and each of its sub-Contractors for any Contract awarded as a result of this IFB, complies with the requirements of Article 2 of Chapter 64 of the NC General Statutes, including the requirement for each employer with more than 25 employees in North Carolina to verify the work authorization of its employees through the federal E-Verify system. G.S. 133-32 and Executive Order 24 (2009) prohibit the offer to, or acceptance by, any State Employee associated with the preparing plans, specifications, estimates for public Contract; or awarding or administering public Contracts; or inspecting or supervising delivery of the public Contract of any gift from anyone with a Contract with the State, or from any person seeking to do business with the State. By execution of this bid response to the IFB, the undersigned certifies, for Vendor’s entire organization and its employees or agents, that Vendor are not aware that any such gift has been offered, accepted, or promised by any employees or agents of Vendor’s organization. Failure to execute/sign bid prior to submittal shall render bid invalid and it WILL BE REJECTED. Late bids CANNOT and WILL NOT be accepted. VENDOR:

STREET ADDRESS: P.O. BOX: ZIP:

CITY & STATE: COUNTY: TELEPHONE NUMBER:

PRINCIPAL PLACE OF BUSINESS ADDRESS IF DIFFERENT FROM ABOVE (SEE INSTRUCTIONS TO VENDORS ITEM #11):

PRINT NAME & TITLE OF PERSON SIGNING ON BEHALF OF VENDOR: FAX NUMBER:

VENDOR’S AUTHORIZED SIGNATURE: DATE: EMAIL:

Offer valid for at least 60 days from date of bid opening, unless otherwise stated here: ______days. After this time, any withdrawal of offer shall be made in writing, effective upon receipt by the University. ACCEPTANCE OF BID If any or all parts of this bid are accepted by the University, an authorized representative of UNC Charlotte shall affix his/her signature hereto and this document and all provisions of this Invitation for Bid along with the Vendor bid response and the written results of any negotiations shall then constitute the written agreement between the parties. A copy of this acceptance will be forwarded to the successful Vendor(s).

FOR UNIVERSITY USE ONLY: Offer accepted and Contract awarded this ____ day of ______, 2018, as indicated on the attached certification, by

______(Authorized Representative of UNC Charlotte).

Page 1 of 21

Bid Number: IFB #66-190015RL Vendor: ______Table of Contents

1.0 PURPOSE AND BACKGROUND ...... 3

2.0 GENERAL INFORMATION ...... 3

2.1 INVITATION FOR BIDS DOCUMENT...... 3 2.2 IFB SCHEDULE ...... 3 2.3 BID QUESTIONS ...... 3 2.4 BID SUBMITTAL ...... 4 2.5 BID CONTENTS ...... 5 2.6 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS ...... 5

3.0 METHOD OF AWARD AND BID EVALUATION PROCESS ...... 6

3.1 METHOD OF AWARD ...... 6 3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION ...... 6 3.3 BID EVALUATION PROCESS ...... 7 3.4 PERFORMANCE OUTSIDE THE UNITED STATES ...... 7 3.5 INTERPRETATION OF TERMS AND PHRASES ...... 8

4.0 REQUIREMENTS ...... 8

4.1 PRICING ...... 8 4.2 DELIVERY AND INSTALLATION ...... 8 4.3 PRODUCT RECALL ...... 8 4.4 WARRANTY ...... 8 4.5 REFERENCES ...... 9

5.0 PRODUCT SPECIFICATIONS ...... 9

5.1 GENERAL SPECIFICATIONS ...... 9 5.2 DEVIATIONS ...... 9

ATTACHMENT A: PRICING FORM ...... 10

ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR ...... 11

ATTACHMENT C: INSTRUCTIONS TO VENDORS ...... 12

ATTACHMENT D: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS ...... 15

ATTACHMENT E: VENDOR INFORMATION FORM ...... 20

ATTACHMENT F: DETAILED SPECIFICATIONS AND DRAWINGS ...... 21

Rev. 06/2018 Page 2 of 21

Bid Number: IFB #66-190015RL Vendor: ______1.0 PURPOSE AND BACKGROUND Successful bidder will replace the existing roof system of the UNC Charlotte Miltimore-Wallis Center; roof areas A1 to A5 are approximately 20,452 square feet. This project will include the removal of the existing membrane, repairs to damaged insulation, and full replacement according to the detailed project specifications. Bids shall be submitted in accordance with the terms and conditions of this IFB and any addenda issued hereto.

2.0 GENERAL INFORMATION

2.1 INVITATION FOR BIDS DOCUMENT The IFB is comprised of the base IFB document, any attachments, and any addenda released before Contract award. All attachments and addenda released for this IFB in advance of any Contract award are incorporated herein by reference.

2.2 IFB SCHEDULE The table below shows the schedule for this IFB. The University will make every effort to adhere to the intended contract award date listed. Action Responsibility Date and Time

Issue IFB University Thursday, August 16, 2018 Hold Pre-bid Meeting/Site Visit University Tuesday, August 21, 2018 @ 2:00 PM ET Submit Written Questions Vendors Thursday, August 23, 2018 @ 12:00 PM ET Provide Responses to Questions University Friday, August 24, 2018 Submit Bids Vendors Thursday, August 30, 2018 @ 2:00 PM ET Award Contract University Upon completion of technical evaluation

Optional Site Visit / Pre-bid Conference Date: August 21, 2018 Time: 2:00 P.M. Eastern Time

Instructions: Vendor representatives are URGED and CAUTIONED to visit the site and apprise themselves of the conditions and requirements which will affect the performance of the work called for by this Invitation for Bid. A non- mandatory site visit is scheduled for Tuesday, August 21st, at 2:00 PM Eastern Time in the Student Activity Center, Salon AB 3rd Floor, UNC Charlotte, 9201 University City Blvd, Charlotte, NC, 28223. A campus map is available at http://www.uncc.edu/directions/ and Vendors are strongly encouraged to arrive early because parking on campus is difficult to obtain. Submission of a bid shall constitute sufficient evidence of this compliance and no allowance will be made for unreported conditions, which a prudent Vendor would recognize as affecting the performance of the work called for in this bid.

Vendor is cautioned that any information released to attendees during the site visit, other than that involving the physical aspects of the facility referenced above, and which conflicts with, supersedes, or adds to requirements in this Invitation for Bid, must be confirmed by written addendum before it can be considered to be a part of this bid.

2.3 BID QUESTIONS Purpose: Upon review of the IFB documents, Vendors may have questions to clarify or interpret the IFB in order to submit the best bid possible. To accommodate the Bid Questions process, Vendors shall submit any such questions by the above due date.

Instructions: Written questions shall be emailed to Robert Law at [email protected] by the date and time specified above. Vendors will enter “IFB #66-190015RL – Questions” as the subject for the email. Questions submittals will include a reference to the applicable IFB section.

Rev. 06/2018 Page 3 of 21

Bid Number: IFB #66-190015RL Vendor: ______Questions received prior to the submission deadline date, the University’s response, and any additional terms deemed necessary by the University will be posted in the form of an addendum to the Interactive Purchasing System (IPS), http://www.ips.state.nc.us, and shall become an Addendum to this IFB. No information, instruction or advice provided orally or informally by any University personnel, whether made in response to a question or otherwise in connection with this IFB, shall be considered authoritative or binding. Vendors shall be entitled to rely only on written material contained in an Addendum to this IFB.

2.4 BID SUBMITTAL Instructions: Sealed bids, subject to the conditions made a part hereof and the receipt requirements described below, shall be received at the address indicated in the table below, for furnishing and delivering those items as described herein. Refer to Section 2.5 BID CONTENTS for details on required content of submitted bids.

MAILING ADDRESS FOR DELIVERY OF BID VIA U.S. POSTAL SERVICE OR BY ANY OTHER CARRIER

BID NUMBER: 66-190015RL Attn: Robert Law UNC Charlotte Purchasing Office 9201 University City Blvd. Reese Building 3rd Floor Charlotte, NC 28223

IMPORTANT NOTE: It is the responsibility of the Vendor to have the signed bid physically in the Purchasing Office by the specified time and date of opening, regardless of the method of delivery. This is an absolute requirement. The time of delivery will be marked on each bid when received, and any bid received after the bid submission deadline will not be accepted or evaluated. Sealed bids, subject to the conditions made a part hereof, will be received at the address indicated in the table in this Section, for furnishing and delivering the commodity as described herein.

All risk of late arrival due to unanticipated delay—whether delivered by hand, U.S. Postal Service, courier or other delivery service or method—is entirely on the Vendor. Note that the U.S. Postal Service generally does not deliver mail to the street address above, but to the University’s Mail Service Center. Vendors are cautioned that bids sent via U.S. Mail, including Express Mail, may not be delivered by the Mail Service Center to the University’s purchasing office on the due date in time to meet the bid deadline. All Vendors are urged to take the possibility of delay into account when submitting a bid.

Vendors shall deliver one (1) signed, original executed bid response and one (1) electronic copy (on CD, DVD or flash drive) to the address identified in the table in this Section. Include only bids in response to this IFB in a sealed package. Address package and insert bid number as shown in the table in this Section. The electronic files shall not be password-protected, shall be in .PDF, .DOC, or .XLS format, and shall be capable of being copied to other media including readable in Microsoft Word and/or Microsoft Excel.

Bids shall be marked on the outside of the sealed envelope with the Vendor’s name, Bid number and date and time of opening. If Vendor is submitting more than one bid, each bid shall be submitted in separate sealed envelopes and marked accordingly. For delivery purposes, separate sealed bids from a single Vendor may be included in the same outer package.

Attempts to submit a Bid via facsimile (FAX) machine, telephone or electronic means, including but not limited to email, in response to this Invitation for Bids will not be accepted. Bids are subject to rejection unless submitted with the information above included on the outside of the sealed bid package.

Critical updated information may be included in Addenda to this IFB. It is important that all Vendors proposing on this

Rev. 06/2018 Page 4 of 21

Bid Number: IFB #66-190015RL Vendor: ______IFB periodically check the State’s IPS website for any Addenda that may be issued prior to the bid opening date. All Vendors shall be deemed to have read and understood all information in this IFB and all Addenda thereto.

Contact with anyone working for or with the University regarding this IFB other than the University Contract Lead named on the face page of this IFB in the manner specified by this IFB shall constitute grounds for rejection of said Vendor’s offer, at the University’s election.

2.5 BID CONTENTS Vendors shall populate all attachments of this IFB that require the Vendor to provide information and include an authorized signature where requested. Vendor IFB responses shall include the following items: a) Completed and signed version of EXECUTION PAGE, completed version of any pages requiring vendor input, and signed receipt pages of any addenda released in conjunction with this IFB. b) Copy of Vendor’s North Carolina General Contractor’s License and license number. c) Completed version of ATTACHMENT A: PRICING FORM d) Completed version of ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR e) Completed and signed version of ATTACHMENT E: VENDOR INFORMATION FORM

2.6 DEFINITIONS, ACRONYMS, AND ABBREVIATIONS a) AGENCY SPECIFIC TERM CONTRACT: A contract generally intended to cover all normal requirements for a commodity for a specified period of time based on estimated quantities for a single entity. b) BAFO: Best and Final Offer, submitted by a Vendor to alter its initial bid, made in response to a request by the University. c) BUYER: The employee of the University or Other Eligible Entity that places an order with the Vendor. d) COMMUNITY COLLEGE: Any of the fifty-eight (58) public North Carolina Community Colleges. e) CONTRACT LEAD: Representative of the University who corresponds with potential Vendors in order to identify and contract with that Vendor providing the greatest benefit to the University and who will administer the contract for the University. f) FOB-DESTINATION: Title changes hand from Vendor to purchaser at the destination point of the shipment; Vendor owns commodity in transit and files any claims, and Vendor pays all freight and any related transportation charges. A solicitation may request Vendors to separately identify freight charges in its bid, but no amount or charge not included as part of the total bid price will be paid. g) IFB: Invitation for Bids. h) LOT: A grouping of similar products within an IFB. i) ON-TIME DELIVERY: The delivery of all items within a single order to the receiving point designated by the ordering entity within the delivery time required. j) QUALIFIED BID: A responsive bid submitted by a responsible Vendor. k) STATE: The State of North Carolina, including any of its sub-units recognized under North Carolina law. l) STATE AGENCY: Any of the more than 400 sub-units within the executive branch of the State, including its departments, boards, commissions, institutions of higher education and other institutions. m) VENDOR: Supplier, bidder, proposer, company, firm, corporation, partnership, individual or other entity submitting a response to an Invitation for Bids.

2.7 NOTICE TO VENDORS REGARDING TERMS AND CONDITIONS It shall be the Vendor’s responsibility to read the Instructions, the State’s terms and conditions, all relevant exhibits and attachments, and any other components made a part of this IFB, and comply with all requirements and specifications herein. Vendors also are responsible for obtaining and complying with all Addenda and other changes that may be issued in connection with this IFB.

Rev. 06/2018 Page 5 of 21

Bid Number: IFB #66-190015RL Vendor: ______If Vendors have questions, issues, or exceptions regarding any term, condition, instruction or other component within this IFB, those shall be submitted as questions in accordance with in the instructions in Section 2.3 BID QUESTIONS. If the University determines that any changes will be made as a result of the questions asked, then such decisions will be communicated in the form of an IFB addendum. The University may also elect to leave open the possibility for later negotiation and amendment of specific provisions of the Contract that have been addressed during the question and answer period. Other than through this process, the University rejects and will not be required to evaluate or consider any additional or modified terms and conditions or Instructions to Vendor submitted with Vendor’s bid document. This applies to any language appearing in or attached to the document as part of the Vendor’s bid that purports to vary any terms and conditions or Vendors’ instructions herein or to render the bid non-binding or subject to further negotiation. Vendor’s bid shall constitute a firm offer. By execution and delivery of a bid in response to this Invitation for Bids, Vendor agrees that any additional or modified terms and conditions, including Instructions to Vendors, whether submitted purposely or inadvertently, or any purported condition to the offer shall have no force or effect, and will be disregarded. Noncompliance with, or any attempt to alter or delete, this paragraph shall constitute sufficient grounds to reject Vendor’s bid as nonresponsive.

If a Vendor desires modification of the terms and conditions of this solicitation, it is urged and cautioned to inquire during the question period, in accordance with the instructions in the Bid Questions Section, about whether specific language proposed as a modification is acceptable to or will be considered by the University. Identification of objections or exceptions to the State’s terms and conditions in the bid itself shall not be allowed and shall be disregarded or the bid rejected. By executing and submitting its bid in response to this IFB, Vendor understands and agrees that the University may exercise its discretion not to consider any and all proposed modifications a Vendor may request and may accept Vendor’s bid under the terms and conditions in this IFB.

3.0 METHOD OF AWARD AND BID EVALUATION PROCESS

3.1 METHOD OF AWARD All qualified bids will be evaluated and award or awards will be made to the lowest responsive and responsible bid meeting specifications.

While the intent of this IFB is to award a Contract to single vendor for the entire roof project, the University reserves the right to make separate awards to different Vendors for one or more portions of the work, to not award one or more portions, or to cancel this IFB in its entirety without awarding a Contract, if it is considered to be most advantageous to the University to do so.

The University reserves the right to waive any minor informality or technicality in bids received.

3.2 CONFIDENTIALITY AND PROHIBITED COMMUNICATIONS DURING EVALUATION During the evaluation period—from the date bids are opened through the date the contract is awarded—each Vendor submitting a bid (including its representatives, sub-contractors and/or suppliers) is prohibited from having any communications with any person inside or outside the University, other government agency office, or body (including the purchaser named above, department secretary, agency head, members of the general assembly and/or governor’s office), or private entity, if the communication refers to the content of Vendor’s bid or qualifications, the contents of another Vendor’s bid, another Vendor’s qualifications or ability to perform the contract, and/or the transmittal of any other communication of information that could be reasonably considered to have the effect of directly or indirectly influencing the evaluation of bids and/or the award of the contract. A Vendor not in compliance with this provision shall be disqualified from contract award, unless it is determined in the University’s discretion that the communication was harmless, that it was made without intent to influence and that the best interest of the University would not be served by the disqualification. A Vendor’s bid may be disqualified if its sub-contractor and supplier engage in any of the foregoing communications during the time that the procurement is active (i.e., the issuance date of the procurement to the date of contract award). Only those discussions, communications or transmittals of information authorized or initiated by the

Rev. 06/2018 Page 6 of 21

Bid Number: IFB #66-190015RL Vendor: ______University for this IFB or general inquiries directed to the purchaser regarding requirements of the IFB (prior to bid submission) or the status of the contract award (after submission) are excepted from this provision.

3.3 BID EVALUATION PROCESS The University shall review all Vendor responses to this IFB to confirm that they meet the specifications and requirements of the IFB. a) Bids are requested for the project as specified, or approved equivalent in design, function and performance. The University reserves the right to reject any bid on the basis of fit, form and function as well as cost. All information furnished on this bid may be used as a factor in determining the award of this contract. b) Bids will be received from each responsive Vendor in a sealed envelope or package.

c) All bids shall be received by the University not later than the date and time specified on the cover sheet of this IFB.

d) At that date and time specified as the bid opening, the package containing the bids from each responding firm will be opened publicly and the name of the Vendor and the price(s) bid announced.

e) The University shall review all Vendor responses to this IFB to confirm that they meet the specifications and requirements of the IFB.

f) For all responses that pass the initial review process, the University will review and assess the Vendors’ pricing. The University may request additional formal responses or submissions from any or all Vendors for the purpose of clarification or to amplify the materials presented in any part of the bid. Vendors are cautioned, however, that the University is not required to request clarification, and often does not. Therefore, all bids should be complete and reflect the most favorable terms available from the Vendor. Prices bid cannot be altered or modified as part of a clarification.

g) Bids will be evaluated, based on the award criteria identified in Section 3.1 METHOD OF AWARD.

Vendors are cautioned that this is a request for offers, not an offer or request to contract, and the University reserves the unqualified right to reject any and all offers at any time if such rejection is deemed to be in the best interest of the University.

The University reserves the right to reject all original offers and request one or more of the Vendors submitting bids within a competitive range to submit a best and final offer (BAFO), based on discussions and negotiations with the University, if the initial responses to the IFB have been evaluated and determined to be unsatisfactory.

Upon completion of the evaluation process, the University will make award(s) based on the evaluation and post the award(s) to IPS under the IFB number for this solicitation. Award of a Contract to one Vendor does not mean that the other bids lacked merit, but that, all factors considered, the selected bid was deemed most advantageous and represented the best value to the University.

3.4 PERFORMANCE OUTSIDE THE UNITED STATES Vendor shall complete ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR. In addition to any other evaluation criteria identified in this IFB, the University may, for purposes of evaluating proposed or actual contract performance outside of the United States, also consider how that performance may affect the following factors to ensure that any award will be in the best interest of the University:

• Total cost to the University • of quality provided by the Vendor • Process and performance capability across multiple jurisdictions • Protection of the University’s information and intellectual property • Availability of pertinent skills • Ability to understand the University’s business requirements and internal operational culture

Rev. 06/2018 Page 7 of 21

Bid Number: IFB #66-190015RL Vendor: ______• Particular risk factors such as the security of the University’s information technology • Relations with citizens and employees • Contract enforcement jurisdictional issues

3.5 INTERPRETATION OF TERMS AND PHRASES This Invitation for Bids serves two functions: (1) to advise potential Vendors of the parameters of the solution being sought by the Department; and (2) to provide (together with other specified documents) the terms of the Contract resulting from this procurement. As such, all terms in the Invitation for Bids shall be enforceable as contract terms in accordance with the General Contract Terms and Conditions. The use of phrases such as “shall,” “must,” and “requirements” are intended to create enforceable contract conditions. In determining whether bids should be evaluated or rejected, the Department will take into consideration the degree to which Vendors have proposed or failed to propose solutions that will satisfy the Department’s needs as described in the Invitation for Bids. Except as specifically stated in the Invitation for Bids, no one requirement shall automatically disqualify a Vendor from consideration. However, failure to comply with any single requirement may result in the Department exercising its discretion to reject a bid in its entirety.

4.0 REQUIREMENTS This Section lists the requirements related to this IFB. By submitting a bid, the Vendor agrees to meet all stated requirements in this Section as well as any other specifications, requirements and terms and conditions stated in this IFB. If a Vendor is unclear about a requirement or specification or believes a change to a requirement would allow for the University to receive a better bid, the Vendor is urged and cautioned to submit these items in the form of a question during the question and answer period in accordance with the Bid Questions Section.

4.1 PRICING Bid price shall constitute the total cost to the University for completed project including all applicable charges for shipping, delivery, handling, administrative and other similar fees. Vendor shall not invoice for any amounts not specifically allowed for in this IFB. Complete ATTACHMENT A: PRICING FORM and include with Bid.

4.2 DELIVERY AND INSTALLATION Delivery shall not be considered to have occurred until installation has been completed. Upon completion of the installation, the Vendor shall remove and properly dispose of all waste and debris from the installation site. The Vendor shall be responsible for leaving the installation area clean and ready to use.

4.3 PRODUCT RECALL Vendor expressly assumes full responsibility for prompt notification to the Buyer listed on the face of this IFB of any product recall in accordance with the applicable state or federal regulations. The Vendor shall support the University, as necessary, to promptly replace any such products, at no cost to the University.

4.4 WARRANTY

Vendor warrants that all equipment/materials furnished under this IFB will be new, of good material and workmanship. The manufacturer warranty will be for a twenty (20) year period, per industry standard, from date the completed roof is put into operation. In addition, a 2 year Contractor Warranty shall cover the cost of all defective parts replacement, labor, freight, and technicians travel at no additional cost to the University.

The report of a problem does not presuppose that every call must result in an “on-site” visit for service/repair. The Vendor and/or service sub-contractor shall utilize best efforts to resolve problems in a timely through the use of acceptable servicing methods to include, but not limited to, verbal problem analysis and remote diagnosis. The warranty requirement does not impose any additional duty on the University to make other than normal and good faith problem resolution efforts or expenditures of time. Vendor is responsible for compliance with warranty terms by any third-party service provider.

Vendor is authorized by manufacturer to repair equipment offered during the warranty period? YES NO

Rev. 06/2018 Page 8 of 21

Bid Number: IFB #66-190015RL Vendor: ______Will the Vendor provide warranty service? YES NO, an authorized third party will perform warranty service

Contact information for warranty service provider:

Company Name: ______

Company Address: ______

______

Contact Person (name): ______

Contact Person (phone number): ______

Contact Person (email): ______

4.5 REFERENCES Vendors shall provide three (3) references for which your company has performed services of substantially the same features and quality to those solicited herein. The University may contact these users to determine the services provided are substantially similar to those bid herein and Vendor’s performance has been satisfactory. Such information may be considered in the evaluation of the bid.

5.0 PRODUCT SPECIFICATIONS

5.1 GENERAL SPECIFICATIONS Remove and dispose of the existing roof membrane down to the existing insulation system which will remain; replace any deteriorated insulation in accordance with Unit Prices and Quantity Allowances from ATTACHMENT A; provide supplemental attachment of insulation to steel deck in accordance with Unit Prices and Quantity Allowances from ATTACHMENT A; adhere tapered insulation crickets in foam adhesive where indicated in detailed drawings; adhere overlayment insulation in foam adhesive; fully adhere thermoplastic single ply membrane along with flashings and accessories; and provide sheet metal flashings and trim to provide a complete, watertight, 20-year warrantable roof assembly. See ATTACHMENT F for Detailed Specifications and Drawings.

5.2 DEVIATIONS The nature of all deviations from the Specifications/Requirements listed herein shall be clearly described by the Vendor. Otherwise, it will be considered that services offered by the Vendor are in strict compliance with the Specifications/Requirements, and the successful Vendor shall be held responsible to perform as specified. Deviations shall be explained in detail below or on an attached sheet. However, no implication is made or intended by the University that any deviation will be acceptable.

______

______

______

Attachments to this IFB begin on the next page.

Rev. 06/2018 Page 9 of 21

Bid Number: IFB #66-190015RL Vendor: ______ATTACHMENT A: PRICING FORM

FURNISH AND INSTALL:

Furnish all materials, equipment, and labor necessary to complete the construction of the work described in these documents in full and complete accordance with plans, specifications, and contract documents. Project must be completed to the full and entire satisfaction of the State of North Carolina, REI Engineers, and UNC Charlotte.

COMPLETE ROOF INSTALL BASE BID: $______

UNIT PRICES: UP-1: Provide Additional Screws and Plates to Secure Existing Insulation to Deck.

a. Unit of Measurement 100 Each (EA).....………...... $ ______/EA

UP-2: Replace Wet or Deteriorated 2” Roof Insulation. a. Unit of Measurement: Square Foot...... $ ______/SF

UP-3: Replace Damage or Deteriorated Wood Blocking a. Unit of Measurement: Board Foot (BF)...... $ ______/BF

UP-4: Replace Damaged or Deteriorated Plywood. a. Unit of Measurement: Square Foot (SF)...... $ ______/SF

Note: Unit Price is an amount proposed by Bidders, stated on this ATTACHMENT A, as a price per unit of measurement for materials or services added to or deducted from the project if estimated quantities of work required are increased or decreased. Prior to performing any work under a Unit Price as specified herein, the Contractor shall notify the Engineer to allow for measurement of the actual quantities of work; any work performed under these items without prior approval and measurement shall be at the Contractor’s expense. The Contractor shall maintain a daily log, including visual documentation, i.e. digital photographs, showing dates, location and exact quantities of Unit Price work. Owner reserves the right to reject Contractor’s measurement of work-in-place that involves use of established Unit Prices and to have this work measured, at Owner’s expense, by an independent party. Unit Prices shall include all costs associated with performing the Unit Price work including, but not limited to, labor, material, equipment, insurance, applicable taxes, overhead and profit, etc. Unit Price work shall be installed in accordance with the applicable specification section(s) and detailed drawings for the project.

QUANTITY ALLOWANCES Quantity allowance for the items indicated below shall be included in the base bid. The Unit Price submitted on ATTACHMENT A shall be used to compute the quantity allowances. The quantities indicated are estimated quantities only for the purpose of comparing bids. The Contractor will be compensated at the Unit Price bid for the exact quantity of work performed under each Unit Price item. Deductive amounts of Unit Price work included in the bid will be calculated at 100% of the quoted Unit Price.

1. Provide Additional Screws and Plates to Secure Existing Insulation to Steel Deck...... 40 ea. 2. Replace Wet or Deteriorated 2” Roof Insulation...... 2,000 sq. ft. 3. Replace Damaged or Deteriorated Wood Blocking ...... 50 bd. ft. 4. Replace Damaged or Deteriorated Plywood...... 200 sq. ft.

Rev. 06/2018 Page 10 of 21

Bid Number: IFB #66-190015RL Vendor: ______ATTACHMENT B: LOCATION OF WORKERS UTILIZED BY VENDOR

In accordance with NC General Statute 143-59.4, the Vendor shall detail the location(s) at which performance will occur, as well as the manner in which it intends to utilize resources or workers outside of the United States in the performance of this Contract. The University will evaluate the additional risks, costs, and other factors associated with such utilization prior to making an award. Please complete items a, b, and c below.

a) Will any work under this Contract be performed outside the United States? YES NO

If the Vendor answered “YES” above, Vendor shall complete items 1 and 2 below: 1. List the location(s) outside the United States where work under this Contract will be performed by the Vendor, any sub-Contractors, employees, or other persons performing work under the Contract:

2. Describe the corporate structure and location of corporate employees and activities of the Vendor, its affiliates or any other sub-Contractors that will perform work outside the U.S.:

b) The Vendor agrees to provide notice, in writing to the University, of the relocation of the Vendor, employees of the Vendor, sub-Contractors of the Vendor, or other YES NO persons performing services under the Contract outside of the United States

NOTE: All Vendor or sub-Contractor personnel providing call or contact center services to the State of North Carolina under the Contract shall disclose to inbound callers the location from which the call or contact center services are being provided.

c) Identify all U.S. locations at which performance will occur:

Rev. 06/2018 Page 11 of 21

Bid Number: IFB #66-190015RL Vendor: ______ATTACHMENT C: INSTRUCTIONS TO VENDORS

1. READ, REVIEW AND COMPLY: It shall be the Vendor’s responsibility to read this entire document, review all enclosures and attachments, and any addenda thereto, and comply with all requirements specified herein, regardless of whether appearing in these Instructions to Vendors or elsewhere in this IFB document.

2. LATE BIDS: Late bids, regardless of cause, will not be opened or considered, and will automatically be disqualified from further consideration. It shall be the Vendor’s sole responsibility to ensure delivery at the designated office by the designated time.

3. ACCEPTANCE AND REJECTION: The University reserves the right to reject any and all bids, to waive any informality in bids and, unless otherwise specified by the Vendor, to accept any item in the bid. If either a unit price or an extended price is obviously in error and the other is obviously correct, the incorrect price will be disregarded.

4. BASIS FOR REJECTION: Pursuant to 01 NCAC 05B .0501, the University reserves the right to reject any and all offers, in whole or in part, by deeming the offer unsatisfactory as to quality or quantity, delivery, price or service offered, non-compliance with the requirements or intent of this solicitation, lack of competitiveness, error(s) in specifications or indications that revision would be advantageous to the University, cancellation or other changes in the intended project or any other determination that the proposed requirement is no longer needed, limitation or lack of available funds, circumstances that prevent determination of the best offer, or any other determination that rejection would be in the best interest of the University.

5. EXECUTION: Failure to sign the Execution page (page 3 of the IFB) in the indicated will render bid non- responsive, and it shall be rejected.

6. ORDER OF PRECEDENCE: In cases of conflict between specific provisions in this solicitation or in any resulting contract, the order of precedence shall be (high to low) (1) any special terms and conditions specific to this IFB, including any negotiated terms; (2) requirements and specifications in Sections 2, 4, and 5 of this IFB; (3) North Carolina General Contract Terms and Conditions in ATTACHMENT D: NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS; (4) Instructions in ATTACHMENT C: INSTRUCTIONS TO VENDORS; and (5) Vendor’s Bid.

7. INFORMATION AND DESCRIPTIVE LITERATURE: Vendor shall furnish all information requested and in the spaces provided in this document. Further, if required elsewhere in this bid, each Vendor shall submit with their bid sketches, descriptive literature and/or complete specifications covering the products offered. Reference to literature submitted with a previous bid or available elsewhere will not satisfy this provision. Bids that do not comply with these requirements shall constitute sufficient grounds to reject the bid.

8. RECYCLING AND SOURCE REDUCTION: It is the policy of the University to encourage and promote the purchase of products with recycled content to the extent economically practicable, and to purchase items which are reusable, refillable, repairable, more durable and less toxic to the extent that the purchase or use is practicable and cost- effective. We also encourage and promote using minimal packaging and the use of recycled/recyclable products in the packaging of commodities purchased. However, no sacrifice in quality of packaging will be acceptable. The company remains responsible for providing packaging that will adequately protect the commodity and contain it for its intended use. Companies are strongly urged to bring to the attention of purchasers those products or packaging they offer which have recycled content and that are recyclable.

9. CERTIFICATE TO TRANSACT BUSINESS IN NORTH CAROLINA: As a condition of contract award, each out-of- State Vendor that is a corporation, limited-liability company or limited-liability partnership shall have received, and shall maintain throughout the term of The Contract, a Certificate of Authority to Transact Business in North Carolina from the North Carolina Secretary of State, as required by North Carolina law. A University contract requiring only an isolated transaction completed within a period of six months, and not in the course of a number of repeated transactions of like nature, shall not be considered as transacting business in North Carolina and shall not require a Certificate of Authority to Transact Business.

Rev. 06/2018 Page 12 of 21

Bid Number: IFB #66-190015RL Vendor: ______10. SUSTAINABILITY: To support the sustainability efforts of the State of North Carolina we solicit your cooperation in this effort. Pursuant to Executive Order 156 (1999), it is desirable that all responses meet the following: • All copies of the bid are printed double sided. • All submittals and copies are printed on recycled paper with a minimum post-consumer content of 30%. • Unless absolutely necessary, all bids and copies should minimize or eliminate use of non-recyclable or non- reusable materials such as plastic report covers, plastic dividers, vinyl sleeves, and GBC binding. Three-ringed binders, glued materials, paper clips, and staples are acceptable. • Materials should be submitted in a format which allows for easy removal, filing and/or recycling of paper and binder materials. Use of oversized paper is strongly discouraged unless necessary for clarity or legibility.

11. HISTORICALLY UNDERUTILIZED BUSINESSES: Pursuant to General Statute 143-48 and Executive Order #150 (1999), the University invites and encourages participation in this procurement process by businesses owned by minorities, women, disabled, disabled business enterprises and non-profit work centers for the blind and severely disabled.

12. RECIPROCAL PREFERENCE: G.S. 143-59 establishes a reciprocal preference requirement to discourage other states from favoring their own resident Vendors by applying a percentage increase to the price of any bid from a North Carolina resident Vendor. The “Principal Place of Business” is defined as that principal place from which the trade or business of the Vendor is directed or managed.

13. INELIGIBLE VENDORS: As provided in G.S. 147-86.59 and G.S. 147-86.82, the following companies are ineligible to contract with the State of North Carolina or any political subdivision of the State: a) any company identified as engaging in investment activities in Iran, as determined by appearing on the Final Divestment List created by the State Treasurer pursuant to G.S. 147-86.58, and b) any company identified as engaged in a boycott of Israel as determined by appearing on the List of restricted companies created by the State Treasurer pursuant to G.S. 147- 86.81. A contract with the State or any of its political subdivisions by any company identified in a) or b) above shall be void ab initio.

14. CONFIDENTIAL INFORMATION: To the extent permitted by applicable statutes and rules, the University will maintain confidential trade secrets that the Vendor does not wish disclosed. As a condition to confidential treatment, each page containing trade secret information shall be identified in boldface at the top and bottom as “CONFIDENTIAL” by the Vendor, with specific trade secret information enclosed in boxes or similar indication. Cost information shall not be deemed confidential under any circumstances. Regardless of what a Vendor may label as a trade secret, the determination whether it is or is not entitled to protection will be determined in accordance with G.S. 132-1.2. Any material labeled as confidential constitutes a representation by the Vendor that it has made a reasonable effort in good faith to determine that such material is, in fact, a trade secret under G.S. 132-1.2. Vendors are urged and cautioned to limit the marking of information as a trade secret or as confidential so far as is possible.

15. PROTEST PROCEDURES: When a Vendor wishes to protest a Contract resulting from this solicitation that is awarded by the University, a Vendor shall submit a written request addressed to the University Purchasing Officer at 9201 University City Blvd, Reese Building 3rd Floor, Charlotte, NC, 28223. The protest request must be received at the University within thirty (30) consecutive calendar days from the date of the Contract award. Protest letters shall contain specific grounds and reasons for the protest, how the protesting party was harmed by the award made and any documentation providing support for the protesting party’s claims. Note: Contract award notices are sent only to the Vendor actually awarded the Contract, and not to every person or firm responding to a solicitation. Bid status and Award notices are posted on the Internet at https://www.ips.state.nc.us/ips/. All protests will be handled pursuant to the North Carolina Administrative Code, 01 NCAC 05B .1519.

16. COMMUNICATIONS BY VENDORS: In submitting its bid, the Vendor agrees not to discuss or otherwise reveal the contents of its bid to any source, government or private, outside of the University until after the award of the Contract or cancellation of this IFB. All Vendors are forbidden from having any communications with the University, or any other representative of the University concerning the solicitation, during the evaluation of the bids (i.e., after the public opening of the bids and before the award of the Contract), unless the University directly contacts the Vendor(s) for purposes of seeking clarification or another reason permitted by the solicitation. A Vendor shall not: (a) transmit to the University any information commenting on the ability or qualifications of any other Vendor to provide the advertised good, equipment, commodity; (b) identify defects, errors and/or omissions in any other Vendor’s bid and/or prices at any time during the procurement process; and/or (c) engage in or attempt any other communication

Rev. 06/2018 Page 13 of 21

Bid Number: IFB #66-190015RL Vendor: ______or conduct that could influence the evaluation and/or award of the Contract that is the subject of this IFB. Vendors not in compliance with this provision may be disqualified, at the option of the University, from the Contract award. Only those communications with the University authorized by this IFB are permitted.

17. TABULATIONS: Bid tabulations can be electronically retrieved at the Interactive Purchasing System (IPS), https://www.ips.state.nc.us/ips/BidNumberSearch.aspx. Click on the IPS BIDS icon, click on Search for Bid, enter the bid number, and then search. Lengthy or complex tabulations may be summarized, with other details not made available on IPS, and requests for additional details or information concerning such tabulations cannot be honored.

18. VENDOR REGISTRATION AND SOLICITATION NOTIFICATION SYSTEM: The North Carolina electronic Vendor Portal (eVP) allows Vendors to electronically register free with the State to receive electronic notification of current procurement opportunities for goods and services of potential interests to them available on the Interactive Purchasing System, as well as notifications of status changes to those solicitations. Online registration and other purchasing information is available at the following website https://www.ips.state.nc.us/.

19. WITHDRAWAL OF BID: a bid may be withdrawn only in writing and actually received by the office issuing the IFB prior to the time for the opening of bids identified on the cover page of this IFB (or such later date included in an Addendum to the IFB). A withdrawal request shall be on Vendor’s letterhead and signed by an official of the Vendor authorized to make such request. Any withdrawal request made after the opening of bids shall be allowed only for good cause shown and in the sole discretion of the Division of Purchase and Contract.

20. INFORMAL COMMENTS: The University shall not be bound by informal explanations, instructions or information given at any time by anyone on behalf of the University during the competitive process or after award. The University is bound only by information provided in this IFB and in formal Addenda issued through IPS.

21. COST FOR BID PREPARATION: Any costs incurred by Vendor in preparing or submitting bids are the Vendor’s sole responsibility; the University of North Carolina will not reimburse any Vendor for any costs incurred prior to award.

22. VENDOR’S REPRESENTATIVE: Each Vendor shall submit with its bid the name, address, and telephone number of the person(s) with authority to bind the firm and answer questions or provide clarification concerning the firm's bid.

23. INSPECTION AT VENDOR’S SITE: The University reserves the right to inspect, at a reasonable time, the equipment/item, plant or other facilities of a prospective Vendor prior to Contract award, and during the Contract term as necessary for the University determination that such equipment/item, plant or other facilities conform with the specifications/requirements and are adequate and suitable for the proper and effective performance of the Contract.

Rev. 06/2018 Page 14 of 21

Bid Number: IFB #66-190015RL Vendor: ______ATTACHMENT D: NORTH CAROLINA GENERAL CONTRACT TERMS & CONDITIONS

1. DEFAULT AND PERFORMANCE BOND: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the University shall have the right to terminate this contract by giving written notice to the Vendor and specifying the effective date thereof. In that event, all finished or unfinished deliverable items under this contract prepared by the Vendor shall, at the option of the University, become its property, and the Vendor shall be entitled to receive just and equitable compensation for any acceptable work completed on such materials. Notwithstanding, Vendor shall not be relieved of liability to the University for damages sustained by the University by virtue of any breach of this contract, and the University may withhold any payment due the Vendor for the purpose of setoff until such time as the exact amount of damages due the University from such breach can be determined. The University reserves the right to require at any time a performance bond or other acceptable alternative performance guarantees from a Vendor without expense to the University.

In addition, in the event of default by the Vendor under this contract, or upon the Vendor filing a petition for bankruptcy or the entering of a judgment of bankruptcy by or against the Vendor, the University may immediately cease doing business with the Vendor, immediately terminate this contract for cause, and may act to debar the Vendor from doing future business with the University.

2. GOVERNMENTAL RESTRICTIONS: In the event any Governmental restrictions are imposed which necessitate alteration of the material, quality, workmanship or performance of the items offered prior to their delivery, it shall be the responsibility of the Vendor to notify, in writing, the Contract Lead at once, indicating the specific regulation which required such alterations. The University reserves the right to accept any such alterations, including any price adjustments occasioned thereby, or to cancel the Contract.

3. AVAILABILITY OF FUNDS: Any and all payments to the Vendor shall be dependent upon and subject to the availability of funds to the University for the purpose set forth in this contract.

4. TAXES: Any applicable taxes shall be invoiced as a separate item.

a. G.S. 143-59.1 bars the Secretary of Administration from entering into Contracts with Vendors if the Vendor or its affiliates meet one of the conditions of G.S. 105-164.8(b) and refuses to collect use tax on sales of tangible personal property to purchasers in North Carolina. Conditions under G.S. 105-164.8(b) include: (1) Maintenance of a retail establishment or office, (2) Presence of representatives in the State that solicit sales or transact business on behalf of the Vendor and (3) Systematic exploitation of the market by media- assisted, media-facilitated, or media-solicited means. By execution of the bid document the Vendor certifies that it and all of its affiliates, (if it has affiliates), collect(s) the appropriate taxes.

b. All agencies participating in this Contract are exempt from Federal Taxes, such as excise and transportation.

c. Prices offered are not to include any personal property taxes, nor any sales or use tax (or fees) unless required by the North Carolina Department of Revenue.

5. SITUS: The place of this Contract, its situs and forum, shall be North Carolina, where all matters, whether sounding in Contract or tort, relating to its validity, construction, interpretation and enforcement shall be determined.

6. GOVERNING LAWS: This Contract is made under and shall be governed, construed and enforced in accordance with the laws of the State of North Carolina, without regard to is conflict of laws rules.

7. PAYMENT TERMS: Payment terms are Net not later than 30 days after receipt of correct invoice or acceptance of goods, whichever is later. The University is responsible for all payments to the Vendor under the Contract. Payment by some agencies may be made by procurement card, if the Vendor accepts that card (Visa, MasterCard, etc.) from other customers, and it shall be accepted by the Vendor for payment under the same terms and conditions as any other method of payment accepted by the Vendor. If payment is made by procurement card, then payment may be processed immediately by the Vendor.

Rev. 06/2018 Page 15 of 21

Bid Number: IFB #66-190015RL Vendor: ______8. AFFIRMATIVE ACTION: The Vendor will take affirmative action in complying with all Federal and State requirements concerning fair employment and employment of people with disabilities, and concerning the treatment of all employees without regard to discrimination by reason of race, color, religion, sex, national origin or disability.

Contractor and any subcontractors shall abide by the requirements of 41 CFR §§ 60-1.4(a), 60-300.5(a) and 60- 741.5(a). These regulations prohibit discrimination against qualified individuals based on their status as protected veterans or individuals with disabilities, and prohibit discrimination against all individuals based on their race, color, religion, sex, or national origin. Moreover, these regulations require that covered prime contractors and subcontractors take affirmative action to employ and advance in employment individuals without regard to race, color, religion, sex, national origin, protected veteran status or disability.

If this contract involves software or electronic media, Contractor warrants that its product or service complies with Section 508 of the Rehabilitation Act of 1973, as amended, or WCAG 2.0 AA with respect to accessibility for individuals with disabilities. In the event that the University receives any complaints or concerns regarding the accessibility of the product or service, Contractor agrees promptly to respond to and resolve those concerns. Further, Contractor agrees to indemnify and hold University harmless for any claims arising from the inaccessibility of its product or service.

9. CONDITION AND PACKAGING: Unless otherwise provided by special terms and conditions or specifications, it is understood and agreed that any item offered or shipped has not been sold or used for any purpose and shall be in first class condition. All containers/packaging shall be suitable for handling, storage or shipment.

10. STANDARDS: All manufactured items and/or fabricated assemblies subject to operation under pressure, operation by connection to an electric source, or operation involving a connection to a manufactured, natural, or LP gas source shall be constructed and approved in a manner acceptable to the appropriate state inspector which customarily requires the label or re-examination listing or identification marking of the appropriate safety standard organization; such as the American Society of Mechanical Engineers for pressure vessels; the Underwriters Laboratories and /or National Electrical Manufacturers’ Association for electrically operated assemblies; or the American Gas Association for gas operated assemblies, where such approvals of listings have been established for the type of device offered and furnished. Further, all items furnished shall meet all requirements of the Occupational Safety and Health Act (OSHA), and state and federal requirements relating to clean air and water pollution.

The complete product(s) offered herein, and NOT merely its component parts or subsystems, shall comply with the above requirement for safety listing. Having the appropriate certification or safety label affixed to any device delivered pursuant to this solicitation, under the conditions described above, is a material condition of any contract awarded as a result of this solicitation. All costs for product and industry certifications and listings, and any other actions required to supply conforming products to the University as described in this IFB, are the sole responsibility of the Vendor. The certification or safety label shall be affixed and be visible on the OUTSIDE of the all products that require a certification or safety label in order to pass the State Quality Acceptance Inspection. The requirements of this paragraph 10 shall not be waived by contract award or otherwise by the University.

11. INTELLECTUAL PROPERTY INDEMNITY: Vendor shall hold and save the University, its officers, agents and employees, harmless from liability of any kind, including costs and expenses, resulting from infringement of the rights of any third party in any copyrighted material, patented or unpatented invention, articles, device or appliance delivered in connection with this contract.

12. TERMINATION FOR CONVENIENCE: If this contract contemplates deliveries or performance over a period of time, the University may terminate this contract at any time by providing 30 days’ notice in writing from the University to the Vendor. In that event, all finished or unfinished deliverable items prepared by the Vendor under this contract shall, at the option of the University, become its property. If the contract is terminated by the University as provided in this section, the University shall pay for services satisfactorily completed by the Vendor, less any payment or compensation previously made.

13. ADVERTISING: Vendor agrees not to use the existence of this Contract or the name of the University of North Carolina as part of any commercial advertising or marketing of products or services. A Vendor may inquire whether

Rev. 06/2018 Page 16 of 21

Bid Number: IFB #66-190015RL Vendor: ______the University is willing to act as a reference by providing factual information directly to other prospective customers.

14. ACCESS TO PERSONS AND RECORDS: During and after the term hereof, the State Auditor and any University internal auditors shall have access to persons and records related to this Contract to verify accounts and data affecting fees or performance under the Contract, as provided in G.S. 143-49(9).

15. ASSIGNMENT: No assignment of the Vendor’s obligations nor the Vendor’s right to receive payment hereunder shall be permitted.

However, upon written request approved by the issuing purchasing authority and solely as a convenience to the Vendor, the University may:

a. Forward the Vendor’s payment check directly to any person or entity designated by the Vendor, and

b. Include any person or entity designated by Vendor as a joint payee on the Vendor’s payment check.

In no event shall such approval and action obligate the University to anyone other than the Vendor and the Vendor shall remain responsible for fulfillment of all Contract obligations. Upon advance written request, the University may, in its unfettered discretion, approve an assignment to the surviving entity of a merger, acquisition or corporate reorganization, if made as part of the transfer of all or substantially all of the Vendor’s assets. Any purported assignment made in violation of this provision shall be void and a material breach of this Contract.

16. INSURANCE:

COVERAGE - During the term of the Contract, the Vendor at its sole cost and expense shall provide commercial insurance of such type and with such terms and limits as may be reasonably associated with the Contract. As a minimum, the Vendor shall provide and maintain the following coverage and limits:

a. Worker’s Compensation - The Vendor shall provide and maintain Worker’s Compensation Insurance, as required by the laws of North Carolina, as well as employer’s liability coverage with minimum limits of $500,000.00, covering all of Vendor’s employees who are engaged in any work under the Contract. If any work is sub-contracted, the Vendor shall require the sub-Contractor to provide the same coverage for any of his employees engaged in any work under the Contract.

b. Commercial General Liability - General Liability Coverage on a Comprehensive Broad Form on an occurrence basis in the minimum amount of $1,000,000.00 Combined Single Limit. (Defense cost shall be in excess of the limit of liability.)

c. Automobile - Automobile Liability Insurance, to include liability coverage, covering all owned, hired and non- owned vehicles, used in connection with the Contract. The minimum combined single limit shall be $500,000.00 bodily injury and property damage; $250,000.00 uninsured/under insured motorist; and $2,500.00 medical payment.

REQUIREMENTS - Providing and maintaining adequate insurance coverage is a material obligation of the Vendor and is of the essence of this Contract. All such insurance shall meet all laws of the State of North Carolina. Such insurance coverage shall be obtained from companies that are authorized to provide such coverage and that are authorized by the Commissioner of Insurance to do business in North Carolina. The Vendor shall at all times comply with the terms of such insurance policies, and all requirements of the insurer under any such insurance policies, except as they may conflict with existing North Carolina laws or this Contract. The limits of coverage under each insurance policy maintained by the Vendor shall not be interpreted as limiting the Vendor’s liability and obligations under the Contract.

17. GENERAL INDEMNITY: The Vendor shall hold and save the University, its officers, agents, and employees, harmless from liability of any kind, including all claims and losses accruing or resulting to any other person, firm, or corporation furnishing or supplying work, services, materials, or supplies in connection with the performance of this Contract, and from any and all claims and losses accruing or resulting to any person, firm, or corporation that may be injured or damaged by the Vendor in the performance of this Contract and that are attributable to the negligence

Rev. 06/2018 Page 17 of 21

Bid Number: IFB #66-190015RL Vendor: ______or intentionally tortious acts of the Vendor provided that the Vendor is notified in writing within 30 days that the University has knowledge of such claims. The Vendor represents and warrants that it shall make no claim of any kind or nature against the University’s agents who are involved in the delivery or processing of Vendor goods to the University. The representation and warranty in the preceding sentence shall survive the termination or expiration of this Contract.

18. SUBCONTRACTING: Performance under The Contract by the Vendor shall not be subcontracted without prior written approval of the University’s assigned Contract Lead. Unless otherwise indicated, acceptance of a Vendor’s bid shall include approval to use the subcontractor(s) that have been specified therein.

19. CONFIDENTIALITY: Any University information, data, instruments, documents, studies or reports given to or prepared or assembled by or provided to the Vendor under The Contract shall be kept as confidential, used only for the purpose(s) required to perform The Contract and not divulged or made available to any individual or organization without the prior written approval of the University.

20. CARE OF PROPERTY: The Vendor agrees that it shall be responsible for the proper custody and care of any property furnished it by the University for use in connection with the performance of The Contract or purchased by or for the University for The Contract, and Vendor will reimburse the University for loss or damage of such property while in Vendor’s custody.

21. OUTSOURCING: Any Vendor or subcontractor providing call or contact center services to the University shall disclose to inbound callers the location from which the call or contact center services are being provided. If, after award of a contract, the contractor wishes to relocate or outsource any portion of performance to a location outside the United States, or to contract with a subcontractor for any such the performance, which subcontractor and nature of the work has not previously been disclosed to the University in writing, prior written approval must be obtained from the University. Vendor shall give notice to the University of any relocation of the Vendor, employees of the Vendor, subcontractors of the Vendor, or other persons providing performance under a University contract to a location outside of the United States.

22. COMPLIANCE WITH LAWS: Vendor shall comply with all laws, ordinances, codes, rules, regulations, and licensing requirements that are applicable to the conduct of its business and its performance in accordance with this contract, including those of federal, state, and local agencies having jurisdiction and/or authority.

23. ENTIRE AGREEMENT: This IFB and any documents incorporated specifically by reference represent the entire agreement between the parties and supersede all prior oral or written statements or agreements. This IFB, any Addenda hereto, and the Vendor’s bid are incorporated herein by reference as though set forth verbatim.

All promises, requirements, terms, conditions, provisions, representations, guarantees, and warranties contained herein shall survive the contract expiration or termination date unless specifically provided otherwise herein, or unless superseded by applicable Federal or State statutes of limitation.

24. ELECTRONIC RECORDS: The State will digitize all Vendor responses to this solicitation, if not received electronically, as well as any awarded contract together with associated procurement-related documents. These electronic copies shall constitute a preservation record, and shall serve as the official record of this procurement with the same force and effect as the original written documents comprising such record. Any electronic copy, printout or other output readable by sight shown to reflect such record accurately shall constitute an "original."

25. AMENDMENTS: This contract may be amended only by a written amendment duly executed by the University and the Vendor. The NC Division of Purchase and Contract shall give prior approval to any amendment to a contract awarded through that office.

26. WAIVER: The failure to enforce or the waiver by the University of any right or an event of breach or default on one occasion or instance shall not constitute the waiver of such right, breach or default on any subsequent occasion or

Rev. 06/2018 Page 18 of 21

Bid Number: IFB #66-190015RL Vendor: ______instance.

27. FORCE MAJEURE: Neither party shall be deemed to be in default of its obligations hereunder if and so long as it is prevented from performing such obligations as a result of events beyond its reasonable control, including without limitation, fire, power failures, any act of war, hostile foreign action, nuclear explosion, riot, strikes or failures or refusals to perform under subcontracts, civil insurrection, earthquake, hurricane, tornado, or other catastrophic natural event or act of God.

28. SOVEREIGN IMMUNITY: Notwithstanding any other term or provision in this contract, nothing herein is intended nor shall be interpreted as waiving any claim or defense based on the principle of sovereign immunity that otherwise would be available to the University under applicable law.

This Space is Intentionally Left Blank

Rev. 06/2018 Page 19 of 21

Bid Number: IFB #66-190015RL Vendor: ______ATTACHMENT E: VENDOR INFORMATION FORM UNC Charlotte Vendor Information Form (aka Taxpayer Information Form) PAYMENTS WILL NOT BE RELEASED UNTIL THIS FORM IS COMPLETED AND RETURNED. We are required by federal law to obtain this information for each person to whom the University makes a payment. Failure to provide this information may result in payments being subject to 28% backup withholding and penalties imposed by the IRS. Once the form is completed, fax to 704-687-1450, or mail to UNC Charlotte, Travel & Complex Payments, 9201 University City Blvd, Reese Building, 3rd Floor, Charlotte, NC 28223. Completed forms containing an Employer Identification Number (EIN) may be emailed to [email protected]. This form is for U.S. persons only. A resident alien is considered a U.S. person for tax purposes. If you are a foreign person, complete Vendor Information Form-Foreign Persons (Form W-8BEN) and the Foreign National Information Form-Visitor Version. For questions regarding any of these forms, please contact [email protected] or 704-687-5764. Requesting Department: Contact name: Contact Phone: Purpose of Payment (select all that apply): Services Goods/Materials Travel Reimbursement Guest Speaker Part 1: TAX STATUS (complete the section that applies) US Individuals: (Form 1099 reportable) (Individuals are not a "doing business as", a company name, or alternative) Individual Name (as shown on your tax return): Individual Social Security Number: (If providing SSN, DO NOT EMAIL FORM) US Sole Proprietor: (Form 1099 reportable) (A sole proprietorship may have a "doing business as" trade name, but the legal name is the business owner). If you supplied your personal SSN as the Tax ID, you must provide your name as it is issued with your SSN. If you provided an EIN provided to you by the IRS for your business, you must provide the legal business name registered for EIN. Business Owner's Name (as shown on your tax return): Business Owner's Social Security Number: (PLEASE DO NOT EMAIL FORM) Business or Trade Name: Business EIN: US Partnership, Limited Liability Partnership, Limited Liability Company or Trust, etc.: (Form 1099 reportable) (Non-corporations) Name of Partnership/Company Name (as shown on your tax return): Partnership's/Company's EIN: US Corporation (must be a "C" or "S" corporation only), Exempt organization, or Federal, State or Local Government Agency: Name of Corporation or Entity (as shown on your tax return): Corporation's EIN: Required: Check the correct status below. If a status is not selected, a 1099 will be issued regardless of status. Corporation: Not medical, healthcare or legal service provider Corporation: Medical, healthcare or legal services (all 1099 reportable) Tax exempt organization under 501 or IRA The United States or any of its agencies or instrumentalities (federal government) A state, the District of Columbia, a possession of the United States, or any of their political subdivisions A foreign government or any of its political subdivisions located in the U.S. or U.S. Territories Part 2: OTHER INFORMATION Business Classification (Check all that apply) Asian American African American Hispanic American Disabled Owned American Indian Women Owned Does your company accept Purchase Orders? Yes No If so, please provide your preferred method. Email Fax CXML UNC Charlotte Payment Terms are Net 30.

If alternate terms have been approved through contract with the University, indicate those terms here (Purchasing Approval required) Contact Person's Name: Part 3: ADDRESS Order/Physical Address Payment Remittance (Remit to) Address Address Line 1: Address Line 2: City, State, Zip Code: Country: Phone Number: Fax Number: Email Address: NOTE: If providing a P.O. Box remit address, you Contact Person's Name: must also provide a Physical Address. Part 4: CERTIFICATION Signature (NOT a typed name) is required. Under penalties of perjury, I certify that (1) the number shown above is my correct taxpayer identification number; (2) I am not subject to backup withholding because (a) I am exempt from backup withholding, or (b) I have not been notified by the IRS that I am subject to backup withholding; (3) I am a U.S. person (including a U.S. Resident Alien); and (4) the information provided is complete and accurate as of this date. Signature: Date: Printed Name: AP010 - Vendor Information Form Last Revised: 12/15/2016

Rev. 06/2018 Page 20 of 21

Bid Number: IFB #66-190015RL Vendor: ______ATTACHMENT F: DETAILED SPECIFICATIONS AND DRAWINGS

Drawings can be found at Google Drive: https://drive.google.com/ drive/u/0/folders/1GWVHiFiDYNJwyXbwos88TcHM2WIfshSU? ogsrc=32.

This Space is Intentionally Left Blank

Rev. 06/2018 Page 21 of 21 SECTION 01 11 00

SUMMARY OF WORK

PART 1 GENERAL

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.02 WORK COVERED BY CONTRACT DOCUMENTS

A. Project Name: Miltimore-Wallis Center Roof Replacement

B. Project Address: 9201 University City Blvd., Charlotte, NC 28223

C. Owner: UNC Charlotte

D. Engineer: The Contract Documents, dated April 18, 2018, were prepared by REI Engineers.

E. This work includes the provision of all labor, material, equipment, supervision and administration to integrate the work outlined in this project manual into the total building system such that no leakage into the system occurs. In general, the scope of work in the Base Bid will include:

1. Roof Areas A1 to A5 (Approximately 20,452 square feet): Remove and dispose of the existing roof membrane down to existing insulation system to remain; replace deteriorated insulation in accordance with Unit Prices and Quantity Allowances; provide supplemental attachment of insulation to steel deck in accordance with Unit Prices and Quantity Allowances; adhere tapered insulation crickets in foam adhesive where indicated in Contract Drawings; adhere overlayment insulation in foam adhesive; fully adhere thermoplastic single ply membrane along with flashings and accessories and provide sheet metal flashings and trim to provide a complete, watertight, 20-year warrantable roof assembly. 2. Clad cast stone coping with sheet metal coping as indicated in Contract Drawings and specified.

F. The contractor is responsible for all electrical, plumbing, mechanical, and other related trade work necessary to facilitate project operations. Contractor is responsible for re- locating any and all conduit, HVAC equipment, curbs, and/or plumbing necessary to comply with the requirements of these documents. All work shall conform to the requirements of the current Building Code approved in the State of the project location.

G. General requirements and specific recommendations of the material manufacturers are included as part of these specifications. The manufacturers’ specifications are the minimum standards required for the completed systems. Specific items listed herein may improve the standards required by the manufacturers and will take precedence where their compliance will not affect the manufacturers’ guarantee or warranty provisions.

H. The Contract Documents may specifically identify certain existing materials and items which are to be delivered to the Owner. For any other materials removed in the course of the Work, the Contractor shall first offer them to the Owner; if not accepted, the Contractor shall remove them from the Project. Any materials which are paid for under the Contract, but not

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 11 00-1 Summary of Work incorporated into the Work due to Change Orders or for other reasons, shall be similarly offered to the Owner.

1.03 CONTRACT

A. Project will be constructed under a single prime general construction contract.

1.04 SITE INVESTIGATION

A. The Contractor acknowledges that he has satisfied himself as to the nature and location of the Work, the general and local conditions, particularly those bearing upon transportation, disposal, handling and storage of materials, availability of labor, water, electric power, roads and uncertainties of weather, ground water table or similar physical conditions at the site, the conformation and condition of the ground, the character, quality and quantity of surface and subsurface materials to be encountered, the character of equipment and facilities needed prior to and during the prosecution of the Work and all other matters which can in any way affect the Work or the cost thereof under this Contract. Any failure by the Contractor to acquaint himself with all the available information concerning these conditions will not relieve him from responsibility for estimating properly the difficulty or cost of successfully performing the Work. Field measurements shall be taken at the site by the Contractor to verify all data and conditions affected by the Work.

1.05 ASBESTOS AND POLYCHLORINATED BIPHENYL (PCB) REQUIREMENTS

A. It is the intention of these specifications that no asbestos bearing materials be incorporated into the work. In the event the contractor should determine unanticipated asbestos bearing materials to be present in the existing building components, Contractor is to stop all work in the affected area, notify the Engineer and Owner, and provide temporary protection as required. Costs incurred, if any, due to the presence of hidden and/or unanticipated asbestos bearing materials will be authorized by Change Order to this contract.

B. During the work process, should the Contractor encounter any material identified as asbestos and/or PCB, or be suspect of containing asbestos and/or PCB, he shall immediately initiate the required procedures of the Environmental Protection Agency (EPA), and/or state or local agencies having jurisdiction, which include, but are not necessarily limited to, the following:

1. Initiate procedures for the protection of any and all persons exposed to the affected areas or adjacent areas affected thereby. 2. On behalf of the Owner the Contractor shall: Secure quotations for the Owner's approval to engage the services of a licensed industrial hygienist to perform an asbestos and PCB identification survey, the purpose of which is to

a. verify presence of asbestos and PCB b. determine the type of asbestos and PCB c. make asbestos and PCB exposure assessments d. make any other tests required to comply with EPA requirements not specifically noted herein e. determine the scope of the Project required to be corrected f. make recommendations with respect to possible corrective actions which the Owner may take, i.e., encapsulation and/or removal and disposal, as may be required

3. Upon consultation with the Owner and the Engineer, and upon determination of corrective actions to be taken, instruct the hygienist to prepare a specification in

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 11 00-2 Summary of Work sufficient detail to outline the procedures required by EPA, for encapsulation, and/or removal and disposal, as the case may be, so as to furnish the Contractor with sufficient information to bid competitively the remedial work by specialty Contractors engaged in the encapsulation or elimination of asbestos and PCB material, based on an identified scope of work. 4. During the corrective process, require the hygienist to review the Contractor's procedures for compliance with EPA, state and local requirements, make such test as may be required and, at the conclusion of the work, certify that the area is free and clear of asbestos and/or PCB materials and particles in the air. 5. Secure quotations, for approval by the Owner, from specialty Contractors to perform the corrective work determined by the hygienist. The quotations shall include both time required and cost. In addition to the above, the Contractor shall submit itemized quotations for the replacement of any insulation or other asbestos and/or PCB containing materials removed, with insulation or other materials selected by the Engineer, together with any other associated cost for replacement of materials and finishes necessarily removed to accommodate removal of asbestos and/or PCB materials, and time extensions allowed by the specifications. 6. Owner approved quotations for the hygienist and for corrective work to be performed will be incorporated into the Contract by Change Order. 7. North Carolina and Federal Asbestos Regulations Information:

a. The Environmental Protection Agency's (EPA's) National Emission Standards for Hazardous Air Pollutants (NESHAP) require an asbestos inspection and a ten (10) working day notification prior to demolition and renovation of all commercial, institutional, or industrial facilities. This excludes residential buildings with four (4) or fewer dwelling units. NESHAP also applies to the demolition of all residences which are being demolished for commercial, institutional, or industrial purposes. Notification of all demolitions is required whether or not the structures are found to contain asbestos. b. If an inspection, conducted by a North Carolina accredited asbestos inspector, confirms that a facility contains at least 160 square feet, 260 linear feet, or 35 cubic feet, of Regulated Asbestos Containing Materials (RACM), then these materials are to be removed prior to starting the renovation or demolition activity. When removal of RACM is required, a notification and a removal fee shall be submitted as part of the notification process. The notification and the removal fee, when applicable, shall be submitted to the Asbestos Hazard Management Branch. The removal of RACM shall be conducted by North Carolina asbestos accredited individuals. c. Please note that Forsyth, Buncombe/Haywood, and Mecklenburg Counties have local NESHAP programs and should be contacted directly for local requirements.

1.06 SPECIFICATION FORMATS AND CONVENTIONS

A. Specification Format: The Specifications are organized into Divisions and Sections using the 49-division format and CSI/CSC's "MasterFormat" numbering system.

1. Section Identification: The Specifications use section numbers and titles to cross- reference Contract Documents. Sections in the Project Manual are in numeric sequence.; however, the sequence is incomplete. Consult the Table of Contents at the beginning of the Project Manual.

B. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 11 00-3 Summary of Work situations. These conventions are as follows:

1. Abbreviated Language: Language used in the Specifications and other Contract Documents is abbreviated. Words and meanings shall be interpreted as appropriate. Words implied, but not stated, shall be inferred as the sense requires. Singular words shall be interpreted as plural, and plural words shall be interpreted as singular where applicable as the context of the Contract Documents indicates. 2. Imperative mood and streamlined language are generally used in the Specifications. Requirements expressed in the imperative mood are to be performed by Contractor. Occasionally, the indicative or subjunctive mood may be used in the Section Text for clarity to describe responsibilities that must be fulfilled indirectly by Contractor or by others when so noted.

a. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon (:) is used within a sentence or phrase.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION 01 11 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 11 00-4 Summary of Work SECTION 01 14 00

WORK RESTRICTIONS

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Administrative and procedural requirements for work sequence, work restrictions, occupancy requirements and use of premises.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 WORK SEQUENCE

A. The Work shall be conducted in the following sequences unless construction phases are otherwise specified.

1. Construct Work in phases to accommodate the Owner’s use; if applicable, of the premises during the construction period; coordinate the construction schedule and operations with the Owner and Engineer. 2. Construct the Work in phases to provide for public convenience. Do not close off public use of facility until completion of one phase of construction will provide alternative usage. 3. Construction shall be scheduled in such a manner that once work has commenced on one facility, the Contractor's work force shall remain at that facility continuously each work day through final completion at that facility.

1.04 WORK RESTRICTIONS

A. Contractors are allowed to work 24 hrs per day, 7 days per week, except during events as referenced below, provided the general contractor’s superintendent is on site.

B. Contractor shall coordinate work schedule with University's athletics and special events schedule and may not be allowed to be on-site during certain events.

1.05 OCCUPANCY REQUIREMENTS

A. Owner Occupancy

1. Owner will occupy the premises during the entire period of construction to conduct his normal operations. Cooperate with Owner in all construction operations to minimize conflict, and to facilitate Owner usage. 2. Contractor shall at all times conduct his operations as to ensure the least inconvenience and the greatest amount of safety and security for the Owner, his staff, and the general public. 3. Control noise from operations so that building occupants are not affected.

1.06 USE OF PREMISES

A. Use of Site: Limit use of premises to work in areas indicated. Do not disturb portions of site beyond areas in which the Work is indicated.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 14 00-1 Work Restrictions 1. Contractor shall use only the following roads on campus: Cameron Blvd. from University City Blvd. to University Loop Road 2. Contractor must coordinate materials deliveries to the project site without recourse to University staff assistance. Shipping documents must contain complete delivery instructions to include a site location, Contractor name, and telephone number for the delivery truck driver's use. 3. Each Contractor using a yard hydrant, wall hydrant or hose bib must use the proper key or handle. A key or handle may be borrowed from Facilities Management. Damage from misuse or abuse will be billed to the offending Contractor. Fire hydrants will not be used for water supply (case-by-case exceptions may be made by Facilities Management if no other water is available). 4. Contractor shall take reasonable effort to protect existing surfaces, roadways/haul routes, parking lots, finishes, and adjacent facilities from damage during construction. Prior to construction, the Contractor may initiate a Pre-Construction meeting with the Designated Representative to perform an inspection to record damaged existing conditions. Each Contractor will ensure that vehicles and equipment are not loaded beyond their rated Gross Vehicle Weight, or other load restrictions. Vehicles operating on the Campus must comply with all State weight and axle restrictions. Contractors will be held responsible for repair of damage caused by their vehicles. When hauling material consisting of any form of stone, rock, dirt, debris or concrete the material shall not be piled or placed any higher than the sides of the hauling vehicle without written authorization of the University Project Manager. 5. The lawn in the material storage areas and elsewhere as affected by the contract shall be protected from unnecessary digging, trenching and rutting, and after completion of the work all holes, trenches, ruts, and other damage shall be filled in, graded, and made ready to receive new grassing. These areas shall be grassed to match existing as close as possible. 6. All equipment must be secured when Contractor staff is not on-site. Each contractor must accept responsibility for physical security of tools, equipment, materials and other property on-site. The construction fence must be maintained and signed to prevent casual entry into the site. 7. Each Contractor is responsible for employee conduct and behavior on Campus. Harassment, verbal abuse, and other such behavior toward students, faculty, staff, or the general public will not be tolerated. Radios and other sound sources are not allowed on the project. All employees are required to wear shirts. 8. Each Contractor (and all Contractor employees) must comply with University Traffic Regulations and Emergency Procedures Manual. All North Carolina motor vehicle laws apply on Campus, including registration and inspection requirements. The University reserves the right to direct the route of all hauling on University property. There shall be no additional payment related to the route being selected or modified by the University. Factors such as traffic disruption, soiling of street, and detriment of pavement will be considered. 9. All materials, equipment, vehicles and employee vehicles must be contained within the limits of construction. Parking is extremely limited on Campus. Vehicles shall be parked in assigned areas to be arranged with the UPM. Vehicles must display temporary parking permits which will be provided by the UPM. Vehicle operators shall comply with all traffic and parking signs. Parking on sidewalks or lawns for loading and unloading may be arranged on an individual basis, but only after coordination with the UPM or University Construction Manager. 10. Prior to initial occupation of the site, coordinate with Facilities Management and check in at the Facilities Management office. 11. Weapons are prohibited on Campus.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 14 00-2 Work Restrictions 12. Prior to any excavation at any location by any Contractor, the Contractor must coordinate with Facilities Management to establish utilities locations. A University representative in company with the Contractor's representative will locate and mark location of utilities on the ground. The Contractor remains responsible for protecting existing utilities from damage. 13. Contractors will maintain safe pedestrian ways around the project site. Walkways and roads will not be blocked. 14. All Contractors must provide all labor, materials, tools and equipment required to accomplish the work. The University will not furnish or loan anything except where contract documents so indicate. No Contractor shall use any facility beyond the limits of construction.

B. Use of Existing Building

1. Contractors are hereby reminded and cautioned that extreme care shall be exercised to protect the existing facilities from damage during the progress of the work. Any damage that occurs shall be repaired or damaged areas removed and replaced with new materials equal to the existing and to the owner's satisfaction without additional cost. 2. Maintain existing building in a weathertight condition throughout construction period. 3. Take every precaution against injuries to persons or damage to property. 4. Protect building, its contents, and its occupants during construction period. 5. The Contractor shall not overload or permit any part of the structure to be loaded with such weights as will endanger its safety or to cause excessive deflection. Materials placed on the roof prior to installation shall be equally distributed over the roof area.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION 01 14 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 14 00-3 Work Restrictions SECTION 01 31 00

PROJECT MANAGEMENT AND COORDINATION

PART 1 GENERAL

1.01 SECTION INCLUDES

A. This Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following:

1. Coordination. 2. Administrative and supervisory personnel. 3. Project meetings.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 COORDINATION

A. Coordinate construction operations with those of other contractors and entities to ensure efficient and orderly installation of each part of the Work. The Contractor shall coordinate its operations with those included in different Sections that depend on each other for proper installation, connection, and operation.

1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components with other contractors to ensure maximum accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation.

B. Contact Progress Reporting: The scheduling and sequence of all operations shall be carefully coordinated with the Owner and Engineer.

C. If necessary, prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings.

1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required.

D. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities and activities of other contractors to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to, the following:

1. Preparation of Contractor's Construction Schedule. 2. Preparation of the Schedule of Values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 31 00-1 Project Management and Coordination 6. Pre-Construction conference. 7. Pre-installation conferences. 8. Project closeout activities.

1.04 PROJECT MEETINGS

A. Pre-Construction Meeting

1. The shall conduct a preconstruction conference according to SCO requirements. The Engineer’s Representative will compile minutes of the meeting, and will furnish a copy of the minutes to the Contractor and each person present. The Contractor may make and distribute such other copies as he wishes. 2. Attendance: Contractor Project Manager, Job Superintendent and Job Foreman, Owner, Engineer’s Representative, manufacturer’s representatives, installers of related work and all other persons concerned with the installation and performance. The Contractor shall also provide three (3) local telephone numbers, which may be used to contact the Contractor or his authorized representative in the event of an emergency after normal business hours. 3. Minimum Agenda: Organizational arrangement of Contractor’s forces and personnel, and those of subcontractors, materials suppliers, and the Project Manager; channels and procedures for communication; construction schedule, including sequence of critical work; contract documents, including distribution of required copies of Drawings and revisions; processing of Shop Drawings and other data submitted to the Project Manager for review; rules and regulations governing performance of the work and procedures for safety, first aid, security, quality control, housekeeping and related matters.

B. Progress Meetings

1. The Designer shall conduct Weekly Progress Meetings as described in Section 111 of the NCDOA/SCO Blue Book. The meetings shall be conducted by the Designer’s Project Manager. The agenda shall include the following elements (at a minimum):

a. Distribution of a written agenda b. Recognition of new personnel assigned to project c. Confirm attendance by all contractors (circulate attendance sheet) d. Review minutes of previous meeting for corrections or omissions e. Changes in Project personnel telephone numbers or pager numbers f. Short Term Schedule Projections (by each contractor) g. Progress Report (percentage complete by each contractor) h. Report on HUB percentage participation on the project; calculated by dividing the contractor’s HUB commitment (value) by the contractor’s total contract i. Long Term Schedule Projections (by each contractor) j. Review of weather-related delays for previous month k. RFI’s in progress l. Review of Bulletin Drawing Log m. Change Orders in Progress (Execution) n. Potential Change Orders o. Accidents p. UNC Charlotte Project Manager’s Comments q. State Construction Office Representative’s Comments r. Schedule Next Monthly Progress Meeting

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 31 00-2 Project Management and Coordination 2. The Designer shall distribute written minutes of the meetings within one week of the meeting. In general, the format of the minutes should include the topics listed in the agenda. Any revisions reported to the Designer, shall be entered and copies redistributed by the Designer no later than the following meeting. 3. Copies of the minutes will be made for all officials at the meetings. The Designer can deliver copies to each official’s office or deliver a set to the University Project Manager who will then distribute them on campus. Minutes should be provided to the UPM for review within five working days after the meeting.

C. Punch List Inspection Meeting

1. Scheduled by Owner and Engineer upon written notification of substantial completion of work from the Contractor. 2. Attendance: Owner, Engineer, Contractor, material manufacturer. 3. Minimum Agenda: Walkover inspection; verification of substantial completion; identification of punch list items; identification of problems, which may impede issuance of warranties. 4. Refer to Section 01 77 00 for other requirements.

D. Final Inspection Meeting

1. Scheduled by Owner and Engineer upon written notification of final completion of work from the Contractor. 2. Attendance: Owner, Engineer, Contractor, material manufacturer. 3. Minimum Agenda: Walkover inspection; verification of final completion including the completion of the punch list items. 4. Refer to Section 01 77 00 for other requirements.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION 01 31 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 31 00-3 Project Management and Coordination SECTION 01 33 00

SUBMITTAL PROCEDURES

PART 1 GENERAL

1.01 SECTION INCLUDES

A. This Section includes administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other miscellaneous submittals.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 SUBMITTAL PROCEDURE

A. General: The Contractor is responsible for providing the submittals to the Engineer. Each submittal must be accepted in writing prior to commencement of work.

B. Submission Requirements: Submit all required submittals electronically in pdf format to the Engineer for review. The submittals will then be returned electronically to the Contractor with comments. Final submittals will require written responses to all Construction Document submittal comments.

C. Processing Time: Allow time for submittal review, including time for resubmittals, as specified below. Time for review shall commence on Engineer's receipt of submittal.

1. Initial Review: Allow 7 work days for initial review of submittals. 2. Allow 7 work days for processing each resubmittal. 3. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing.

D. Deviations: Highlight, encircle, or otherwise identify deviations from the Contract Documents on submittals and provide letter describing in detail any proposed changes, substitutions, or deviations from the project or manufacturer’s specifications. A written explanation of why substitutions should be considered is required and shall be included under the appropriate tab.

E. Transmittal and Identification: Package submittals appropriately and include a title page and/or pdf bookmark for each numbered schedule of submittal item identified below. Engineer will discard submittals received from sources other than Contractor. Include Contractor's certification stating that information submitted complies with requirements of the Contract Documents.

F. Use for Construction: Use only final submittals with mark indicating action taken by Engineer in connection with construction.

1.04 SCHEDULE OF SUBMITTALS

A. The following submittal items shall be submitted electronically with a title page and/or pdf bookmark for each submittal item to meet the requirements specified herein:

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 33 00-1 Submittal Procedures 1. Emergency contact list including pager, mobile and home numbers of key Contractor and Subcontractor personnel, and office and mobile numbers of key Owner and REI personnel. 2. Work schedule indicating start date, crew size, production rate, completion date, etc. 3. Sample Application for Payment including Schedule of Values. Immediately after execution and delivery of the Contract, and before the first partial payment is submitted, the Contractor shall submit to the Owner through the Engineer the following:

a. An Application for Payment on AIA G702. b. A schedule of values consisting of a detailed breakdown of the Contract amount showing separate figures for labor and materials. The work listed under the various sections and subsections of the Specifications shall serve as the format for preparation of the following.

4. Contractor's Certificate of Insurance 5. Copy of all warranties indicated in Section 01 77 00 to meet the requirements of their respective specification section 6. Letter describing in detail any proposed changes, substitutions, or deviations from the project or manufacturer’s specifications. A written explanation of why substitutions should be considered is required. 7. Shop drawings or letter stating that the contractor will install materials as detailed in the Contract Drawings unless properly authorized by the Engineer. 8. Rough Carpentry (Section 06 10 00) 9. Preparation for Reroofing (Section 07 01 50) 10. Roof Insulation (Section 07 22 16) 11. Thermoplastic Single Ply Roofing (Section 07 54 00) 12. Sheet Metal Flashing and Trim (Section 07 62 00) 13. Existing damaged/dysfunctional components documentation (videotape, photos, etc.) including but not limited to; asphalt spills, windows, walls, sidewalks, paving, ceilings, etc. Lack of submission prior to commencement of work indicates Contractor has discovered no existing damaged components and takes responsibility for any damages caused by operations. 14. Complete list of materials with Safety Data Sheets (SDS)

PART 2 PRODUCTS

2.01 SUBMITTALS

A. General: Prepare and submit Submittals required herein and by individual Specification Sections.

B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment.

1. If information must be specially prepared for submittal because standard printed data are not suitable for use, submit as Shop Drawings, not as Product Data. 2. Mark each copy of each submittal to show which products and options are applicable. 3. Include the following information, as applicable:

a. Manufacturer's written recommendations.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 33 00-2 Submittal Procedures b. Manufacturer's product specifications. c. Manufacturer's installation instructions. d. Manufacturer's catalog cuts. e. Wiring diagrams showing factory-installed wiring. f. Printed performance curves. g. Operational range diagrams. h. Compliance with recognized trade association standards. i. Compliance with recognized testing agency standards.

C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data.

1. Preparation: Include the following information, as applicable:

a. Dimensions. b. Identification of products. c. Fabrication and installation drawings. d. Roughing-in and setting diagrams. e. Shopwork manufacturing instructions. f. Templates and patterns. g. Schedules. h. Notation of coordination requirements. i. Notation of dimensions established by field measurement.

2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches but no larger than 30 by 42 inches.

D. Contractor's Construction Schedule: Comply with requirements in Division 01.

E. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, names and addresses of engineers and owners, and other information specified.

F. Product Certificates: Prepare written statements on manufacturer's letterhead certifying that product complies with requirements.

G. Installer Certificates: Prepare written statements on manufacturer's letterhead certifying that Installer complies with requirements and, where required, is authorized for this specific Project.

H. Manufacturer Certificates: Prepare written statements on manufacturer's letterhead certifying that manufacturer complies with requirements. Include evidence of manufacturing experience where required.

I. Material Certificates: Prepare written statements on manufacturer's letterhead certifying that material complies with requirements.

J. Material Test Reports: Prepare reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements.

K. Product Test Reports: Prepare written reports indicating current product produced by

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 33 00-3 Submittal Procedures manufacturer complies with requirements. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency.

L. Design Data: Prepare written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers.

M. Manufacturer's Instructions: Prepare written or published information that documents manufacturer's recommendations, guidelines, and procedures for installing or operating a product or equipment. Include name of product and name, address, and telephone number of manufacturer.

N. Insurance Certificates and Bonds: Prepare written information indicating current status of insurance or bonding coverage. Include name of entity covered by insurance or bond, limits of coverage, amounts of deductibles, if any, and term of the coverage.

PART 3 EXECUTION

3.01 CONTRACTOR'S REVIEW

A. Review each submittal, check for compliance with the Contract Documents and note corrections and field dimensions prior to submitting to Engineer.

3.02 ENGINEER'S ACTION

A. Submittals: Engineer will review each submittal, make marks to indicate corrections or modifications required, and return it. Engineer will stamp each submittal item with an action stamp and will mark stamp appropriately to indicate action taken.

B. Submittals not required by the Contract Documents will not be reviewed and may be discarded. END OF SECTION 01 33 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 33 00-4 Submittal Procedures SECTION 01 35 23

OWNER SAFETY REQUIREMENTS

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Owner's safety requirements.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 CONTRACTOR’S SAFETY GUIDE

A. General: It is University policy to provide a working, teaching, and learning environment as free as possible of recognized hazards to the safety and health of students, faculty, staff and visitors. All Contractors are required to comply with that policy. All safety, health, and fire protection rules, regulations, policies and procedures that apply to UNC Charlotte personnel shall also apply to Contractors and their employees. Prior to initiating any contractual operations, the Contractor's on-site supervisors shall become thoroughly familiar with UNC Charlotte safety rules, procedures, emergency and disaster instructions plus all applicable state and federal safety and health regulations. Contractor shall establish and maintain a functioning safety program including safety meetings and site inspections for the purpose of controlling unsafe acts and conditions at the work site.

B. Please refer to webpage for contract safety program: http://safety.uncc.edu/contractors

1.04 UNIVERSITY SAFETY OFFICE REQUIREMENTS

A. The following requirements have been established by the University Safety Officer:

1. In case of fire, medical, ambulance, or safety concern dial 911 (off campus line 704-687-2200). 2. Hazard Communication notifications will be made to extension 2200. 3. Notify UNC Charlotte of any hazardous or unusual operation. 4. Notify UNC Charlotte of any impairment of fire protection. 5. Barricades must be erected a safe distance (at least 6 feet) from perimeter of construction areas. 6. A chemical spill prevention plan must be in effect. 7. Accomplish regular removal of scrap and debris. 8. All welding, cutting, or hot work must comply with appropriate safety standards. 9. No parking on sidewalks except as necessary during a specific task. 10. Designate a safety and health coordinator for the project, or assign that responsibility to the on-site superintendent. 11. Comply with UNC Charlotte posted “No Smoking” rules.

1.05 FACILITIES MANAGEMENT DEPARTMENT SAFETY REQUIREMENTS

A. Care shall be taken to protect all persons in the vicinity from injury and undue inconvenience. Contractor shall provide & maintain pedestrian and vehicular barricades as necessary for the situation.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 35 23-1 Owner Safety Requirements B. Pedestrian barricades shall be constructed of continuous temporary fencing completely containing the work area.

C. Fencing shall be erected with sturdy bracing and shall meet all ADA requirements for barricading for the visually impaired. Refer to Section 01 50 00 for additional information.

D. Continuous, plastic mesh, orange safety fencing is acceptable. If the barricade blocks an existing pedestrian sidewalk, the contractor shall properly mark an alternate route by installing and maintaining neat legible signs. “Alternate Route” signs may be required at locations outside the Construction Limits

E. All workers and traffic control personnel shall wear “safety orange” vests or shirts while performing work in streets, parking lots, or other areas where there may be vehicular traffic.

1.06 FIRST AID KITS:

A. Each Prime Contractor and each Prime Subcontractor shall provide adequate provisioned first aid kits on the Project site for personnel employed by him and for the convenience of workmen employed by their Sub-subcontractors.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION 01 14 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 35 23-2 Owner Safety Requirements SECTION 01 40 00

QUALITY REQUIREMENTS

PART 1 GENERAL

1.01 SECTION INCLUDES

A. This Section includes administrative and procedural requirements for quality assurance and quality control.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 DEFINITIONS

A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and ensure that proposed construction complies with requirements.

B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that completed construction comply with requirements. Services do not include contract enforcement activities performed by Engineer.

C. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency.

1.04 DELEGATED DESIGN

A. Performance and Design Criteria: Where professional design services or certifications by a design professional are specifically required of Contractor by the Contract Documents, provide products and systems complying with specific performance and design criteria indicated.

1. If criteria indicated are not sufficient to perform services or certification required, submit a written request for additional information to Engineer.

1.05 SUBMITTALS

A. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work.

1.06 QUALITY ASSURANCE

A. It is the intent under this contract that workmanship shall be of the best quality consistent with the materials and construction methods specified. The presence or absence of the Owner’s or Engineer’s representative shall in no way relieve the Contractor of his responsibility to furnish materials and construction in full compliance with the drawings

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 40 00-1 Quality Requirements and specifications. The Owner and Engineer shall have the authority to judge the quality and require replacement of unacceptable work or personnel at any time.

B. All contractors shall cooperate in the execution of their work and shall plan their work in such manners as to avoid conflicting schedules or delay of work. If any part of a Contractor's work depends upon the work of another Contractor, defects, which may affect that work, shall be reported to the Engineer in order that prompt inspection may be made and defects corrected. Commencement of work by a Contractor where such condition exists will constitute acceptance of the other Contractor's work as being satisfactory in all respects to receive the work commenced, except defects, which may later develop. Work of all trades under this contract shall be closely coordinated in such a manner as to obtain the best possible workmanship for the entire project. All components of the work shall be installed in accordance with the best practices of the particular trade. The General Contractor is responsible to advise the Owner sufficiently in advance of operations to allow for assignment of personnel.

C. Materials or methods described by words which, when applied, have a well known technical or trade meaning will be held to refer to such recognized standard. Standard specifications or manufacturer’s literature, when referenced, shall be of the latest revision or printing unless otherwise stated, and are intended to establish the minimum requirements acceptable.

D. All materials shall be new, all materials and workmanship shall be in every respect in accordance with the best modern practice.

E. When special makes or grades of material which are normally packaged by the supplier or manufacturer are specified or accepted, such materials shall be delivered to the site in original packages or containers with seals unbroken and labels intact and shall not be opened until inspected and approved by the Engineer. Contractor shall notify the Engineer prior to such material's delivery.

F. The Contractor’s Foreman or Superintendent to maintain one complete set of the contract documents and approved submittals on the job site.

G. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance.

1. Acceptable Contractor:

a. Be pre-qualified by the Owner. b. Be certified in writing for a minimum of two years by the roofing materials manufacturer to install the primary roofing products. c. Have a minimum of five (5) years experience in installing the same or similar materials specified under the same firm name as that submitting the bid. If requested, submit a copy of firm’s Articles of Incorporation to verify years in business. Also all crew workers on site are to be experienced and have a working knowledge of the system being installed. d. Licensed by state work is occurring in for the type and dollar amount of work contemplated by these Contract Documents. e. Never filed bankruptcy or filed for protection from creditors. f. At any time during the construction and completion of work covered by these Specifications, if the conduct of any workman of the various crafts

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 40 00-2 Quality Requirements be determined unsuitable or a nuisance to the Owner or Engineer, or if the workman be considered incompetent or detrimental to the work, the Contractor shall order such party removed immediately from the grounds with the person not returning at any time during the course of work on the project. g. During the performance of any work by the Contractor or subcontractors, the Contractor shall provide for the entire length of the project a full time onsite superintendent/representative meeting the following requirements:

i. For the purpose of these Specifications the designation “superintendent” is hereby defined as the individual present on the job site at all times while work is being performed, and whose primary responsibility is to supervise and direct the performance of the Work. ii. The superintendent shall be in attendance at the project site at all times during the progress of the work and his duties as superintendent shall be limited to this project only. The superintendent shall supervise and instruct workmen without engaging in the work process. Should the superintendent be absent temporarily from the project at any time, he shall designate a competent foreman to assume duties. During the superintendent’s absence the foreman shall not engage in the work process but shall supervise and instruct only. Likewise, any communications given to the foreman shall be as binding as if given to the Contractor. iii. It shall be the superintendent’s responsibility to communicate all matters pertaining to the Work with the Owner and/or Engineer. In case of emergency or safety, superintendent shall communicate directly with the Owner and/or Engineer. No decisions regarding changes in the Work will be made without the Owner’s knowledge. iv. Decision making authority and ability. v. Able to demonstrate knowledge of work being installed. vi. Fluent in the English language (i.e. reading, writing and speaking). vii. In possession of mobile telephone at all times. viii. Owner and Engineer/Engineer approval.

H. Specialists: Certain sections of the Specifications require that specific construction activities shall be performed by entities who are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated.

I. Testing Agency Qualifications: An agency with the experience and capability to conduct testing and inspecting indicated, as documented by ASTM E 548, and that specializes in types of tests and inspections to be performed.

J. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units.

K. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 40 00-3 Quality Requirements 1.07 QUALITY CONTROL

A. The authorized representatives and agents of Owner shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices of materials, and other relevant data and records.

B. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services.

1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of the types of testing and inspecting they are engaged to perform. 2. Costs for retesting and reinspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor.

C. Contractor’s Responsibilities:

1. The Contractor is responsible for quality control and shall establish and maintain an effective quality control system. The quality control system shall consist of plans, procedures, and organization necessary to produce an end product which complies with the contract requirements. The system shall cover all construction operations, both onsite and offsite, and shall be keyed to the proposed construction sequence. The site project superintendent will be held responsible for the quality of work on the job and is subject to removal for non-compliance with the quality requirements specified in the contract. The site project superintendent in this context shall be the highest level manager responsible for the overall construction activities at the site, including quality and production. The site project superintendent shall maintain a physical presence at the site at all times, except as otherwise acceptable to the owner, and shall be responsible for all construction and construction related activities at the site. 2. The Contractor shall furnish for review by the designer, not later than 20 days after receipt of notice to proceed, the Contractor Quality Control (CQC) Plan proposed to implement the requirements of the Contract. The plan shall identify personnel, procedures, control, instructions, tests, records, and forms to be used. The owner will consider an interim plan for the first 20 days of operation. The first application for payment will be processed only after acceptance of the CQC Plan or acceptance of an interim plan applicable to the particular feature of work to be started. Work outside of the features of work included in an accepted interim plan will not be permitted to begin until acceptance of a CQC Plan or another interim plan containing the additional features of work to be started. The second application for payment will not be processed until acceptance of the contractors CQC Plan. 3. Repair and protection of work and materials are Contractor’s responsibility. 4. Should any work or materials not conform with requirements of the Specifications or become damaged during the progress of the work, such work or materials shall be removed and replaced, together with any work disarranged by such alterations, at any time before completion and acceptance of the project. All such work shall be done at the expense of the Contractor. 5. Contractor will coordinate documents with manufacturer and perform such testing, reporting, and communication incidental to provisions of the warranty procedures. 6. Inclement Weather

a. In the event of temporary suspension of work as during inclement weather, or whenever the Engineer shall direct, the Contractor will protect carefully

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 40 00-4 Quality Requirements its work and materials against damage or injury from weather. If, in the opinion of the Engineer, any work or materials have been damaged or injured by reason of failure of the Contractor to protect its work, such materials shall be removed and replaced at the expense of the Contractor. b. During inclement weather and temporary suspension of work, the Contractor shall inspect the facility no later than 9:00 AM each day for leaks and perform temporary repairs if necessary. Inspections shall be made daily during extended periods of inclement weather. Upon arrival at the facility, Superintendent shall immediately inform the Owner of his presence and purpose. c. If Contractor does not inspect the facility by 9:00 AM on days of inclement weather and there is one or more leaks attributable to the Work, at 9:15 AM the Owner shall exercise his right to contact an outside contractor to perform temporary repairs as necessary to prevent damage to the building, its contents and to minimize disruption. The Contractor shall reimburse the outside contractor an equitable amount as determined solely by the outside contractor. If the Contractor arrives at the project site after the outside contractor has been contacted, but before temporary repairs are made, the outside contractor shall be reimbursed the fixed amount of $500.00, each occasion, for mobilization and/or travel expenses. d. Should inclement weather occur after normal business hours Friday, Saturday, and Sunday or holidays, Contractor shall make arrangements with the Owner to provide access to the building to inspect for leaks. The Owner shall be compensated for providing personnel for the service on an hourly rate basis as determined solely by the Owner.

D. Manufacturer's Field Services: During construction and until substantial completion, manufacturer’s representative shall perform quality assurance site visits monthly to ensure materials are being properly installed and as required to obtain the specified warranty.

1. The first site visit shall be performed within the first three (3) days of operations. 2. Coordinate all site visits with Engineer. Submit reports of findings within one week of inspection. Payment applications will be rejected until applicable reports are received. 3. Inspections to be performed by an employee of the selected manufacturer that is assigned full time to their technical services department. Sales personnel will not be acceptable for this function and may result in rejection of the work installed that does not fulfill this requirement. 4. Manufacturer’s final inspections shall be performed only with REI personnel in attendance. A minimum of seven days’ written notice is required. Any manufacturer’s final inspection conducted without REI personnel in attendance will be repeated at no additional cost to the Owner. 5. Any violation of this requirement will result in the removal of that manufacturer for a period of not less than one year from the Engineer’s accepted materials list.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION

3.01 REPAIR AND PROTECTION

A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 40 00-5 Quality Requirements 1. Comply with the Contract Document requirements for Section 01 73 00-Cutting and Patching.

B. Protect construction exposed by or for quality-control service activities.

C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services.

END OF SECTION 01 40 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 40 00-6 Quality Requirements SECTION 01 50 00

TEMPORARY FACILITIES AND CONTROLS

PART 1 GENERAL

1.01 SECTION INCLUDES

A. This Section includes requirements for temporary facilities and controls, including temporary utilities, support facilities, and security and protection facilities.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

A. Fire Protection: The General Contractor and each Prime Contractor or Prime Subcontractor shall establish and maintain a Project fire protection program and procedure to be followed in the event of fire.

B. Temporary Sanitary Facilities: The General Contractor shall provide and maintain self- contained, chemically-treated, temporary toilets adequate for the accommodation of all persons engaged on the work. Temporary toilets shall be enclosed and weatherproof and shall be kept in sanitary condition at all times. As soon as conditions of work will allow, a temporary toilet within building shall be provided. This toilet shall be equipped with a temporary water closet fixture and connections to sewer. All temporary toilets shall be in accordance with the regulations of the authorities having jurisdiction.

C. Barriers: Shall be provided by the General Contractor.

D. Temporary Construction Fence: A metal 8' high fence with locked vehicle gates and locked pedestrian gates shall be erected as indicated and maintained. Vehicle gates shall be located as close as possible to any required permanent vehicle entry to the area. Before Project final review, this temporary fence and its foundations and appurtenances shall be removed from the site, and all resulting post holes and damage and disfiguration to the site repaired to the satisfaction of the Owner and any other parties involved.

1. Fencing shall be chain link fabric with posts and top rails of pipe sections and a bottom wire. Fabric shall contain a dark green mesh for screening.

E. Tree and Plant Protection: Contractors are hereby reminded and cautioned that care shall be exercised to protect trees and plants which are to remain during the progress of the Project. Suitable barriers shall be provided around all trees and plants that are to remain and which are in the construction area and product handling area. All damage to such trees and plants shall be repaired; broken limbs properly and neatly pruned and painted with pruning paint; all trunk damage neatly dressed and painted with pruning paint. Any trees and plants which are excessively damaged shall be replaced in like, kind, size, and species by the Contractor at no additional cost. All work shall be by a recognized and approved nursery.

1. All grading around trees and plants to remain shall be such that the root system shall not be disturbed. Earth shall not be temporarily piled around trees and plants,

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 50 00-1 Temporary Facilities and Controls nor shall earth be graded to the trees and plants above the natural root depth for that particular species. 2. Established trees and plants, which are in the way of construction and which are in the material handling areas, shall be removed and stored for future replanting. The services of a recognized and approved nursery shall be employed to remove the trees and plants and prepare them for storage. Removed trees and plants shall be properly balled and burlapped in accordance with their size. During the time of storage, they shall be properly watered and cared for in accordance with the instructions from the nursery. After the construction work is completed, the stored trees and plants shall be replanted, and those trees and plants not replanted shall be disposed of as directed by the Owner.

F. Provide and maintain suitable temporary sidewalks, closed passageways, fences, or other structures required by law so as not to obstruct or interfere with traffic in public streets, alley ways, or private right-of-way. Leave an unobstructed way along public and private places for pedestrians and vehicles.

G. Provide walks over and around all obstructions in public places. Maintain from the beginning of twilight, through the whole of every night, sufficient light and guards to protect persons from injury.

H. Leave access to fire hydrants. Should these hydrants be susceptible to damage caused by the operations of this Contract, they shall be protected by means approved by the governing authority.

I. Temporary Egress: Provide emergency egress from existing occupied areas at all times as required by authorities having jurisdiction. Maintain egress path in compliance with requirements of North Carolina State Building Code requirements.

1.04 SECURITY:

A. Each contractor shall be responsible for security and protection to his equipment and the site-stored and installed products under his jurisdiction, at all times whether paid for by the owner or not, until the owner accepts the project.

B. Conduct construction work so that the owner's existing building can be locked securely at all times when it is not normally opened.

C. Contractors shall provide identification for their vehicles and all employees on this project. Identification methods shall be approved by the owner. The contractor shall be held responsible for each of his employees wearing the identification while on the project.

D. Except for communication devices, no radios or other sound-emitting devices not directly associated with the work will be operated by the workers at the job site. All workers will behave in a polite manner and all workers will wear shirts and shoes when on campus. Workers are not to make any comments or gestures to any University personnel, students or guests. Workers are permitted to smoke in designated smoking areas. Workers not complying with these requirements will not be allowed to work and may be instructed to vacate the work site. If workers are restricted from working, such restriction(s) shall not alter the terms of the contract.

1.05 FIELD OFFICES AND SHEDS:

A. Location of all temporary offices and storage sheds shall be approved by the Architect and

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 50 00-2 Temporary Facilities and Controls owner.

B. Storage sheds shall be provided and maintained by the Contractor in accordance with the requirements of the Contract Documents.

1.06 STORAGE AND PROTECTION:

A. All products both stored and installed, shall be properly stored and protected from damage in accordance with the type of product and its manufacturer's recommendations. See Specification Sections for any special storage and protection requirements.

B. Products that can be damaged by weather, dampness and sunlight shall be stored in a weatherproof building or similar enclosure. On-site yard storage on pallets under a canvas or plastic sheet or the like is NOT a substitution for a weatherproof building or similar enclosure. Products that will not be damaged by weather, dampness, and sunlight and that can be stored outside a weatherproof building or similar enclosure shall be stored off the ground and shall be protected from dirt, grime, mud, etc., with particular attention being given to those products that will be exposed to view in the finished work. Products that can also be damaged by high and/or low temperatures shall be stored in weatherproof building or similar enclosure where the proper storage temperature can be maintained as required by the product being stored. Stored products, when installed, shall be in a new, undamaged, and factory finished condition.

C. No finishing product or finished product shall be stored in the Project or installed in the Project until the Project is fully enclosed; is heated to the minimum temperature required by the product; and the humidity can be controlled to that required by the product. Coordinate with all finishing trades involved, in order that the required environmental conditions can be furnished and maintained prior to, during, and after the time of storage or installation of finishing products and finished products.

END OF SECTION 01 50 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 50 00-3 Temporary Facilities and Controls SECTION 01 73 29

CUTTING AND PATCHING

PART 1 GENERAL

1.01 SECTION INCLUDES

A. This Section includes procedural requirements for cutting and patching.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section:

1.03 CUTTING, PATCHING, AND FINISHING

A. The repair of all damages made by cutting shall include restoring those surfaces to a state of finish equal to that when construction began, including such things as surface texture, design, and color, unless in remodeled work new finishes are called for. All such repairs shall be performed by persons trained and proficient in the particular trades involved; for example, plaster repairs by plasterers, masonry repairs by masons, tile repairs by tile setters, painting by painters, and the like. It is the intent of the Contract Documents that all areas requiring repairs shall be restored to a completely finished condition acceptable to the Architect and the Owner.

1.04 CUTTING AND PATCHING

A. All cutting required to perform the work, and install the products specified under a particular Contract or Subcontract, shall be performed under that particular Contract or Subcontract, and all patching work resulting from this cutting shall be performed under that particular Contract or Subcontract unless completely new products have been scheduled or called for. All patching work shall be by craftsmen skilled in the required work and who may already be engaged on the Project. Cutting shall be held to the minimum.

1.05 PAINTING FOR PATCHING

A. All patching work within previously painted areas shall be painted by that Contract or Subcontract, which caused the need for this painting, unless completely new finish or finishes have been scheduled or called for. All painting shall be by skilled painters who may already be engaged on the Project.

1.06 CUTTING OF STRUCTURAL MEMBERS

A. Shall not be performed without review by the Engineer.

END OF SECTION 01 73 29

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 73 29-1 Cutting and Patching SECTION 01 74 00

CLEANING AND WASTE MANAGEMENT

PART 1 GENERAL

1.01 SECTION INCLUDES

A. The Owner has established that this Project shall include proactive measures for waste management participation by all parties to the contract.

1. The purpose of this program is to ensure that during the course of the Project all diligent means are employed to pursue practical and economically feasible waste management and recycling options. 2. Upon award, each subcontractor shall be required to furnish documentation from suppliers or manufacturers regarding waste management and recycling options for those products and procedures furnished. 3. Waste disposal to landfills shall be minimized.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 DEFINITIONS

A. Clean: Untreated and unpainted; not contaminated with oils, solvents, caulk, or the like.

B. Commingling: Mixing recyclable C/D material in one waste container. Materials Recovery Facilities (MRF) exists to sort and recycle commingled materials off-site.

C. Construction and Demolition Waste: Includes all non-hazardous solid wastes resulting from construction, renovations, alterations, repair, and demolition.

D. Hazardous: Exhibiting the characteristics of hazardous substances, i.e., ignitability, corrosiveness, toxicity or reactivity.

E. Material Recovery Facility (MRF): A processing facility designed to sort and separate recyclables based on market needs and material components.

F. Non-hazardous: Exhibiting none of the characteristics of hazardous substances, i.e., ignitability, corrosiveness, toxicity, or reactivity.

G. Nontoxic: Neither immediately poisonous to humans nor poisonous after a long period of exposure.

H. Recyclable: The ability of a product or material to be recovered at the end of its life cycle and remanufactured into a new product for reuse by others.

I. Recycling: The process of sorting, cleansing, treating and reconstituting solid waste and other discarded materials for the purpose of using the altered form. Recycling does not include burning, incinerating, or thermally destroying waste. Can be conducted on-site (as in the grinding of concrete and reuse on-site).

J. Return: To give back reusable items or unused products to vendors for credit.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 74 00-1 Cleaning and Waste Management K. Reuse: To reuse a construction waste material without altering its form on the project site or elsewhere.

L. Salvage: To remove a waste material from the project site to another site for resale or reuse by others.

M. Sediment: Soil and other debris that has been eroded and transported by storm or well production runoff water.

N. Source Separation: The act of keeping different types of waste materials separate beginning from the first time they become waste in order to reuse or recycle them.

O. Toxic: Poisonous to humans either immediately or after a period of exposure.

P. Trash: Any product or material unable to be reused returned, recycled, or salvaged.

Q. Volatile Organic Compounds (VOCs): Chemical compounds common in and emitted by many building products over time through off gassing: solvents in paints and other coatings; wood preservatives; strippers and household cleaners; adhesives in particleboard, fiberboard, and some plywood; and foam insulation. When released, VOCs can contribute to the formation of smog and can cause respiratory tract problems, headaches, eye irritations, nausea, damage to the liver, kidneys, and central nervous system, and possibly cancer.

R. Waste: Extra material or material that has reached the end of its useful life in its intended use. Waste includes salvageable, returnable, recyclable, and reusable material.

S. Waste Management Plan: A project-related plan for the collection, transportation, and disposal of the waste generated at the construction site. The purpose of the plan is to ultimately prolong the useable life of waste materials and reduce the amount of material being landfilled.

T. Waste Management Report: A monthly report completed by the contractor describing actual waste disposal of materials, including methods, types of waste, destination and quantities. All weight tickets must be attached to waste management report.

1.04 RESOURCE EFFICIENCY

A. The Contractor shall use resources as efficiently as possible, in completion of the project. Namely Owner shall require the Contractor to:

1. Use techniques that minimize waste generation 2. Reuse and renovation of existing structures in lieu of demolition 3. Salvage of existing materials and items for reuse/resale 4. Reuse materials on site where possible 5. Recycling of waste generated during the demolition and construction process

1.05 ADDITIONAL INFORMATION/RESOURCES

A. Build America Beautiful Program National Association of Home Builders 1201 15th Street, NW, Washington DC 20005, (800) 368-5242

B. Designing With Vision: Public Building Guidelines for the 21st Century Chris Stafford, AIA, Stafford-Harris, Inc., 1992 1916 Pike Pl., Seattle WA 98101, (206) 682-4042

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 74 00-2 Cleaning and Waste Management C. Environmental Building News A bimonthly newsletter on environmentally and construction. Yearly subscription RR 1, Box 161, Brattleboro, Vermont 05301, (802) 257-7300

D. The Environmental Resource Guide A collection of detailed material assessments, articles, and case studies connecting environmental awareness with building construction Quarterly: $200/year

E. The American Institute of Architects 1735 New York Ave, NW, Washington DC 20006 (202) 626-7331 (800) 365-ARCH

F. “Green Building” Performance Standard Guide American Society for Testing Materials (ASTM), 1992

G. The Healthy House An in-depth look at the construction of a “healthy house” especially with respect to chemical sensitivity. Chapters are broken down into stages of building (i.e., planning, location, etc.) and building components (i.e., foundation systems, steel framing, windows and doors, etc.) Good lists of organizations and suppliers. John Bower Carol Communications 1989.

H. Sustainable Construction: Proceedings of the First International Conference of the International

I. Council for Building Research Studies and Documentation Task Group 16 Covers a wide range of topics. Over 800 pages. University of Florida College of , Center for Construction and Environment, 1994, (904)392-7502 107 E-1 APPENDIX E -GREEN BUILDING RESOURCES TRIANGLE J COUNCIL OF GOVERNMENTS Waste Spec APPENDIX E -GREEN BUILDING RESOURCES E-2

J. Sustainable Building Guidebook for the New State Office Building: A Preliminary Overview Center for Maximum Potential Building Systems, Inc February 1993

K. Architectural/ Guidelines Comprehensive specifications covering energy efficiency and other life cycle and sustainable provisions About 110 pages State of Texas General Services Commission, Office of Facility Planning, 1993 Austin, Texas

L. Demolition for Salvage and Reuse: Prototypical Demolition Specifications A summary of background and specifications used on a demolition project in Portland About 25 pages Metro Solid Waste Department, 1993 600 NE Grand Avenue, Portland, Oregon, (503) 797- 1650

M. Waste Reduction Specifications 1993 A collection of examples of waste reduction specifications About 50 pages Metro Solid Waste Department 600 NE Grand Avenue, Portland, Oregon, (503) 797-1650

N. URBAN PLANNING/LAND USE/COMMUNITIES A Pattern Language: Towns- Buildings-Construction A design classic, illustrating patterns that work on all scales, from the reading nook to the whole city Christopher Alexander, Sara Ishikawa, and Murray Silverstein Oxford University Press Design with Nature Ian L. McHarg John Wiley & Sons, Inc., 1991 605 3rd Avenue, New York NY 10158 (212) 850-6000 or from the AIA Bookstore (800) 365-2724

O. Land Use Strategies for More Livable Places: A Guidebook for Local Governments, Clear and concise guidelines for land use planning to reduce automobile use. California

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 74 00-3 Cleaning and Waste Management emphasis, but nationwide applicability Have sample drafts of a resolution and other documents for use by local governments or community groups Steve Weissman and Judy Corbett, Local Government Commission, 1992 909 12th Street, Suite 205, Sacramento CA 95814, (916)448-1198 (916) 448-8246 (fax). 108 TRIANGLE J COUNCIL OF GOVERNMENTS Waste Spec

P. Sustainable Communities: A New Design Synthesis for Cities, Suburbs, and Towns Essays by these two leading planners and several others provide a good overview to the theory of ecologically appropriate land use. Sim Van der Ryn and Peter Calthorpe

1.06 REQUIRED RECYCLING INCLUDES: (NOT AN EXHAUSTIVE LIST)

A. Used beverage containers

B. Cardboard—banned from Mecklenburg County Landfills

C. Clean wood wastes

D. Scrap metal

E. Asphalt

F. Gypsum

G. Ballasts

H. Fluorescent bulbs containing mercury— banned from North Carolina landfills

I. White goods—banned from North Carolina landfills (major household appliances such as stoves and refrigerators that are typically finished in white enamel)

J. Yard waste – Banned from North Carolina Landfills

K. In addition to required recyclables/recycling, encourage:

L. Log and sell timber from land-clearing operations any ground timber will be used on campus as mulch

M. Excess clean earth may be used/needed by UNC Charlotte

N. Inert materials such as stumps, brick, concrete, block and rock cannot be disposed of in sanitary landfills and must go to a permitted Construction/Demolition landfill.

O. Bricks and blocks

P. Doors and windows

Q. Plumbing fixtures and pipes (provided they don’t contain lead)

R. Electrical fixtures and wiring

S. Metals

T. Cardboard

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 74 00-4 Cleaning and Waste Management U. Aluminum

V. Concrete

PART 2 PRODUCTS

2.01 MATERIALS

A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces.

PART 3 EXECUTION

3.01 CONSTRUCTION CLEANING

A. This requirement shall be strictly enforced. The site in general and all areas in and around the Project construction shall be clear of waste at all times in order to present a clean and orderly appearance and prevent hazards to safety and health.

3.02 WASTE MANAGEMENT

A. The general contractor shall be responsible for the collection and removal of waste on a daily basis and in a lawful manner. Burying and burning of waste on the property shall not be permitted. Washing waste down sewers or into waterways shall not be permitted. Waste shall not be allowed to accumulate and shall not be allowed to become hazards to safety and health.

B. The General Contractor shall furnish rodent proof containers in each construction area for the workmen to deposit their garbage and similar waste. This waste shall be kept separate from all other waste and shall be so identified in order that it can be disposed of as required by local regulations. Upon evidence of pest infestation, the General Contractor shall provide extermination services as a part of the work.

C. Hazardous and dangerous waste, as listed by the EPA, shall be kept separate from all other waste. The trade responsible for this waste shall be solely responsible for the handling, removal, and disposing, in accordance with the regulations pertaining to such waste, on a daily basis.

D. The General Contractor shall be responsible for furnishing means and methods for preventing mud being brought into the building or onto the construction by workmen.

E. The Contractor shall remove all generated trash, recycling, and debris (including, for example, old carpeting) at his or her expense. The Contractor may not place this trash and debris in University dumpsters. The Owner, acting through the Designer, shall retain the right to direct the disposal of salvageable equipment (such as metals, cardboard, plastics, paper, glass, and blueprints).

F. For all demolition or renovation work which removes serviceable, repairable, or otherwise recoverable equipment or materials (such as metals, cardboard, plastics, paper, glass, and blueprints), the Contractor shall certify that he or she has exercised every practical means of recovery or salvage. (Note: this would be in addition to the required recyclables).

3.03 PUBLIC STREETS AND PRIVATE WAYS

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 74 00-5 Cleaning and Waste Management A. All public streets adjacent to the site and all private ways at the site shall be kept clear of waste, spilled materials and products, and wet and dry earth at all times and shall be cleaned at the end of each working day. When wet earth is encountered, it shall be cleaned from the vehicles before they leave the site and enter the streets and private ways. All by the general contractor

3.04 CLEANING PRIOR TO INSTALLING FINISHES

A. The General Contractor shall remove all debris and soot, smudges, dust, and other deposits from the walls, ceilings, floors, and other exposed surfaces prior to installing finishes. Do not perform any finishing work until such surfaces are properly clean.

3.05 FINAL CLEAN UP

A. Before the date of the preliminary review, the Work and the site shall be cleaned of all debris, boxes, cartons, crates, wrappings, etc. Only such cleaning materials and equipment absolutely required shall be allowed on the Project at this time. If approved beforehand by the Architect, other materials may be stored on the Site in designated areas in a neat and orderly manner. Clean up shall include removal of all dirt and construction debris from the roof structure.

B. Before the date the final review is made to determine completion of the Project, in accordance with the Contract Documents, all of the Contractor's products and equipment shall be removed from the site, the Project given a thorough cleaning, such as: Glass cleaning, carpets vacuumed, building surfaces and equipment washed as required, resilient tile waxed and buffed as required, paint splatter removed, general dusting, debris removed, resilient wall bases buffed, etc., and the Project made l00 percent complete and ready for the Owner's occupancy and use as intended. All other cleaning and preparation shall be in accordance with the specification sections.

END OF SECTION 01 74 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 74 00-6 Cleaning and Waste Management SECTION 01 77 00

CLOSEOUT PROCEDURES

PART 1 GENERAL

1.01 SECTION INCLUDES

A. This Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following:

1. Inspection Procedures. 2. Project Record Documents. 3. Warranties.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section.

1.03 SUBSTANTIAL COMPLETION

A. The Contractor shall submit written certification to the Engineer that the Project is substantially complete along with the following:

1. Prepare a list of items to be completed and corrected (Contractor’s punch list), the value of items on the list, and reasons why the Work is not complete. 2. Advise Owner of pending insurance changeover requirements. 3. Obtain and submit releases permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 4. Terminate and remove temporary facilities from Project site, along with , construction tools, and similar elements. 5. Advise Owner of changeover in heat and other utilities. 6. Submit changeover information related to Owner's occupancy, use, operation, and maintenance. 7. Complete final cleaning requirements, including touchup painting. 8. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects.

B. Substantial Completion Inspection: On receipt of written substantial completion certification, the Engineer will make a substantial completion inspection within seven (7) days after receipt of certification.

1. Should the Engineer consider the Work not substantially complete, he will immediately notify the Contractor, in writing, stating the reasons. The Contractor shall complete the Work and send a second written notice to the Engineer, certifying the Project is substantially complete, at which time the Engineer will re- inspect the work. 2. Should the Engineer consider the Work substantially complete, he will prepare and issue a Certificate of Substantial Completion (AIA G704) accompanied by the list of items to be completed or corrected (Punch List). 3. A punch list of items will be prepared for correction and completion before the Final Inspection. The Contractor shall complete the punch list items within fifteen

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 77 00-1 Closeout Procedures (15) days of the punch list inspection. If the Contractor fails to complete the punch list within this period, the Owner will have the right to impose liquidated damages in the amount of two-hundred fifty ($250.00) dollars for each consecutive day until all of the items are completed.

1.04 FINAL COMPLETION

A. Preliminary Procedures: Before requesting final inspection for determining date of Final Completion, complete the following:

1. Submit a final Application for Payment according to Division 01. 2. Submit signed copy of Engineer’s inspection list of items to be completed or corrected (punch list). The certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Submit evidence of final, continuing insurance coverage complying with insurance requirements. 4. Instruct Owner's personnel in operation, adjustment, and maintenance of products, equipment, and systems.

B. Final Inspection: The submission of the signed punch list constitutes as written request for final inspection for acceptance. On receipt of request, Engineer along with the Owner’s Representative will conduct a final inspection within seven (7) days of receipt of certification.

1. Should the Engineer consider that the Work is finally complete in accordance with requirements of the Contract Documents, he will request the Contractor to make Project Closeout Submittals. 2. Should the Engineer consider that the Work is not finally complete, he will notify the Contractor, in writing, stating the reasons. 3. The Contractor shall take immediate steps to remedy the stated deficiencies, and send a second written notice to the Engineer certifying that the Work is complete, at which time the Engineer will re-inspect the Work.

1.05 PROJECT RECORD DOCUMENTS

A. General: Do not use Project Record Documents for construction purposes. Protect Project Record Documents from deterioration and loss. Provide access to Project Record Documents for Engineer's reference during normal working hours.

B. Project Record Drawings:

1. Shall be furnished to the Architect with each application for payment and at time of closeout. Project record drawings shall meet North Carolina Department of Administration Standards of the most current North Carolina Construction Manual. 2. Contractor shall file one (1) complete set of Contract Drawings in his field office. Each Prime Contractor and each Prime Subcontractor, as the case may be, shall fully and accurately note in red on this set any and all changes and deviations in the Project from that originally indicated on the drawings, as required by change orders, bulletin drawings, addenda, alternates, products, equipment, and methods of construction. All utility services and other concealed work which are built into walls, floor slabs, roof slabs, below slabs on grade, and in general unexposed shall be accurately located to avoid damage to them in case a change or renovation takes place at some future date. All changes in dimensions, elevations, location of

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 77 00-2 Closeout Procedures building components and equipment, and the location of any existing work which are different from that originally shown shall be indicated on these drawings. A copy of these, showing the work for which payment is requested shall be provided with each application for payment.

C. Record Specifications: Submit one copy of Project's Specifications, including addenda and contract modifications. Mark copy to indicate the actual product installation where installation varies from that indicated in Specifications, addenda, and contract modifications.

1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Mark copy with the proprietary name and model number of products, materials, and equipment furnished, including substitutions and product options selected. 3. Note related Change Orders and Record Drawings, where applicable.

D. Miscellaneous Record Submittals: Assemble miscellaneous records required by other Specification Sections for miscellaneous record keeping and submittal in connection with actual performance of the Work. Bind or file miscellaneous records and identify each, ready for continued use and reference. The following items shall be submitted, not limited to:

1. Completed and signed Engineer’s Punch List Inspection Report 2. Copy of Manufacturer’s Final Inspection Report 3. Landfill Charge Tickets 4. Asbestos Disposal Manifests 5. Contractor shall provide a comprehensive listing of subcontractors and suppliers showing the generic name of materials, work or equipment provided, trade or brand name, name, address, telephone number and contract person, and a reference to the drawings or specification.

1.06 WARRANTIES

A. Date of commencement of all warranties shall be the date of Final Acceptance.

B. Adhered Thermoplastic Single Ply Roofing System warranty as outlined in Section 07 54 00.

C. Pre-finished Sheet Metal finish warranty as outlined in Section 07 62 00.

D. Contractor’s two (2) year warranty on their company letterhead using sample contained in the Project Manual.

1. Contractor will be required to attend a post construction field inspection no earlier than twenty -three (23) months and no later than twenty-four (24) months after the date of Substantial Completion and complete any corrective action requested by Owner, Engineer, or Manufacturer at no additional cost to the Owner.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

END OF SECTION 01 77 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 01 77 00-3 Closeout Procedures SECTION 05 31 23

STEEL ROOF DECK REPAIR/SECUREMENT

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Inspection, evaluation and remediation of existing steel roof deck. Remediation shall consist of the following:

1. Repair of surface rust and through holes in steel decking. 2. Replacement of damaged or deteriorated steel decking.

B. Provide mechanical fasteners to secure steel decking to steel framing and to secure deck side and end laps.

1.01 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to:

1. Rough Carpentry Section 06 10 00 2. Preparation for Reroofing Section 07 01 50 3. Roof Insulation Section 07 22 16 4. Thermoplastic Single Ply Roofing Section 07 54 00

1.02 REFERENCES

A. American Iron and Steel Institute (AISI) Standard- North American Specification for the Design of Cold-Formed Steel Structural Members, 2001 Edition with Supplement 2004.

B. Steel Deck Institute, Inc. (SDI) Design Manual for Composite Decks, Form Decks, and Roof Decks (No. 31, 2007).

C. American Institute of Steel Construction (AISC) Steel Construction Manual, 14th Edition.

D. FM Global Data Sheet 1-28 Wind Loads to Roof Systems (Revised January 2000).

E. American Welding Society (ANSI/AWS) D1.3 Structural Welding Code/Sheet Steel – 98 Structural Welding Code – Sheet Steel.

F. ASTM International

1. A653 (A653M)-06 Standard Specification for Steel Sheet, Zinc-Coated (Galvanized) or Zinc-Iron Alloy - Coated (Galvannealed) by the Hot-Dip Process. 2. A924 (A924M)-06 Standard Specification for General Requirements for Steel Sheet, Metallic Coated by the Hot-Dip Process. 3. A 108-07 Standard Specification for Steel Bar, Carbon and Alloy, Cold-Finished.

1.03 SUBMITTALS

A. Refer to Section 01 33 00-Submittal Procedures.

B. Manufacturer’s Product Data Sheets for all materials specified certifying material

UNC Charlotte Miltimore-Wallis Center Roof Replacement 05 31 23-1 Steel Roof Deck Repair and Securement complies with all specified requirements.

C. Latest edition of the Manufacturer’s current material specifications and installation instructions.

1.04 QUALITY ASSURANCE

A. Meticulous attention to the detail of installation and workmanship shall be provided to ensure the assemblage of products in the highest grade of excellence by skilled craftsmen of the trade.

PART 2 PRODUCTS

2.01 MATERIALS

A. Roof deck replacement/repair: Products specified are for establishing the type, design, and quality required.

1. Roof Deck: FM Approved or UL listed 22 gauge minimum; galvanized steel profile to conform to existing deck profile at end and side laps. 2. Roof Deck Fasteners:

a. Deck-to-structural steel: Fasteners shall be FM Approved, self-drilling deck fasteners of length and type as required by fastener manufacturer for thickness of structural steel. Acceptable manufacturers include:

i. ITW Buildex Corp. 12-24 Tek 5 ii. SFS Intec Impax 12-24 SD5 iii. Blazer 1/4-20 DP5

b. Deck-to-deck side lap fasteners: Fasteners shall be FM Approved self- drilling deck side lap fasteners of length and type as required by fastener manufacturer for thickness of steel deck. Acceptable manufacturers include:

i. ITW Buildex Corp. 10-16 Tek 3 ii. SFS Intec #10-16 SD3 iii. Blazer #10-16 DP3

3. Deck Repair Coating: Shall be high solids, low VOC, self-priming epoxy coating for use on steel structures such as:

a. Amerlock 400 as manufactured by Ameron International b. Bar-Rust 231 as manufactured by Devoe c. High Build Epoxy Mastic as manufactured by Duron d. P45 Epoxy Mastic Coating as manufactured by Benjamin Moore & Co.

4. Deck Repair Plates: Shall be galvanized steel plates of thickness indicated. Plates shall be sized to extend a min. 8” beyond the through hole in existing decking on all sides with plate edges resting completely on a rib.

PART 3 EXECUTION

3.01 INSPECTION

A. Contractor shall inspect roof deck in work areas noted on roof plan. Notify engineer of

UNC Charlotte Miltimore-Wallis Center Roof Replacement 05 31 23-2 Steel Roof Deck Repair and Securement additional damaged decking, or damaged structural elements.

B. Before removing decking, cutting decking or fastening decking, the Contractor shall inspect interior conditions under the deck to prevent cutting or damaging the joists, electrical conduit, sprinkler piping, fixtures and utilities. The Contractor shall ensure conditions are satisfactory before proceeding with the work, and continuously monitor interior and exterior work conditions during demolition and construction operations.

C. Commencement of work signifies Contractor’s acceptance of conditions. Any defects in roofing work resulting from such accepted conditions shall be corrected to Engineer’s satisfaction at no additional expense.

D. The following descriptions indicate roof deck corrosion levels by degree. All roof deck areas are to be inspected and assessed a roof deck corrosion level of 1 through 5. Following the assessment, the appropriate Remediation Methods shall be conducted. Remediation methods shall follow the deck corrosion level descriptions. Refer to Section 01 22 00 - Unit Prices.

1. Degree #1

a. Red rust on top flange. b. Dark brown rust scaling ontop flange. c. Dark brown rust scale removed by scraping/wire brushing to indicate minor pitting of the metal surface. d. Deck flutes discolored.

2. Degree #2

a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. c. Entire deck sections (flanges and flutes) have been or can be readily removed during examination or areas of decking are missing, up to 8” in any one direction.

3. Degree #3

a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. c. Entire deck sections (flanges and/or flutes) have been or can be readily removed during examination or areas of decking are missing, from 8” to 13” in any one dimension.

4. Degree #4

a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. c. Entire deck sections (flanges and/or flutes) have been or can be readily removed during examination or areas of decking are missing, from 13” to 24” in any one dimension.

5. Degree #5

a. Red rust present on any of the deck surface. b. Dark brown rust scale present on any of the deck surface. c. Entire deck sections (flanges and/or flutes) have been or can be readily

UNC Charlotte Miltimore-Wallis Center Roof Replacement 05 31 23-3 Steel Roof Deck Repair and Securement removed during examination or areas of decking are missing, 24” or greater in any one dimension.

3.02 PREPARATION

A. Completely remove and/or vacuum debris from deck surface and ribs to allow for inspection of existing deck, and to fasten existing and new decking.

B. Remove and properly dispose of all damaged decking (Corrosion Degree Level 5) and back-out/remove deck fasteners in the repair area.

C. Contractor shall take all necessary precautions to prevent debris from entering building space, and coordinate operations with Engineer and Owner.

D. Contractor shall provide temporary protection of building interior and contents to prevent damage.

3.03 STEEL DECK REMEDIATION

A. Corrosion Degree 1:

1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Properly mix deck repair coating according to manufacturer’s recommendations. 4. Do not mix more material than can be used in the materials expected pot life. 5. Material should be from 50˚ F to 90˚ F for optimum application. 6. Brush or roller apply deck repair coating as recommended by manufacturer. 7. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed.

B. Corrosion Degree 2:

1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Mechanically attach 18 ga deck repair plate to deck ribs with deck to side lap fasteners 8” on center maximum or a minimum of 2 screws per side. 4. Properly mix deck repair coating according to manufacturer’s recommendations. 5. Do not mix more material than can be used in the materials expected pot life. 6. Material should be from 50˚ F to 90˚ F for optimum application. 7. Brush or roller apply deck repair coating as recommended by manufacturer. 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed.

C. Corrosion Degree 3:

1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Mechanically attach 16 ga deck repair plate to deck ribs with deck to side lap fasteners 8” on center maximum or a minimum of 2 screws per side. 4. Properly mix deck repair coating according to manufacturer’s recommendations. 5. Do not mix more material than can be used in the materials expected pot life. 6. Material should be from 50˚ F to 90˚ F for optimum application. 7. Brush or roller apply deck repair coating as recommended by manufacturer.

UNC Charlotte Miltimore-Wallis Center Roof Replacement 05 31 23-4 Steel Roof Deck Repair and Securement 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed.

D. Corrosion Degree 4:

1. Remove all loose dirt, rust, moisture, grease or other contaminants from the surface with a power wire brush. 2. Vacuum the roof deck surface clean. 3. Mechanically attach 1/8” thick deck repair plate to deck ribs with deck to side lap fasteners 8” on center maximum or a minimum of 2 screws per side. 4. Properly mix deck repair coating according to manufacturer’s recommendations. 5. Do not mix more material than can be used in the materials expected pot life. 6. Material should be from 50˚ F to 90˚ F for optimum application. 7. Brush or roller apply deck repair coating as recommended by manufacturer. 8. Allow coating to dry a minimum of 30 minutes. Coating shall be dry to touch before roof insulation is installed.

E. Corrosion Degree 5:

1. Examine underside of steel deck for any conduit located directly below the deck surface, anything suspended or fastened to the deck surface, etc. If necessary, detach all objects from the bottom side of the deck to be removed. 2. Any deck meeting Corrosion Degree 5 shall be removed in its entirety. 3. Provide roof deck where existing is removed. 4. Overlap all deck end laps no less than 6" and as required to secure through both panels and into the structural steel. Lap ends only over structural framing. Deck fasteners shall penetrate deck panels no less than 2" from the edge of the panel. 5. Overlap all deck side laps to nest flush into neighboring deck panel. Install a minimum of two deck side lap fasteners. 6. Workers shall apply their weight over the area being fastened to prevent deck deflection and ensure complete contact between fasteners, deck and/or structural steel. 7. Follow deck Manufacturer’s instructions and the latest edition of the Steel Deck Institute (SDI) Specifications and Commentary.

3.04 STEEL DECK SECUREMENT

A. Fasten all steel deck panels to steel framing and steel deck side laps as indicated in the contract drawings.

1. Field of Roof: Fasten deck to joists 12" on centers, one fastener in every other deck rib. 2. Perimeter of Roof: Fasten deck to joists 6" on centers, one fastener in every deck rib. 3. Deck Side-Lap Fastening:

a. Install two (2) deck panel side-lap fasteners between joists. Equally space the fasteners no greater than 30” apart.

4. Fastener position/location:

a. Deck fasteners shall be driven in the center of the bottom of the deck rib. The fasteners shall be driven within +/- 1/4" of the center of the structural steel bearing surface. The fasteners shall be driven along the center of the structural steel member, not near the edge of the structural steel.

UNC Charlotte Miltimore-Wallis Center Roof Replacement 05 31 23-5 Steel Roof Deck Repair and Securement b. Deck side lap fasteners shall be driven into the deck rib such that both panels are penetrated. The side lap fastener shall be located along the center of the bottom of the rib.

5. Workers shall apply their weight over the area being fastened to prevent deck deflection and ensure complete contact between fasteners, deck and/or structural steel.

3.05 MISCELLANEOUS

A. Contractor shall monitor the inside of the building at all times during removal and replacement of damaged steel decking to prevent damage to building, equipment and occupancy.

B. Contractor shall monitor all hot work operations in strict accordance with the Owners requirements and local Code. These operations include, but are not limited to, cutting, welding, soldering, brazing, grinding, etc. and any and all other spark or flame producing operations.

END OF SECTION 05 31 23

UNC Charlotte Miltimore-Wallis Center Roof Replacement 05 31 23-6 Steel Roof Deck Repair and Securement SECTION 06 10 00

ROUGH CARPENTRY

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Rough Carpentry work required to facilitate installation of new roof assembly including:

1. Re-securement of existing rough carpentry to remain in place. 2. Removal and replacement of damaged, rotted or deteriorated rough carpentry with pressure treated rough carpentry to match existing.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to:

1. Preparation for Reroofing Section 07 01 50 2. Thermoplastic Single Ply Roofing Section 07 54 00 3. Sheet Metal Flashing and Trim Section 07 62 00

1.03 REFERENCES

A. Refer to the following references, current edition for specification compliance:

1. 2012 North Carolina Building Code 2. American Society for Testing and Materials (ASTM) 3. American Wood-Preserver’s Association (AWPA)

a. AWPA E12 - Standard Method of Determining the Corrosion of Metal in Contact with Wood. b. AWPA M4 - Standard for the Care of Preservative Treated Wood Products. c. AWPA P5 - Standard for Waterborne Preservatives. d. AWPA P23 - Standard for Chromated Copper Arsenate Type C (CCA- C). e. AWPA P25 - Standard for Inorganic Boron (SBX). f. AWPA P26 - Standard for Alkaline Copper Quat Type A (ACQ-A). g. AWPA P27 - Standard for Alkaline Copper Quat Type B (ACQ-B). h. AWPA P28 - Standard for Alkaline Copper Quat Type C (ACQ-C). i. AWPA P29 - Standard for Alkaline Copper Quat Type D (ACQ-D). j. AWPA P47 - Standard for DCOI/Imidacloprid/Stabilizer, Waterborne (EL2). k. AWPA P48 - Standard for Copper Azole Type C (CA-C). l. AWPA T1 - Use Category System: Processing and Treatment Standard. m. AWPA U1 - Use Category System: User Specification for Treated Wood.

4. American Plywood Association (APA) 5. American National Standard

a. ANSI/SPRI ES-1 Wind Design Standard for Edge Systems Used with

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-1 Rough Carpentry Low Slope Roofing Systems

6. Underwriters Laboratories, Inc. (UL) 7. FM Global/Factory Mutual Research (FM)

1.04 DEFINITIONS

A. Rough Carpentry includes carpentry work not specified as part of other Sections and generally not exposed.

B. KDAT: Kiln Dried After Treatment.

1.05 SUBMITTALS

A. Refer to Section 01 33 00-Submittal Procedures for Submittals.

B. Manufacturer’s Product Data Sheets for all materials specified certifying material complies with this specification.

1.06 QUALITY ASSURANCE

A. Contractor shall inspect wood to be installed for damage, warping, splits, and moisture content as defined by the applicable wood products industry standards. Materials that do not comply shall be rejected.

B. Rough carpentry installation shall present a smooth, consistent substrate for roof system and flashing installation.

C. Qualifications of workers: Provide sufficient, competent and skilled carpenters in accordance with accepted practices and supervisors who shall be present at all times during execution of this portion of the work, and who shall be thoroughly familiar with type of construction involved in this section and related work and techniques specified.

D. Moisture Content:

1. Treated wood products shall be KDAT. 2. Treated lumber used in the roofing assembly shall not be stored or installed in a manner exposing it to rain. 3. Moisture content of treated lumber shall be 19 percent or less before being covered/enclosed into roofing assembly. 4. Contractor shall be responsible for ensuring lumber is delivered, stored and installed at 19% or less moisture content. 5. Plywood shall be 18% or less before being covered/enclosed into roofing assembly.

E. Each piece of treated lumber and plywood shall bear the stamp of the AWPA Quality Mark, indicating compliance with the requirements of the AWPA Quality Control Program.

F. Lumber Standards: Comply with PS 20 and applicable rules of respective grading and inspecting agencies for species and products indicated.

G. Plywood Product Standards: Comply with PS 1 (ANSI A 199.1) or, for products not manufactured under PS 1 provisions, with applicable APA Performance Standard for type

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-2 Rough Carpentry of panel indicated.

H. Installation of all required new rough carpentry for roofing and flashing terminations to ensure plumb, uniform and level metal flashings.

I. Rough carpentry installation shall ensure roof membrane flashing transitions are smooth for complete roof drainage and appearance.

J. Installation of all fasteners and associated materials to secure rough carpentry as detailed and specified.

1.07 DELIVERY, STORAGE, AND HANDLING

A. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Store a minimum of four inches above ground on framework or blocking. Stack lumber as well as plywood and other panels; provide for air circulation within and around stacks. Cover with protective waterproof covering providing for adequate air circulation and ventilation

B. Exposure to precipitation during shipping, storage or installation shall be avoided. If material does become wet, it shall be replaced or permitted to dry prior to covering or enclosure by other roofing, sheet metal or other construction materials (except for protection during construction).

C. Immediately upon delivery to job site, place materials in area protected from weather.

D. Do not store seasoned materials in wet or damp portions of building.

E. Protect sheet materials from corners breaking and damaging surfaces, while unloading.

PART 2 PRODUCTS

2.01 MATERIALS

A. Lumber: Shall Be No. 2 or better spruce or southern yellow pine. Shall be sound, thoroughly seasoned, dressed to nominal finish dimension, and free of warpage, cupping, and bowing. Dimensions shall be determined by job conditions or as indicated in detail drawings.

B. Plywood Sheathing: Shall be structural 1 rated. Plywood shall be stamped APA RATED SHEATHING grade-C or better, and shall be manufactured with exterior glue (exposure 1). Plywood shall have a minimum thickness of 3/4 inch or as required to match existing.

C. Preservative Treatment:

1. Treatment: ACQ as manufactured for Viance in accordance with AWPA U1 and P5, P26, P27, P28, P29 as appropriate.

a. Use 0.15 lb/cu ft (2.4 kg/m3) of ACQ in accordance with AWPA U1: (UC3B) as appropriate.

2. Treatment: Ecolife or EL2 as manufactured by Viance.

a. Use 0.019 lb/cu ft (0.3 kg/m3) of Ecolife or EL2 (+ 0.2 lb/cu ft MCS) in

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-3 Rough Carpentry accordance with AWPA U1 (UC3B) as appropriate.

2.02 FASTENERS

A. General:

1. All fasteners shall be stainless steel or as approved by Engineer. 2. Fasteners securing pressure treated lumber shall be manufactured for corrosion resistance and exposures associated with pressure treated wood applications. 3. Nails shall not be used at roof edges to fasten rough carpentry, lumber, plywood, etc. Screws, anchors, and/or machine bolts shall be used to secure rough carpentry at roof perimeter edges. 4. Masonry screws, spikes, and drive-pins shall not be used to fasten edge/perimeter nailers to concrete decks. Minimum ½” diameter anchors or bolts shall be used to secure roof edge nailers to concrete substrates.

B. Wood to wood:

1. Screws: No. 10 or greater, stainless steel wood screws with flat head, or insulation screws. Length to embed into base substrate a minimum of 1-1/2".

C. Wood to light gage steel framing (16-ga. or less):

1. Shall be #14-13 DP1, pancake or panhead, corrosion resistant, ASTM A153, FM Approved, self-drilling and self-tapping screw, length to provide minimum 3 pitches of thread through metal thicknesses. Acceptable manufacturers include:

a. ITW Buildex Teks b. Concealor® c. Blazer d. SFS Intec e. Engineers accepted equivalent.

PART 3 EXECUTION

3.01 INSPECTION

A. Contractor shall inspect substrates to receive rough carpentry, and ensure substrates are in satisfactory condition prior to installation of rough carpentry.

B. Contractor shall inspect all new and existing rough carpentry including fasteners for material condition before proceeding with installation. Deteriorated, rotted, damaged, split, warped, twisted or wet materials shall be removed and replaced with specified materials. Refer to Section 01 22 00-Unit Prices.

C. Contractor shall remove old cants, tapered edge strips, debris, old fasteners, etc. that interfere with the installation of new rough carpentry.

D. Contractor shall notify Engineer in writing of unsatisfactory conditions.

E. Commencement of work signifies Contractor’s acceptance of substrates. Any defects in roofing work resulting from such accepted substrates shall be corrected at no additional expense to the Owner.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-4 Rough Carpentry 3.02 PREPARATION

A. Steel/Metal Substrates:

1. Any pressure treated wood to contact steel or metal shall have the steel/metal coated with a heavy coating of asphalt primer.

B. Roof Deck and Structure:

1. Roof deck and structure shall be dried and broomed and/or vacuumed clean of debris and foreign matter prior to installation of the new rough carpentry. 2. Contractor shall adjust substrates to receive rough carpentry to ensure completed rough carpentry installation is acceptable for roofing and sheet metal flashings. 3. Steel decking shall be coated with a uniform, heavy application of asphalt primer, or separated by membrane or other acceptable means to prevent contact between steel and treated wood products. 4. Treated lumber shall not make direct contact with light gage steel decking.

3.03 INSTALLATION

A. Remove existing damaged or deteriorated wood blocking, nailers, and curbs and replace with new material of same dimensions.

B. Re-secure all existing wood nailers at roof edges that are to remain. Fastener type and spacing shall comply with this specification.

C. Install new wood blocking, nailers, and curbs to achieve a minimum eight inch flashing height above the roof membrane. Wood nailers at perimeter roof edges and expansion joints shall be installed to match insulation height. Maintain constant nailer height at perimeter edges.

D. Wood blocking and nailers shall be installed concurrently with roof system installation. Removal of insulation and/or folding back of roof membrane to install wood blocking and nailers at a later date is not acceptable.

E. Set rough carpentry to required levels and lines, with members plumb, true to line, material cut to fit, and braced to hold work in proper position. Use a belt sander to remove any obtrusive surface irregularities. Drive nails and spikes home; and pull bolt nuts tight with heads and washers in close contact with the wood.

F. Fit rough carpentry to other construction; scribe and cope for accurate fit. Correlate location of furring, nailers, blocking, grounds, and similar supports to allow attachment of other construction. All joints between wood shall be installed for a smooth transition.

G. Attachment:

1. The Contractor shall consult the fastener manufacturer’s published literature and follow the recommended requirements for pre-drilling, cleaning, placement and compatibility of substrates. Follow manufacturer’s requirements for fasteners spacing, substrate preparation and substrate embedment where not specified. 2. Securely attach rough carpentry work to substrate with fasteners. Anchor to resist a minimum force of 300 lbs/lineal foot in any direction. 3. Rough carpentry attachment shall meet the requirements herein and that of the current FM Loss Prevention Data Sheet 1-49, Perimeter Flashing.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-5 Rough Carpentry 4. Install bolts flush with the top surface of nailers where possible to avoid countersinking. Bolt bottom nailers then fasten upper nailers where possible. Countersink bolts, nuts and screws flush with wood surfaces only as detailed. 5. Install fasteners without splitting wood. Pre-drill where necessary. Split or damaged wood shall be removed, or repaired and/or re-secured to provide acceptable conditions. 6. For anchors, pre-drill concrete and masonry units to prevent damage or cracking of the masonry. Consult fastener manufacturer’s published guides. Damaged masonry shall be repaired, and fasteners shall be removed and re-installed in an acceptable location. 7. Fastener spacing: Fasteners shall be staggered 1/3 the board width and installed within 6” of each end.

a. Screws securing wood to wood and wood to steel shall be installed 12 inches apart, staggered, with two screws installed within 6 inches of each end of nailer lengths to prevent wood from twisting at board joints.

H. Select fasteners of size and length that will not be exposed from the building interior and/or from the ground, or remove protruding fasteners, paint or finish to eliminate exposure.

I. Thickness of wood nailers shall be flush with adjacent insulation and other materials. Additional fasteners shall be installed to ensure nailers are flush.

J. Unless otherwise detailed, plywood used as blocking or shim shall be installed below dimensional lumber such that the fastener head terminates at the dimensional lumber surface.

K. Wood nailers at roof perimeters, expansion joints, roof area dividers, etc. shall not be less than 3 feet long.

L. When multiple nailers are installed stacked two high or more, offset nailers no less than 12" such that joints at nailer end do not line-up vertically.

M. Each end of nailers shall be fastened with additional fasteners to ensure a smooth transition at butted joints, and to prevent warping and/or twisting.

N. Shims:

1. The Contractor shall add plywood and lumber shims as required for the specified height and thickness. 2. Shims shall make full contact with stacked rough carpentry. Partial shim contact, and small shim pieces spaced apart are not acceptable. 3. Plywood used as blocking or shim shall be installed below dimensional lumber such that the fastener head terminates at the dimensional lumber surface.

O. Curbs:

1. Adjust wood curbs to support rooftop piping, ducts, equipment, etc. 2. Raise equipment to provide required flashing height for roofing.

3.04 CLEAN-UP

A. The Contractor shall ensure the site and building are cleaned to meet pre-construction

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-6 Rough Carpentry conditions, as accepted by the Owner.

B. The site and building shall be free of saw dust from pressure treated lumber, fasteners and other debris.

C. Damages to the building, grounds, equipment and site shall be repaired or replaced by the Contractor to meet pre-construction conditions, as accepted by the Owner.

END OF SECTION 06 10 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 06 10 00-7 Rough Carpentry SECTION 07 01 50

PREPARATION FOR REROOFING

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Preparatory work to be completed prior to roof installation including but not limited to:

1. Removal of existing roof assemblies down to the existing insulation system. 2. Water test of roof drains. 3. Soil pipe extensions. 4. Raising of mechanical units to meet the required minimum flashing height. 5. Installation and/or modification of through wall overflow scuppers.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to:

1. Rough Carpentry Section 06 10 00 2. Roof Insulation Section 07 22 16 3. Thermoplastic Single Ply Roofing Section 07 54 00

1.03 DEFINITIONS

A. Removal: Remove and legally dispose of items except those indicated to be reinstalled, salvaged, or to remain property of the Owner.

B. Existing to remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Engineer, items may be removed to a suitable, protected storage location during selective demolition and then cleaned and reinstalled in their original locations.

C. Material ownership: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain the Owner’s property, demolished materials shall become the Contractor’s property and shall be removed from the site.

1.04 EXISTING ROOF ASSEMBLIES*

A. Areas A1, A2 and A3

1. Single ply membrane (adhered) 2. 2” polyisocyanurate (mechanically attached) 3. 2” polyisocyanurate 4. 5/8” gypsum substrate 5. Steel deck (structural slope)

B. Area A4

1. Single ply membrane (adhered) 2. Tapered polyisocyanurate insulation system 3. Steel deck

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 01 50-1 Preparation for Reroofing C. Roof Area A5

1. Single ply membrane (adhered) 2. 2” polyisocyanurate (mechanically attached) 3. Steel deck

*Roof system composition is based on random sampling. Contractor is responsible for verification of roof system composition.

1.05 SUBMITTALS

A. Refer to Section 01 33 00-Submittal Procedures for Submittals.

B. Manufacturer’s Product Data Sheets for all materials specified certifying material complies with this specification.

1.06 QUALITY ASSURANCE

A. Qualifications: Previous experience removing existing roof systems.

B. Requirements: Contractor to comply with governing EPA regulations and hauling/disposal regulations of authorities having jurisdiction.

1.07 SCHEDULING

A. Conduct demolition so that Owner's operations will not be disrupted. Provide 72 hours notification to Owner of activities that will affect Owner’s operations.

1.08 WARRANTIES

A. Any damage to existing items under warranty shall be repaired/replaced with materials acceptable to the Warrantor.

PART 2 PRODUCTS

2.01 MATERIALS

A. Roof Insulation

1. Refer to Specification Section 07 22 16.

B. Soil Pipe Extensions:

1. Acceptable Manufacturer:

a. OMG Tubos b. Engineers accepted equivalent

2. Soil 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:

a. Material: Solid-wall PVC, white.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 01 50-2 Preparation for Reroofing b. Splice Sleeve Insert:

i. 6 inches Length at both ends of precut extension. ii. Outside Diameter to be 1/4" less than outside diameter of soil pipe.

c. Length:

i. Overall Length: 28 inches. ii. Net Usable Length: 16 inches excluding Splice Sleeve Inserts.

d. Sealant: Single-Component, Nonsag, Urethane Joint Sealant: ASTM C 920, Type S, Grade NS, Class 25, for Use NT, and acceptable to roofing membrane manufacturer.

PART 3 EXECUTION

3.01 EXAMINATION

A. Survey existing conditions to determine extent of demolition.

B. Record the conditions of items to be removed/reinstalled and items to be removed/salvaged.

C. Contractor shall not remove any element that may result in structural deficiency or collapse of any part of the structure or adjacent structures during demolition.

D. Contractor to inspect substrate for soundness and notify Engineer in writing of any deficiencies. Commencement of work signifies Contractor's acceptance of site conditions.

3.02 UTILITIES/SERVICES

A. Maintain existing utilities that are to remain in service and protect them against damage during selective site demolition unless authorized in writing by the Owner and authorities having jurisdiction.

1. Locate all conduits and equipment attached to the underside of the decking prior to reroofing. Insulation fastener locations are not to disturb existing conduits or interior components/equipment. 2. If utilities serving occupied portions of the site must be shut down, temporary services shall be provided. 3. Provide 72 hours notice to Owner if shut down is required. 4. Where services are to be removed, relocated or abandoned, provide necessary bypass connections to remaining occupied buildings and areas.

3.03 PREPARATION

A. Do not begin demolition until utilities have been disconnected/sealed and have been verified as such in writing.

B. Do not close off or obstruct streets, walks or other adjacent occupied facilities without permission from Owner and authorities having jurisdiction.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 01 50-3 Preparation for Reroofing C. Provide safe conditions for pedestrians. Erect temporary protection such as walkways, fences, railings and canopies as required by OSHA and other governing authorities.

D. Provide protection for adjacent building, appurtenances and landscaping to remain. Erect temporary fencing around trees to remain.

E. Provide temporary weather protection as required to prevent water leakage and damaged to exterior or interior of adjacent structures.

3.04 POLLUTION CONTROLS

A. Use water, mist, temporary enclosures and other suitable methods to limit the spread of dust and dirt. Comply with local EPA regulations.

1. Do not use water where damage may occur or where hazardous conditions would be created such as ice or flooding.

3.05 REMOVALS

A. Demolish and remove existing construction only to the extent required by new construction.

B. Remove all existing roofing, roof insulation, membrane and sheet metal and discard.

C. Remove or correct any obstruction which might interfere with the proper application of new materials.

D. Lift or remove all existing equipment so that existing flashings can be totally removed and new flashings installed.

E. Lift existing sheet metal flashings to remain to remove all existing materials. After installation of new materials, neatly bend flashing back into place.

F. Remove debris from existing materials to provide clean, dry substrate.

G. Demolish asphalt, concrete and masonry in small sections. Cut concrete and masonry at juncture with construction to remain using powered masonry saw, core drill or hand tools. Do not use powered impact tools.

H. Remove and transport debris in a manner that will prevent damage/spills to adjacent buildings and areas.

I. Dispose of demolished items and materials on a daily basis. On-site storage of removed items is not permitted.

J. Transport demolished materials off-site and dispose of materials in a legal manner.

K. Perform progress inspections to detect hazards resulting from demolition activities.

3.06 FLASHING HEIGHTS

A. Permanently raise roof top equipment as required to achieve 8” minimum flashing height.

B. Provide additional wood blocking to top of parapet walls and expansion joints to achieve minimum 8” flashing height. UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 01 50-4 Preparation for Reroofing C. Extend all existing sanitary vents to height required by the applicable Plumbing Code, but no less than 8 inches and no more than 12 inches above the finished roof system.

1. Preparation

a. Remove existing flashing from plumbing vent piping to extent required to enable installation of new plumbing vent pipe extensions and completion of flashings. b. Clean plumbing vent piping to ensure that joint surfaces are clean, dry, and free from contamination including dirt, oils, grease, tar, wax, rust, and other substances that may inhibit adhesive or sealant performance.

2. Installation

a. Insert end of plumbing vent pipe extension into existing plumbing vent piping.

i. Verify circumference of existing plumbing vent piping and plumbing vent pipe extension is appropriate to achieve secure, rigid installation. ii. Mark plumbing vent pipe extension at required height above finished roof surface level, and cut to required length. iii. Apply adhesive or sealant to plumbing vent piping as appropriate to existing pipe material and plumbing vent pipe extension, and mate plumbing vent pipe extension to existing piping. Apply adequate adhesive or sealant to achieve secure, rigid installation.

3.07 ROOF DRAINS AND LEADERS

A. Prior to commencement of any work on the project the Contractor shall inspect each existing roof drain for damage and water flow.

1. Each drain shall be cleaned of accumulated debris and loose gravel. Drain bowl and drain outlet shall be cleaned of bitumen build-up to bare metal by hand scraping. 2. A power vacuum shall be provided by the Contractor and utilized to vacuum debris, loose gravel, and bitumen scrapping. Vacuum hose shall be of sufficient length to reach the first elbow in the drain line in order to vacuum the line. 3. After cleaning bitumen from the drain bowl, Contractor shall inspect the bowl carefully for cracks, and the drain pipe connection for possible deterioration. 4. Each drain shall be water tested for proper flow utilizing a minimum 3/4-inch hose. Water shall flow into the line under maximum pressure available for a period of not less than 15 minutes. 5. Inspection and testing operation shall precede any roofing tear-off. If deficiencies or damages are observed, Contractor shall record the deficiency on a Roof Plan and forward to the Engineer. The Engineer will notify the Owner’s Maintenance Department accordingly. Contractor shall allow 48 hours after notification for any corrective work by the Owner. 6. If no deficiencies or damages are reported to the Owner prior to commencement of work, Contractor shall assume full responsibility for the condition and operation of the drains. 7. Contractor shall install temporary drain plugs while performing any work at or near the roof drains. Drain plugs shall be removed at the end of each work day.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 01 50-5 Preparation for Reroofing 3.08 SCUPPER INSTALLATION

A. Locate bottom of overflow scupper 2 inches above surface of the roof system adjacent to the nearest roof drain (excluding sump).

B. Remove existing masonry and store for reuse if in good condition. Reinstall masonry units to extent possible. Provide new brick or concrete masonry units to match existing.

C. Extend opening through entire thickness of parapet. Take precautions to avoid damaging adjacent wall surfaces.

D. Provide finished openings as indicated.

E. Install veneer materials of same type, size and finish to match existing. Set units in full beds of mortar to match adjacent joints in thickness. Tool joints to match.

F. Repair exterior finish to match adjacent surfaces.

3.09 CLEANING

A. Inspect the site daily and clean up debris and hazards at the end of each day. Adjacent roads, drives and walkways shall remain in operation and free from construction materials debris.

B. Clean adjacent structures of dust dirt and debris. Return adjacent areas to original conditions to the satisfaction of the Owner.

END OF SECTION 07 01 50

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 01 50-6 Preparation for Reroofing SECTION 07 22 16

ROOF INSULATION

PART 1 GENERAL

1.01 SECTION INCLUDES

A. Areas A1 to A5: Replace deteriorated insulation in accordance with Unit Prices and Quantity Allowances; provide supplemental attachment of insulation to steel deck in accordance with Unit Prices and Quantity Allowances; adhere tapered insulation crickets where indicated in Contract Drawings in foam adhesive; adhere overlayment insulation in foam adhesive; adhere tapered insulation crickets where indicated in Contract Drawings in foam adhesive.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to:

1. Preparation for Reroofing Section 07 01 50 2. Thermoplastic Single Ply Roofing Section 07 54 00

1.03 REFERENCES

A. Refer to the following references for specification compliance:

1. 2012 North Carolina Building Code 2. National Roofing Contractors Association – NRCA 3. FM Global 4. Underwriters Laboratories, Inc. – UL 5. ASHRAE Standard 90.1

1.04 SUBMITTALS

A. Refer to Section 01 33 00-Submittal Procedures for requirements.

B. Manufacturer’s Product Data Sheets for all materials specified certifying material complies with all specified requirements.

C. Tapered insulation plan from material supplier with minimum R-value for each roof area.

D. Latest edition of the Manufacturer’s current material specifications and installation instructions.

1.05 QUALITY ASSURANCE

A. Insulation to be installed in accordance with their respective manufacturer's requirements.

B. Insulation(s) not bearing UL label at point of delivery shall be rejected.

C. Insulation damaged or wetted before, during, or after installation shall be removed from the job site no later than the next working day from the day such damage or moisture contamination is noted.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 22 16-1 Roof Insulation D. Wind Design: Install insulation system to meet the required wind uplift pressures as specified in Section 07 54 00.

1.06 DELIVERY, STORAGE, AND HANDLING

A. Delivery: Material shall be delivered in the manufacturer's original sealed and labeled shrouds and in quantities to allow continuity application.

B. Storage: Materials shall be stored out of direct exposure to the elements on pallets or dunnage at least 4 inches above ground level at site location acceptable to Owner.

1. Utilize tarps that will completely cover materials to prevent moisture contamination. Remove or slit factory shrouds and/or visqueen; do not use these materials as tarps. 2. Install vapor retarders under material storage areas located on the ground. 3. Remove damaged or deteriorated materials from the job site.

C. Handling: Material shall be handled in such a manner to preclude damage and contamination with moisture or foreign matter.

1.07 PROJECT CONDITIONS

A. Insulation shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application.

B. Contractor will take necessary action to restrict dust, asphalt, and debris from entering the structure.

C. No more roofing will be removed than can be replaced with insulation, membrane and base flashings in the same day to create a watertight installation.

PART 2 PRODUCTS

2.01 MATERIALS

A. Insulation Boards:

1. Roof Insulation: Shall be rigid polyisocyanurate roof insulation board with factory applied coated polymer bonded glass fiber mat facers on the top and bottom. Boards to comply with ASTM C1289 Type II, Class 1, Grade 2 and meet the following requirements:

a. Curing time shall be 24 hours minimum, plus an additional 24 hours minimum per inch thickness, at a minimum of 60 degrees F before shipment from the manufacturer. b. Dimensional stability shall be 2 percent maximum linear change when conditioned at 158 degrees F and 97 percent relative humidity for seven days. c. Maximum permissible insulation board size for mechanical attachment is 4’ x 8’ and for foam adhesive and hot asphalt attachment is 4’ x 4’. Field cutting of larger boards is not acceptable. d. Thickness shall be 2” to match existing

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 22 16-2 Roof Insulation 2. Tapered Insulation Crickets: Shall be rigid polyisocyanurate roof insulation board meeting above requirements and as follows:

a. Board size shall be 4 foot by 4 foot. b. Slope shall be 1/2” per foot and minimum thickness shall be 1/2". c. Fill Insulation: Shall be rigid polyisocyanurate meeting the above requirements with board size of 4 foot by 4 foot and thickness of 2”.

3. Overlayment Insulation: Shall be cover board approved by roof system manufacturer. Board Size shall be 4’ by 8’ and minimum thickness shall be as listed below or as required by roof system manufacturer. Acceptable products include:

a. Georgia Pacific 1/4" DensDeck Prime Roof Board b. USG 1/4" Securock Glass-Mat Roof Board c. DEXcell Glass Mat Roof Board

4. Asphalt impregnated wood fiber tapered edge strips to be the sizes detailed or required by field conditions meeting ASTM C 208.

a. Tapered Edge Strips

i. Shall be installed at edges to make transitions as detailed in Contract Drawings. ii. Use 1/2" by 6" tapered edge strips in front of tapered insulation crickets to provide smooth transition. iii. Use 2” by 24” tapered edge strips to provide slope transition at the outside of drainage sumps.

B. Insulation Attachment Materials:

1. Steel Deck Mechanical Fasteners and Stress Plates: Shall be corrosion resistant 3” galvalume stress plate and corrosion resistant screw type fasteners for use with steel decks; approved by the insulation manufacturer for the insulation type, thickness and board size specified; fastener length as required by the fastener manufacturer for the insulation thickness specified, and to penetrate the deck a minimum of 3/4 inch and a maximum of 1 inch. 2. Foam Adhesive: Shall be a one or two part, VOC compliant, moisture-cured polyurethane foamable adhesive designed as roof insulation adhesive and approved by insulation manufacturer.

PART 3 EXECUTION

3.01 EXAMINATION

A. Contractor to inspect substrate for soundness and notify Engineer in writing of any deficiencies.

B. Commencement of work signifies Contractor's acceptance of substrate. Any defects in roofing work resulting from such accepted substrates shall be corrected to Owner's satisfaction at no additional expense.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 22 16-3 Roof Insulation 3.02 PREPARATION

A. General

1. Roof deck to be dry and broomed clean of debris and foreign matter prior to installation of insulation system.

3.03 APPLICATION

A. General

1. Application shall be in accordance with the insulation/membrane manufacturer’s instructions and these specifications. 2. All insulation to be in full sheets, carefully fitted and pushed against adjoining sheets to form tight joints. Gaps exceeding 1/4 inch will not be accepted. 3. Insulation and overlayment boards that must be cut to fit shall be saw cut or knife-cut in a straight line, not broken. Chalk lines shall be used to cut insulation. Uneven or broken edges are not acceptable. 4. Remove insulation dust and debris that develops during insulation cutting operations. 5. Joints between successive and adjacent layers of insulation to be offset a minimum of six (6") inches. 6. Stagger joints of gypsum overlayment/overlayment insulation one (1’) foot (vertically and laterally) to ensure that joints do not coincide with joints from the previous or adjacent layer. 7. On steel decks, apply insulation boards with long dimension of units across deck ribs. Ends of insulation boards must be bearing on top flange of steel deck. 8. Crickets, saddles and tapered edge strips shall be installed before the overlayment insulation. 9. Adhere cant strips and tapered edge strips at transitions, terminations and/or penetrations as detailed or required in ribbons of foam adhesive or a full mopping of hot asphalt to ensure smooth transitions are provided for the roof membrane and flashings. 10. Provide necessary modifications to insulation system or nailers at roof edges as required to ensure a flush and smooth transition is provided for the roof membrane and flashing. 11. Field modifications of insulation, tapered insulation, tapered edge strips and cants shall be made by the Contractor where required to accommodate roof and flashing conditions, prevent water dams and ponding water. Ponding water at scuppers and cricket valleys shall not be accepted. 12. Provide necessary modifications to prevent standing water which is defined as 1/4” of water in a 4-square foot or larger area 24 hours or more after precipitation.

B. Tapered Insulation

1. Install tapered insulation crickets to provide positive slope for complete roof drainage. 2. Crickets shall be sized as shown in the Contract Drawings. Modifications shall be provided to ensure positive slope and prevent standing water along the cricket valley.

a. Minimum length to width ratio shall be 3:1. Fabricate partial crickets with dimensions which would result in a minimum length to width ratio

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 22 16-4 Roof Insulation of 3:1 if they were extended to full size. b. Unless otherwise noted, fabricate all crickets from tapered stock as required to provide the specified minimum slope. For example, when roof slope is indicated as 1/4” per foot minimum, fabricate crickets with slope of 1/2” per foot minimum. c. Construct crickets on up slope side of all curbs to ensure positive drainage. d. Install tapered edge strips at cricket edges to provide a smooth transition between the cricket and insulation system below.

3. Insulation boards may require mechanical fasteners and stress plates at slope transition of crickets to minimize bridging.

C. Roof Drainage:

1. Drainage sumps shall be installed as detailed. 2. The Contractor shall be responsible for carefully laying out the tapered insulation, sumps, drain bowls and scuppers to ensure the finished roof provides complete drainage with no standing water. 3. Contractor shall fabricate miter-cut sumps at scuppers to provide smooth transitions between the insulation system and the drains/scuppers. 4. Sumps shall ensure complete roof drainage and prevent water dams. 5. Contractor shall adjust insulation, drains and scuppers to ensure complete roof drainage and satisfactory substrates for membrane and flashings. 6. Drain sump components shall be fastened to the deck using specified insulation fasteners or adhesives. 7. Circular sumps and sumps that do not provide smooth transition or that create standing water at the drains shall be rejected and shall require removal and replacement.

D. Insulation Mechanical Attachment

1. Fastener quantity and spacing shall be as indicated in the Contract Drawings. 2. Fasteners shall be installed using manufacturer’s recommended equipment and in accordance with the manufacturer’s requirements. 3. Fasteners and stress plates shall be set secure and tight against the insulation surface, and shall not be over-driven. 4. Fasteners shall engage the top flange of steel decks only.

E. Foam Adhesive Application

1. Adhesive beads shall be positioned and spaced at a minimum as indicated in the Contract Drawings. Comply with the requirements of the membrane manufacturer’s tested assembly for adhesive spacing and positioning. 2. Adhesive beads shall be sized in accordance with the adhesive manufacturer’s guidelines. 3. Insulation boards shall be placed onto the beads and immediately “walked” and/or “weighted” into place. Insulation boards must be placed into the adhesive in strict accordance with the adhesive manufacturer’s guidelines. 4. Ensure full adhesion of all layers of insulation and take whatever steps necessary to achieve full adhesion, including but not limited to temporary ballasting of insulation until adhesive sets.

END OF SECTION 07 22 16

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 22 16-5 Roof Insulation SECTION 07 54 00

THERMOPLASTIC SINGLE-PLY ROOFING

PART 1 GENERAL

1.01 WORK INCLUDED

A. Provide fully adhered, thermoplastic membrane, flashings and accessories to provide a permanently watertight system.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to:

1. Rough Carpentry Section 06 10 00 2. Preparation for Reroofing Section 07 01 50 3. Roof Insulation Section 07 22 16 4. Sheet Metal Flashing and Trim Section 07 62 00 5. Roof Accessories Section 07 72 00

1.03 REFERENCES

A. Refer to the following references, current edition for specification compliance:

1. 2012 North Carolina Building Code 2. ASTM International 3. National Roofing Contractors Association (NRCA) 4. Underwriters Laboratory (UL) 5. FM Global 6. Single Ply Roofing Institute

1.04 SUBMITTALS

A. Refer to Section 01 33 00-Submittal Procedures for Submittals.

B. Latest edition of the Manufacturer’s current material specifications and installation instructions.

C. Manufacturer’s Product Data Sheets for all materials specified certifying material complies with all specified requirements.

D. Submit documentation of approved, tested roof system to meet the specified requirements for the following:

1. Wind uplift pressures 2. UL Fire Resistance Rating

1.05 DELIVERY, STORAGE AND HANDLING

A. All products delivered to the job site shall be in the original unopened containers or wrappings bearing all seals and approvals.

B. Handle all materials to prevent damage. Place all materials on pallets and fully protect

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-1 Thermoplastic Single Ply Roofing from moisture.

C. Membrane rolls shall be stored lying down on pallets and fully protected from the weather with clean canvas tarpaulins. Unvented polyethylene tarpaulins are not accepted due to the accumulation of moisture beneath the tarpaulin in certain weather conditions that may affect the ease of membrane weldability.

D. All adhesives shall be stored at temperatures approved for the product.

E. All flammable materials shall be stored in a cool, dry area away from sparks and open flames. Follow precautions outlined on containers or supplied by material manufacturer/ supplier.

F. All materials which are determined to be damaged by the Engineer or membrane manufacturer are to be removed from the job site and replaced at no cost to the Owner.

1.06 PROJECT CONDITIONS

A. Roofing shall not be applied during precipitation. Contractor assumes all responsibility for starting installation in the event there is a probability of precipitation occurring during application.

B. Only as much of the new roofing as can be made weathertight each day, including all flashing and detail work, shall be installed. All seams shall be cleaned and heat welded before leaving the job site that day.

C. All work shall be scheduled and executed without exposing the interior building areas to the effects of inclement weather. The existing building and its contents shall be protected against all risks.

D. All surfaces to receive new insulation, membrane or flashings shall be dry. Should surface moisture occur, the Applicator shall provide the necessary equipment to dry the surface prior to application.

E. All new and temporary construction, including equipment and accessories, shall be secured in such a manner as to preclude wind blow-off and subsequent roof or equipment damage.

F. Uninterrupted waterstops shall be installed at the end of each day's work and shall be completely removed before proceeding with the next day's work. Waterstops shall not emit dangerous or unsafe fumes and shall not remain in contact with the finished roof as the installation progresses. Contaminated membrane shall be replaced at no cost to the Owner.

G. Arrange work sequence to avoid use of newly constructed roofing as a walking surface or for equipment movement and storage. Where such access is absolutely required, the Applicator shall provide all necessary protection and barriers to segregate the work area and to prevent damage to adjacent areas. A protection layer of plywood over insulation board shall be provided for all new and existing roof areas that receive rooftop traffic during construction.

H. Prior to and during application, all dirt, debris and dust shall be removed from surfaces, either by vacuuming, sweeping, blowing with compressed air and/or similar methods.

I. Contaminants, such as grease, fats, oils, and solvents, shall not be allowed to come into contact with the roofing membrane. All rooftop contamination that is anticipated or that

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-2 Thermoplastic Single Ply Roofing is occurring shall be reported to the Engineer and membrane manufacturer to determine the corrective steps to be taken.

J. If any unusual or concealed condition is discovered, the contractor shall stop work, notify Owner of such condition immediately, and in writing within 24 hours.

K. The roofing membrane shall not be installed under the following conditions without consulting the membrane manufacturer’s technical department for precautionary steps:

1. The roof assembly permits interior air to pressurize the membrane underside. 2. Any exterior wall has 10% or more of the surface area comprised of opening doors or windows. 3. The wall/deck intersection permits air entry into the wall flashing area.

L. Precautions shall be taken when using membrane adhesives at or near rooftop vents or air intakes. Adhesive odors could enter the building. Coordinate the operation of vents and air intakes in such a manner as to avoid the intake of adhesive odor while ventilating the building. Keep lids on unused cans at all times.

1.07 QUALITY ASSURANCE

A. Manufacturer Requirements:

1. Manufacturer must have written contractor/installer approval program. 2. Products manufactured by other manufacturers and private labeled are not acceptable. 3. See materials section for general product description and specified requirements.

B. Contractor Requirements:

1. This roofing system shall be applied only by a Contractor authorized by the membrane manufacturer prior to bid. 2. Application of the roofing system shall be accomplished by a primary roofing contractor, his roofing foreman, and sufficient applicator technicians who all have been trained and approved by the manufacturer of the single ply roofing system. Contractor to submit evidence of qualification from the manufacturer.

C. Upon completion of the installation an inspection shall be made by a representative of the membrane manufacturer to review the installed roof system and list all deficiencies.

D. There shall be no deviation made from the Contract Documents or the approved shop drawings without prior written approval by the Engineer.

E. All work shall be completed by personnel trained and authorized by the membrane manufacturer.

F. Contractor to provide manufacturer written verification indicating all seams have been probed and are watertight.

G. Install roofing system to meet UL 790 Class A Fire Rating.

H. Wind Design: Install roofing system to meet or exceed the requirements of the current adopted version of ASCE-7, and shall be an approved assembly tested to the wind uplift pressures listed below:

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-3 Thermoplastic Single Ply Roofing 1. Field of Roof: - 23 psf. 2. Perimeter of Roof: - 39 psf. 3. Corner of Roof: - 58 psf.

1.08 WARRANTIES

A. Manufacturer’s Guarantee: Manufacturer’s standard form, non-pro-rated, without monetary limitation or deductibles, in which manufacturer agrees to repair or replace components of roofing system that fail in materials or workmanship within specified warranty period. Failure includes roof leaks or breaches in the primary roof membrane causing moisture to enter the substrate below (even if visible leaks are not observed inside the facility). Warranty to remain in effect for wind speeds up to 72 mph. Warranties requiring the Owner’s signature will not be acceptable.

1. Warranty to include but not be limited to membrane, insulation, adhesives, fasteners, sealants, flashings, polymer clad sheet metal, etc. 2. Warranty Period: Twenty years from date of final acceptance of project. 3. Manufacturer's Representative shall attend post construction field inspection no earlier than twenty -three (23) months and no later than twenty-four (24) months after the date of Substantial Completion. Submit a written report within seven (7) days of the site visits to the Engineer listing observations, conditions and any recommended repairs or remedial action.

PART 2 PRODUCTS

2.01 MANUFACTURER

A. Membrane materials shall be manufactured by the following:

1. Sika Sarnafil 2. Fibertite 3. Carlisle Syntec

2.02 MEMBRANE MATERIALS

A. Fully Adhered Membrane and Components:

1. Membrane

a. Sika Sarnafil 60-mil G410 b. Fibertite 60-mil SM c. Carlisle Sure-Flex KEE HP 60-mil

2. Membrane Adhesive: Shall be membrane manufacturer’s solvent based adhesive. Water based adhesive shall not be utilized in temperatures below 40 degrees F.

a. Sika Sarnafil Sarnacol 2170 b. FTR 190e c. Carlisle Sure-Flex PVC Low VOC Bonding Adhesive

2.03 RELATED MATERIALS

A. Flashing/Stripping Membrane: Shall be a non fleeceback, thermoplastic membrane reinforced with fiberglass. Utilize asphalt resistant flashing membrane where in contact with residual asphaltic materials or as required by the manufacturer.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-4 Thermoplastic Single Ply Roofing 1. Sika Sarnafil 45-mil G410 2. Fibertite 45-mil SM 3. Carlisle Sure-Flex KEE HP 45-mil Membrane

B. Flashing Adhesive: Shall be membrane manufacturer’s solvent based adhesive.

1. Sika Sarnafil Sarnacol 2170 2. Fibertite FTR 190e 3. Carlisle Sure-Flex PVC Low VOC Bonding Adhesive

C. Fluid Applied Flashing: Shall be roof system manufacturer’s approved, reinforced, PMMA liquid applied flashing. May be utilized in lieu of field wrapped pipe flashing or manufacturer’s pipe boot flashing.

D. T-joint Patch: Shall be membrane manufacturer’s circular patch welded over T-joints formed by overlapping thick membranes.

E. Corner Flashing: Shall be membrane manufacturer’s pre-formed inside and outside flashing corners that are heat-welded to membrane or polymer clad metal base flashings.

F. Termination Bar: Shall be manufacturer’s 1/8” by 1” mill finish extruded aluminum bar with pre-punched slotted holes.

G. Counterflashing Bar: Shall be a prefabricated extruded aluminum metal counterflashing and termination bar. 0.10”-0.12” thick bar with 2-1/4” profile, pre-drilled holes 8” on center and sealant kick out at top edge.

H. Sealant: Shall be manufacturer’s multi-purpose sealant.

I. Fasteners:

1. Flashing Membrane Termination Screws: #12 corrosion resistant hex or pan head screws with length to penetrate substrate a minimum of 1-1/2”. 2. Concrete and Masonry Flashing Membrane Termination Anchors:

a. 1/4” diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2”. b. Masonry screws, approved my membrane manufacturer, 1/4-inch minimum diameter, corrosion resistant, with Phillips flat head. Length to provide minimum 1-1/2” embedment into substrate.

3. Steel Deck Fasteners and Plates: Shall be #12 corrosion resistant pan head screw approved by membrane manufacturer of length to penetrate top flange of steel deck a minimum of 1” with galvalume plates approved for membrane attachment.

J. Primary Membrane Cleaner: Shall be a high-quality solvent cleaner provided by membrane manufacturer and approved by engineer for use as a general membrane cleaner.

K. Pre-weld Cleaner: Shall be a high-quality solvent based seam cleaner with moderate evaporation rate provided by membrane manufacturer.

L. Walkway Pad: Shall be walkway pad by manufacturer of membrane.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-5 Thermoplastic Single Ply Roofing M. Polymer Clad Metal: Refer to Section 07 62 00-Sheet Metal Flashing and Trim.

PART 3 EXECUTION

3.01 SUBSTRATE PREPARATION

A. Verify that the substrate is dry, clean, smooth, and free of loose material, oil, grease, or other foreign matter. Sharp ridges and other projections and accumulations of bitumen shall be removed to ensure a smooth surface before roofing.

B. Asphalt roofing substrates shall be removed, covered, or flashed using compatible, approved materials. PVC shall not come in contact with substrates containing asphalt materials.

C. Any deteriorated substrate shall be repaired.

D. Beginning installation means acceptance of prepared substrate.

E. Provide necessary protection from adhesive vapors to prevent interaction with foamed plastic insulation.

3.02 MEMBRANE INSTALLATION

A. The surface of the insulation or substrate shall be inspected prior to installation of the roof membrane. The substrate shall be clean, dry, free from debris and smooth with no surface roughness or contamination. Broken, delaminated, wet or damaged insulation boards shall be removed and replaced.

B. Over the properly installed and prepared substrate, membrane adhesive shall be spread in accordance with the manufacturer's instructions and application rates utilizing equipment as required by the manufacturer.

1. Do not allow adhesive to skin-over or surface-dry prior to installation of roof membrane. 2. Water based membrane adhesive shall not be used if temperatures below 40º F (5º C) are expected during application or subsequent drying time. 3. Adhesive application rates shall comply with the manufacturer’s published requirements. 4. The Applicator shall count the amount of pails of adhesive used per area per day to verify conformance to the specified adhesive rate. 5. No adhesive shall be applied in seam areas. All membrane shall be applied in the same manner. 6. Notched squeegees shall be replaced each day or as notches are reduced below ¼”.

C. The roof membrane shall be unrolled into the adhesive. Adjacent rolls overlap previous rolls by 3 inches (75 mm). This process is repeated throughout the roof area. Immediately after placement of membrane, each roll shall be pressed firmly into place with the manufacturer’s recommended roller by frequent rolling in two directions.

D. Weld membrane coverstrips at all fleeceback membrane seams without a factory selvage edge.

3.03 MEMBRANE TERMINATION

A. Terminate membrane at all walls as shown in the contract drawings.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-6 Thermoplastic Single Ply Roofing 1. Roof Deck: Membrane shall be mechanically terminated using approved fasteners and plates six (6) inches on center.

B. Terminate membrane at all penetrations as shown in the contract drawings.

1. Membrane shall be fastened six inches on center or a minimum of four (4) fasteners per penetration into the structural deck using fasteners and plates as approved by the membrane manufacturer for the deck substrate.

C. Membrane shall extend over roof edge a minimum of 2” below the perimeter wood blocking.

3.04 FLASHING INSTALLATION

A. General

1. All flashings shall be installed concurrently with the roof membrane as the job progresses. 2. No temporary flashings shall be allowed without the prior written approval of the Engineer and Manufacturer. Approval shall only be for specific locations on specific dates. If any water is allowed to enter under the newly completed roofing, the affected area shall be removed and replaced at the Contractor's expense. 3. Seams shall not be “taped” as temporary measure but shall be fully completed before the end of each day. 4. Flashing shall be adhered to compatible, dry, smooth, and solvent-resistant surfaces. 5. Where substrates are incompatible with adhesives and PVC materials, the Contractor shall remove the incompatible materials and replace it with a compatible substrate, or install compatible PVC flashing materials. 6. Use caution to ensure adhesive fumes are not drawn into the building.

B. Adhesive for Flashing Membrane

1. Over the properly installed and prepared flashing substrate, flashing adhesive shall be applied according to instructions found on the Product Data Sheet. The membrane adhesive shall be applied in smooth, even coats with no gaps, globs or similar inconsistencies. 2. Only an area which can be completely covered in the same day's operations shall be flashed. The bonded sheet shall be pressed firmly in place with a hand roller. 3. No adhesive shall be applied in seam areas that are to be welded.

C. All flashings shall mechanically terminated a minimum of 8 inches above the finished roofing surface using approved fasteners and counterflashing bar unless otherwise indicated in the Contract Drawings. Flashing heights less than 8” shall be accepted in writing by the Manufacturer’s Technical Department.

D. All flashing membranes shall be consistently adhered to substrates. All interior and exterior corners and miters shall be cut and hot-air welded into place. No bitumen shall be in contact with the (roof) membrane.

E. All flashings shall be hot-air welded at their joints and at their connections with the (roof) membrane.

F. All flashings that exceed 30 inches (0.75 m) in height shall receive additional

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-7 Thermoplastic Single Ply Roofing securement. Consult Manufacturer’s Technical Department for securement methods.

G. Corners shall be flashed using the membrane manufacturer’s pre-formed corners.

H. Polymer Clad sheet metal incorporated into the roofing system shall be sealed off with a heat welded stripping ply. The stripping ply shall extend four inches beyond sheet metal onto roof membrane and fit closely to edge of sheet metal.

I. Soil Pipe/Pipe Penetration:

1. Provide field wrapped pipe penetration flashing or manufacturer’s pre-fabricated pipe boot as shown in detail drawing. 2. Apply aluminum tape to penetration if asphalt contamination is present. 3. Extend existing pipe to obtain a minimum 8" finished flashing height. 4. Cut existing pipe to obtain a maximum 12" finished flashing height. 5. Horizontal flashing membrane shall be hot-air welded a minimum of four inches onto the membrane. 6. Vertical flashing membrane shall be fully adhered to pipe penetration and extend a minimum of 1.5” horizontal at the base of penetration. Hot-air weld vertical flashing membrane to horizontal flashing membrane. 7. Install stainless steel draw band and sealant or hot-air weld flashing cap to terminate top edge of pipe flashing.

3.05 HOT-AIR WELDING OF SEAM OVERLAPS

A. General

1. All seams shall be hot-air welded. Seam overlaps should be 3 inches (75 mm) wide when automatic machine-welding and 4 inches (100 mm) wide when hand- welding, except for certain details. 2. Welding equipment shall be provided by or approved by the membrane manufacturer. All mechanics intending to use the equipment shall have successfully completed a training course provided by a membrane manufacturer’s technical representative prior to welding. 3. All membrane to be welded shall be clean and dry.

B. Hand-Welding

1. Hand-welded seams shall be completed in two stages. Hot-air welding equipment shall be allowed to warm up for at least one minute prior to welding. 2. The back edge of the seam shall be welded with a narrow but continuous weld to prevent loss of hot air during the final welding. 3. The nozzle shall be inserted into the seam at a 45 degree angle to the edge of the membrane. Once the proper welding temperature has been reached and the membrane begins to "flow," the hand roller is positioned perpendicular to the nozzle and pressed lightly. For straight seams, the 1½ inch (40 mm) wide nozzle is recommended for use. For corners and compound connections, the ¾ inch (20 mm) wide nozzle shall be used.

C. Machine Welding

1. Machine welded seams are achieved by the use of automatic welding equipment. When using this equipment, instructions from the manufacturer shall be followed and local codes for electric supply, grounding and over current protection

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-8 Thermoplastic Single Ply Roofing observed. Dedicated circuit house power or a dedicated portable generator is recommended. No other equipment shall be operated off the generator. 2. Metal tracks may be used over the deck membrane and under the machine welder to minimize or eliminate wrinkles.

D. Quality Control of Welded Seams

1. The Applicator shall check all welded seams for continuity using a rounded screwdriver. Visible evidence that welding is proceeding correctly is smoke during the welding operation, shiny membrane surfaces, and an uninterrupted flow of dark grey material from the underside of the top membrane. On-site evaluation of welded seams shall be made daily by the Applicator to locations as directed by the Engineer or membrane manufacturer’s representative. One inch (25 mm) wide cross-section samples of welded seams shall be taken at least three times a day. Correct welds display failure from shearing of the membrane prior to separation of the weld. Each test cut shall be patched by the Applicator at no extra cost to the Owner.

3.06 WALKWAY PAD INSTALLATION

A. Roofing membrane to receive walkway pad shall be clean and dry.

B. Place chalk lines on sheet to indicate location of Walkway.

C. Apply a continuous coat of membrane adhesive to the sheet and the back of walkway pad in accordance with membrane manufacturer’s technical requirements and press walkway pad into place with a water-filled, foam-covered lawn roller.

D. Clean the membrane in areas to be welded. Hot-air weld the entire perimeter of the walkway to the roofing membrane.

E. Check all welds with a rounded screwdriver. Re-weld any inconsistencies.

F. Important: Check all existing membrane seams that are to be covered by walkway with rounded screwdriver and re-weld any inconsistencies before walkway installation.

G. Provide walk pads where indicated in Contract Drawings and at the following locations:

1. Around roof hatches. 2. At base and top of fixed wall access ladders. 3. Around HVAC units. 4. At door access to roof areas.

3.07 TEMPORARY CUT-OFF

A. All flashings shall be installed concurrently, with the membrane in order to maintain a watertight condition as the work progresses.

B. When a break in the day’s work occurs in the central area of the project install a temporary watertight seal. An 8” strip of flashing membrane shall be welded 4” to the new field membrane. The remaining 4” of flashing membrane shall be sealed to the deck and/or the substrate so that water will not be allowed to travel under the new or existing membrane. The edge of the membrane shall be sealed in a continuous heavy application of pourable sealer of 6 inch width. When work resumes, the contaminated membrane shall be removed and disposed of. None of these materials shall be reused in the new

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-9 Thermoplastic Single Ply Roofing work.

C. If inclement weather occurs while a temporary water stop is in place, the Contractor shall provide the labor necessary to monitor the situation to maintain a watertight condition.

D. If any water is allowed to enter under the newly-completed system, the affected area shall be removed and replaced at the Contractor’s expense.

3.08 CLEANING AND PROTECTION

A. The Contractor shall be responsible for protecting the roof from construction related damages during the Work.

B. The Contractor shall ensure trash and debris is removed from the roof daily.

C. Metal scraps, nails, screws and other sharp damaging debris shall be kept off of the roof membrane surface during construction.

D. The Contractor shall clean off/remove excess adhesive, sealant, stains and residue on the membrane and flashing surfaces.

E. The Contractor shall repair or remove and replace damaged membrane, flashings and other membrane components. Repairs shall be approved by the Engineer and be in accordance with the membrane manufacturers repair instruction to comply with the specified warranty.

F. The Contractor shall remove temporary coverings and masking protection from adjacent work areas upon completion.

END OF SECTION 07 54 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 54 00-10 Thermoplastic Single Ply Roofing SECTION 07 62 00

SHEET METAL FLASHING AND TRIM

PART 1 GENERAL

1.01 WORK INCLUDED

A. Fabrication and installation of new sheet metal flashings and trim to provide a permanently watertight condition.

1.02 RELATED DOCUMENTS

A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section, including but not limited to:

1. Rough Carpentry Section 06 10 00 2. Thermoplastic Single Ply Roofing Section 07 54 00

1.03 REFERENCES

A. Refer to the following references for specification compliance:

1. 2012 North Carolina Building Code 2. ASTM International 3. National Roofing Contractors Association (NRCA) 4. Sheet Metal and Air Conditioning Contractors National Association (SMACNA)

a. Architectural Sheet Metal Manual, Seventh Edition – January, 2012

5. ANSI/SPRI ES-1

1.04 SUBMITTALS

A. Refer to Section 01 33 00-Product Submittals for Submittals.

B. Manufacturer’s Product Data Sheets for all materials specified certifying material complies with all specified requirements.

C. Pre-finished sheet metal and sealant color chart.

D. Shop Drawings for any transitions and/or terminations not depicted in Contract Drawings.

1.05 MOCK-UPS

A. Provide mock-ups of the following sheet metal components prior to fabrication of the components:

1. Coping: Provide minimum 10' length of coping mock-up including any applicable fascia covers. Mock-up shall include at least one seam of the configuration specified. 2. Wall Expansion Joint: Provide minimum 10' length of expansion joint cover and cleat mock-up. Mock-up shall include at least one seam of the configuration

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-1 Sheet Metal Flashing and Trim specified. Provide mock-up of any receiver and/or counter flashing components as part of the detail.

1.06 QUALITY ASSURANCE

A. Installation shall comply with the Contract Drawings. References to figures are from SMACNA Architectural Sheet Metal Manual, Seventh Edition – January, 2012.

B. Ensure work is free of leaks in all weather conditions.

C. Fabricate metal edge (where no gutter is present) and coping in accordance with ANSI/SPRI ES-1 requirements.

D. Workmanship shall be first-class in every respect. The sheet metal work shall be assembled and secured in accordance with these specifications, the manufacturer’s requirements and referenced standards.

1.07 DELIVERY, STORAGE AND HANDLING

A. Delivery: Deliver materials in the manufacturer's original sealed and labeled containers and in quantities required to allow continuity of application.

B. Storage: Store materials within areas designated or approved by the Owner. Ensure materials remain dry, covered and not in contact with the ground.

C. Handling: Handle material in such manner as to preclude damage and contamination with moisture or foreign matter.

1.08 PROJECT CONDITIONS

A. Environmental: Protect building and its components from the elements at all times during the project.

B. Coordination and Scheduling: Coordinate all phases of work to allow continuity of work without delays.

PART 2 PRODUCTS

2.01 PRE-FINISHED STEEL

A. Galvalume coated steel meeting or exceeding AZ50 per ASTM A792. Manufacturer’s smooth finish, pre-finished color coatings consisting of full strength 70% Kynar 500 fluorocarbon (Polyvinylidene Fluoride PVF2) coating over a urethane primer on the finish side, with primer and a wash coat on the reverse. All measurements per NCCA Technical Bulletin II-4 or ASTM D1005. A strippable plastic film should protect the finish during fabrication and installation. Manufacturer's standard color to be selected by Owner.

1. 24 gauge

a. Slip Flashing b. Counterflashing c. Expansion Joint Cover d. Expansion Joint Cleat

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-2 Sheet Metal Flashing and Trim e. Coping f. Fascia Cover g. Crimped on Metal Edge h. Continuous Cleat

2.02 ALUMINUM

A. ASTM B209 Aluminum Alloy Sheet and Plate, alloy and temper 3003-H14.

1. Provide air dried kynar paint or powder coat to match sheet metal finish color. Provide certification delivered to site with materials indicating method of finish utilized.

a. Gutter Brackets

i. 1/4” x 2”

b. Gutter Spacers

i. 1/16” x 1”

c. Downspout Hangers

i. 1/16” x 1”

2.03 POLYMER CLAD METAL (PVC)

A. Polymer Clad Metal – Heat-weldable, 24 gauge, AISI G90 galvanized steel sheet with a 20-mil unsupported thermoplastic membrane coating to match the flashing membrane composition laminated on one side. Polymer-Clad metal shall be manufactured by, and included in the warranty of, the single-ply membrane Manufacturer. Color shall be selected by Owner.

1. Scupper Liner 2. Metal Edge at Gutter

2.04 FASTENERS

A. Roofing Nails: 11 or 12 gauge stainless steel ring shank roofing nails with diamond point, minimum 3/8" diameter head and length as required to penetrate substrate a minimum of 1-1/4”.

B. Screws:

1. Sheet metal to wood attachment (exposed): #12 stainless steel, 5/16 HWH with length to penetrate substrate a minimum of 1-1/2”. Provide with bonded EPDM washer or washer specified below. 2. Sheet metal to wood attachment (concealed): #10 stainless steel, low profile pancake head with length to penetrate substrate a minimum of 1-1/2”. 3. Sheet metal to sheet metal attachment (exposed): 1/4" x 7/8” carbon steel, self- drilling point, self-tapping, zinc alloy hex head screws with bonded EPDM tubular washer under head of fastener; screw heads to match color of wall panel by means of factory applied coating.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-3 Sheet Metal Flashing and Trim C. Concrete and Masonry Anchors: 1/4” diameter metal based expansion anchor with stainless steel pin of length to penetrate substrate a minimum of 1-1/2”.

D. Washers: Shall be stainless steel with neoprene gasket backing. Shall be 9/16” diameter for use with #12 screws and 5/8” diameter for use with 1/4” diameter concrete and masonry anchors.

E. Rivets: #44 stainless steel rivets with stainless steel mandrel. Length of rivet to properly fasten particular sheet metal components. Rivets shall be factory painted to match adjacent sheet metal.

2.05 RELATED MATERIALS

A. Sheet Metal Underlayment: 40-mil minimum thickness sheet; slip-resistant surfacing, polyethylene-film-reinforced top surface laminated to SBS-modified asphalt adhesive, with release paper backing; suitable for high temperature applications up to 250 degrees. Acceptable products include:

1. Mid-States Asphalt Quik-Stick HT 2. Grace Ice and Water Shield HT 3. Carlisle WIP 300 HT

B. Compressible Insulation: Un-faced friction-fit fiberglass building insulation, cut to fit from 3-1/2"x 15"x48" batts.

C. Silicone Sealant: Shall be a one-component, non-sag, neutral cure, low-modulus, UV resistant, high performance silicone sealant. Shall meet ASTM C 920, Type S, Grade NS, Class 100, Use M, G, A or O. Color to match adjacent materials.

D. Polyurethane Sealant: One-component elastomeric gun grade polyurethane sealant conforming to ASTM C 920, Type S, Grade NS, Class 25, and use NT, M, A, G, or O as required by substrate conditions. Color to match adjacent materials.

E. Sealant Tape: Minimum ½” wide non-skinning butyl sealant tape.

F. Butyl Sealant: Shall be gun grade, non-skinning, non-hardening, flexible blend of butyl rubber and polyisobutylene sealant.

G. Aluminum Tape: Pressure-sensitive, 2” wide aluminum tape used as a separation layer between small areas of asphalt contamination and the membrane and as bond breaker under the metal edge cover plates.

H. Backer Rod: Closed-cell polyethylene or polyurethane rods sized approximately 25% larger than joint opening.

PART 3 EXECUTION

3.01 EXAMINATION

A. Coordinate with other work for correct sequencing of items which make up the entire system.

B. Ensure substrates are installed, secured and modified to accommodate sheet metal flashings.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-4 Sheet Metal Flashing and Trim C. Deficiencies associated with the sheet metal substrates shall be reported to Engineer before beginning sheet metal work. All such deficiencies shall be corrected before installing sheet metal flashings.

3.02 INSTALLATION

A. General:

1. All joints to be locked and sealed or soldered. 2. Provide for thermal movement (expansion and contraction) of all exposed sheet metal. 3. Where dissimilar metals contact, galvanic action shall be prevented by means of heavy coat of asphalt paint. 4. All metal flanges shall be installed on top of membrane and adhered as indicated in detail drawings. Metal flanges connected to the roof shall be installed per membrane manufacturer’s specifications and the requirements herein. 5. Various sheet metal sections shall be uniform with corners, joints and angles mitered, sealed and secured. 6. Exposed edges shall be returned (hemmed); both for strength and appearance, and sheet metal shall be fitted closely and neatly. 7. Provide cleats or stiffeners and other reinforcements to make all sections rigid and substantial. 8. Sheet metal shall be fabricated, supported, cleated, fastened and joined to prevent warping, “oil canning”, and buckling. 9. All sheet metal details shall provide for redundancy including but not limited to sheet metal underlayment and/or sealants. This secondary protection shall be installed, sealed and lapped to ensure a redundant layer of protection will shed moisture infiltration in the sheet metal fails.

B. Sheet Metal Underlayment:

1. Fully adhere to substrates where indicated in Contract Drawings. 2. Lap adjoining sections a minimum of 3" and fully adhere. 3. Shall extend beyond wood blocking a minimum of 1" at roof edges and parapet walls. 4. At roof edges and parapet walls, sheet metal underlayment shall be installed concurrently with roof membrane and flashing installation. Temporary weather protection utilizing other materials is not acceptable when sheet metal underlayment is specified.

C. Fasteners: Shall be size and type required.

1. All fasteners to be rust resistant and compatible with materials to be joined. 2. All exposed fasteners shall be stainless steel screws with washers fastened through 5/16” predrilled oversized holes. 3. All exposed fasteners into concrete or masonry shall be metal based expansion anchor with stainless steel pin with washers fastened through 11/32” predrilled oversized holes. 4. All exposed fasteners shall have factory painted heads to match the sheet metal color. 5. Exposed horizontal surface fasteners are not acceptable.

D. Slip Flashing for Curbs

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-5 Sheet Metal Flashing and Trim 1. Fabricate slip flashing at curbs as shown in detail drawings in 10' lengths. 2. Slip flashing shall extend a minimum of 2 inches below base flashing termination and shall fit tightly against curb. 3. Secure slip flashing 12” on center of a minimum of two fasteners per side of the curb. 4. Notch and lap ends of adjoining sections not less than 4”; apply sealant tape between sections. 5. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2” on center.

E. Equipment Support

1. Wrap top of equipment support with sheet metal underlayment to extend two inches below base flashing termination. 2. Fabricate equipment support cap at curbs as shown in detail drawings in one continuous piece of sheet metal and secure at eighteen inches on center.

F. Surface Mounted Two-Piece Receiver and Counterflashing

1. Fabricate receiver and counterflashing as shown in detail drawings in 10' lengths. 2. Install receiver flashing surface mounted at 12” on center. 3. Install sealant in kick-out and manually tool concave to ensure proper adhesion and slope to shed water as indicated in detail drawings. 4. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. Stagger receiver anchors with counter flashing fasteners. 5. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 6. Notch and lap ends of adjoining sheet metal sections not less than 4”; apply sealant between sections. 7. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2” on center.

G. Reglet Mounted Two-Piece Receiver and Counterflashing

1. Fabricate receiver and counterflashing as shown in detail drawings in 10' lengths. 2. Install receiver flashing into saw-cut reglet and secure with soft metal wedges at 18” on center set deep into joint or surface mount at 12” on center. 3. Install sealant properly tooled to ensure adhesion and slope to shed water in saw- cut reglet. Sealant shall completely cover soft metal wedges. 4. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. Stagger receiver anchors/wedges with counterflashing fasteners. 5. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 6. Notch and lap ends of adjoining sheet metal sections not less than 4”; apply sealant tape between sections. 7. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2” on center.

H. Counterflashing

1. Fabricate counterflashing as shown in detail drawings in 10' lengths.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-6 Sheet Metal Flashing and Trim 2. Install counterflashing as indicated in detail drawings and secure to receiver flashing 12 inches on center. 3. Counterflashing shall extend a minimum of 1.5 inches below base flashing termination. 4. Notch and lap ends of adjoining sheet metal sections not less than 4”; apply sealant between sections. 5. Lap miters at corners a minimum of 1 inch and apply sealant between laps. Rivet at 2” on center.

I. Wall Expansion Joint

1. Fabricate expansion joint cover and cleat as shown in detail drawing in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 5-6B. 2. Prior to installation of expansion joint cover, install compressible insulation in PVC flashing envelope. 3. Install flashing membrane adhered to vertical substrate and extending a minimum of 2" down below the top of the expansion joint curb hot-air welded to the flashing membrane as indicated in detail drawings. Install flashing membrane to allow room for expansion. 4. Provide continuous cleat fastened to the expansion joint curb 8” on center. 5. Lock expansion joint cover onto cleat and fasten to wall substrate 12” on center. 6. Notch and lap ends of adjoining expansion joint cleat sheet metal sections not less than 4”; apply sealant tape between sections. 7. Notch and lap ends of adjoining expansion joint cover sheet metal sections not less than 6” and apply two beads of sealant between sections. Center 8” wide cover plate over exposed edge of sheet metal and apply sealant to each side of lap. Rivet cover plate at 2” on center to one side of lap only.

J. Fascia Cover

1. Provide fascia cover secured to wood blocking 12” on center where indicated in detail drawings. 2. Notch and lap ends of adjoining fascia cover sheet metal sections not less than 4”; apply sealant tape or two beads of butyl sealant between sections.

K. Parapet Wall

1. Fabricate coping in 10' lengths. Width of coping shall be fabricated to be a maximum of 1/2" wider than the width of the wall; Contractor is responsible to field verify parapet wall width prior to sheet metal fabrication. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-4A. 2. Install tapered edge strip mechanically attached or set in foam adhesive to top of wood blocking. 3. Install flashing membrane up and over parapet extending a minimum of 1" below wood blocking. 4. Install continuous cleat fastened to substrate 6” on center in vertical leg. Locate fasteners no greater than 2” from the bottom hem. 5. Lock outside face of coping onto continuous cleat and secure inside face as follows:

a. For coping widths up to and including 12 inches, secure with screws through waterproof washers and oversized holes at 18 inches on center. b. For coping widths greater than 12 inches, secure inside face with continuous cleats. Secure cleat through vertical face of cleat to blocking

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-7 Sheet Metal Flashing and Trim with fasteners at 6 inches on center. Locate fasteners no greater than 2 inches from the bottom hem.

6. Provide drive seam at adjoining coping sections. Turn cover ends back a minimum of 1" onto itself. Allow ¼” space between coping sections for expansion and contraction and install sealant. Refer to SMACNA Architectural Sheet Metal Manual Figure 3-2, type 4. 7. Provide one-piece coping section at four way and tee intersections. 8. Turn coping ends up a minimum of 2” at elevation walls and cover termination with surface mounted counterflashing.

L. Through-Wall Overflow Scupper

1. Fabricate thru-wall scupper flange, liner, and faceplate as shown in detail drawings. Scuppers dimensions shall be as indicated in the Contract Drawings. 2. Hot-air weld stripping membrane at seams of the flange and liner. 3. Install flashing membrane through scupper opening prior to installing new scupper to seal wall cavity. 4. Provide flange which extends a minimum of 4” on top and sides of scupper, and extends a minimum of 4” out onto the horizontal membrane. Mechanically fasten the horizontal flange into structural deck 8” on center or a minimum of two fasteners per scupper with approved fasteners. 5. Strip-in flange as specified in Contract Drawings. 6. Provide faceplate which extends 1.5" around the entire scupper and secure to wall substrate with four fasteners. Set faceplate in a bead of sealant. 7. Scupper Liner shall extend 1" beyond the exterior wall face and lock onto faceplate.

M. Metal Edge

1. Fabricate metal edge and continuous cleat as shown in detail drawings in 8’ or 10' lengths. 2. Terminate membrane at roof edge and hot-air weld flashing membrane strip to extend down the outside vertical face over the wall. 3. Provide sealant tape at base of flashing membrane on outside of wall to prevent moisture infiltration. 4. Install a continuous cleat as indicated in detail drawings fastened to substrate 6” on center in vertical face and secure flange of metal edge to wood blocking 6” on center staggered and not within ½” from inside edge and ¾” from outside edge. Locate fasteners no greater than 2” from the bottom hem. 5. Strip flange of continuous cleat with hot-air welded stripping membrane as specified. 6. Lock metal edge onto continuous cleat crimp as shown. 7. Hand tong all of metal edge onto continuous cleat. 8. Metal Edge Joints:

a. Leave a 1/4" opening between metal edge sections. b. Center 6” minimum width cover plate over or back-up plate under entire joint opening. c. Set cover plate in butyl sealant tape on each side of joint.

N. Gutters

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-8 Sheet Metal Flashing and Trim 1. Fabricate to profile shown in Contract Drawings. Refer to SMACNA Architectural Sheet Metal Manual Figure 1.2 Style D. 2. Gutters shall be continuous, roll formed from coil stock on site or formed in 10’ lengths.

a. Joints in gutters must be lapped a minimum of 1 inch, riveted 1 inch on center. Install sealant tape between gutter sections and sealant at exposed inside edge and on rivets. Lap joints in the direction of water flow.

3. Terminate membrane at roof edge and hot-air weld flashing membrane strip to extend down the outside vertical face of wall. 4. Provide butt type expansion joints in gutters at spacing appropriate for the type material used to fabricate gutters. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-7. Maximum length of gutters shall be 50’. 5. Provide downspout outlet tubes in downspout locations. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-33B and Detail 1. Gutter outlet tubes to be tabbed a minimum of 1”, set in a full bead of sealant and secured to gutter with a minimum of two rivets per tab. 6. Provide primed and painted brackets and spacers as shown in detail drawings. Evenly stagger the placement of brackets and spacers. Spacing shall be 36” on center for both brackets and spacers. 7. Spacers shall be riveted to both sides of the gutter only. 8. Brackets shall be secured with two stainless steel fasteners to the wood blocking. 9. Leading edge of gutter to be a minimum of 1" below the back edge as shown in detail drawing. 10. Hang gutters level. 11. Metal Edge: Refer to Metal Edge installation indicated above.

O. Downspouts:

1. Fabricate downspouts in 10' lengths. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-32B. 2. Downspouts shall tie into existing below grade storm drainage system or if no below grade system is applicable downspouts shall kick-out above grade onto concrete splash blocks. Fill in soil to provide slope away from building. 3. Each downspout shall be secured to the structure with two-piece hangers spaced no more than 8' apart with a minimum of two hangers per downspout with a hanger located within 12” from bottom. Hangers shall be primed and painted to match downspouts. Refer to SMACNA Architectural Sheet Metal Manual Figure 1-35H. 4. Downspouts are to be fashioned to run back to (at overhangs) and parallel to the facility walls. 5. Provide discharge elbow at the base of downspout where is kicks out onto splash pan or splash block. 6. Where downspouts discharge onto lower adjacent roof areas, provide splash pans at discharge as specified below.

P. Base Flashing Closure

1. Install new closures where base flashings abruptly end. 2. Completely solder or seal all joints to be watertight. 3. Install closures over membrane and under finish ply of base flashing. 4. Extend closures up under counterflashings or copings.

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-9 Sheet Metal Flashing and Trim 5. Install closures to completely seal ends of base flashings, membrane and cants as well as end joints of edge metal.

3.03 CLEANING AND PROTECTION

A. All sheet metal work shall be thoroughly cleaned of all asphalt, flux, scrapes and dust.

B. Scratches through the metal finish shall be replaced to the Owner’s satisfaction.

END OF SECTION 07 62 00

UNC-Charlotte Miltimore-Wallis Center Roof Replacement 07 62 00-10 Sheet Metal Flashing and Trim PROJECT FORMS

UNC-Charlotte Miltimore-Wallis Center Roof Replacement Project Forms ROOF MANUFACTURER'S ACKNOWLEDGMENT

Owner: UNC Charlotte Project Name: Miltimore-Wallis Center Roof Replacement Roofing Contractor: ______Address: ______Telephone: ______

This is to advise the Owner that having thoroughly reviewed the Specifications and Drawings contained within the Project Manual dated June 18, 2018 for the above-titled project, we acknowledge that the roof system(s) and flashing system(s) specified are suitable for the issuance of the specified Manufacturer’s warranty on this project and have been tested and approved for the wind uplift pressures outlined in the project specifications. Having reviewed the project requirements in detail, the Manufacturer will provide a written response of exceptions to the Engineer through the contractor before five (5) days of the bid due date or as otherwise outlined in the Instructions to Bidders, if conflicts exist between the Manufacturer's warranty requirements and the above listed documents. Exceptions not submitted accordingly are subject to rejection. The manufacturer also certifies that the installer is approved, authorized, or licensed by the manufacturer to install the specified roof system and is eligible to provide the specified manufacturer’s warranty. The manufacturer will comply with the specified requirements for on-site technical support.

______is hereby designated as our Liaison on this project. (Print or type name of Liaison)

______Telephone

______Roof Manufacturer's Company Name

______Roof Manufacturer Representative's Signature Date

______Roof Manufacturer Representative's Name Title

______Roof Manufacturer’s Address

______Telephone

UNC Charlotte Miltimore-Wallis Center Roof Replacement Roof Manufacturer’s Acknowledgement Form Owner Designer

CONTRACTOR'S Contractor Code ____ Item ______AFFIDAVIT OF PAYMENT Surety OF DEBTS AND CLAIMS Other

For Use with State of North Carolina Projects

TO (OWNER) CONTRACT FOR: CONTRACT DATE:

PROJECT INFORMATION: Name & Location:

State of: County of: The undersigned, pursuant to Article 36 of the General Conditions of the Contract, hereby certifies that, he has paid in full or has otherwise satisfied all obligations for all materials and equipment furnished, for all work, labor and services performed, and for all known indebtedness and claims against the contractor for damages arising in any manner in connection with the performance of the contract referenced above for which the owner or his property might in any way be held responsible. SUPPORTING DOCUMENTS ATTACHED HERETO: 1. Consent of Surety to Final Payment. Whenever surety is involved, Consent of Surety is required. Indicate attachment: (yes ) (no ). The following supporting documents should be attached hereto if required by the owner: a. Contractor's Release or Waiver of Liens, conditional upon receipt of final payment. b. Separate Releases or Waivers of Liens from subcontractors and material and equipment suppliers to the extent required by the owner, accompanied by a list thereof. c. Contractor's Affidavit of Release of Liens.

CONTRACTOR: Address: By: Subscribed and sworn to before me this __day of ______20__

Signature of Notary Public: Printed Name of Notary Public: My Commission Expires: SECTION 316

Owner

Designer CONTRACTOR'S Contractor Code ______Item AFFIDAVIT OF Surety RELEASE OF LIENS Other

For Use with State of North Carolina Projects

TO: (OWNER) CONTRACT FOR:

CONTRACT DATE:

SCO PROJECT ID: PROJECT INFORMATION: (Name & Location)

State of: County of: The undersigned, pursuant to Article 36 of the General Conditions of the Contract, hereby certifies that to the best of his knowledge, information and belief, the Releases or Waivers of Lien attached hereto include the contractor, all subcontractors, all suppliers of materials and equipment, and all performers of work, labor or services who have or may have liens against any property of the owner arising in any manner out of the performance of the contract referenced above.

SUPPORTING DOCUMENTS CONTRACTOR: ATTACHED HERETO: Address: By Subscribed and sworn to before me this day of 20

Signature Notary Public: Printed Name of Notary Public: My Commission Expires: CONTRACTOR'S TWO-YEAR WARRANTY

Know all men by these presents, that we, (Contractor) ______, having installed roofing system, flashings and sheet metal on the Miltimore-Wallis Center Roof Replacement under contract between UNC Charlotte (Owner) and (Contractor) ______, warrant to the Owner with respect to said work that for a period of two (2) years from date of final acceptance of said work by Owner, the roofing membrane, flashings and sheet metal work shall be absolutely watertight and free from any and all leaks, provided however the following are excluded from this Warranty: a. Defects or failures resulting from abuse by the Owner. b. Defect in design involving failure of (1) structural frame, (2) load bearing walls, and (3) foundations. c. Damages caused by fire, tornado, hail, hurricane, acts of God, wars, vandalism, riots or civil commotion. We, (Contractor) ______, agree that should any leaks occur in the roofing system we will perform emergency repairs within 24 hours notice and perform permanent repairs within a reasonable time in a manner to restore the roof to a watertight condition by methods compatible to the system and acceptable under industry standards and general practice, all at no expense to the Owner. We, (Contractor) ______, further agree that for a period of two (2) years from date of final acceptance referred to above, we will make repairs at no expense to the Owner to any defects which may develop in the work including but not limited to blisters, wrinkles, fish- mouths, ridges, splits and loose flashing in a manner compatible to the system and acceptable under industry standards and general practice as established by the Engineer.

Signature:______Title: ______

______Carolina County

I, , a Notary Public for ______County, ______Carolina, do hereby certify that personally appeared before me this day and acknowledged the due execution of the foregoing instrument.

Witness my hand and official seal, this day of , 20 .

(OFFICIAL SEAL) Notary Public

My commission expires , 20 .

UNC Charlotte Miltimore-Wallis Center Roof Replacement Contractor’s Two-Year Warranty