Loading...
HomeMy WebLinkAboutCAG-20-161 Bid PackageAward Date: CAG-20-161 Awarded to: City of Renton Maplewood Water Treatment Plant Roof Replacement WTR-27-4102 September 2020 City of Renton 1055 South Grady Way Renton WA 98057 Project Manager: Michael Mitchell, 425-430-7265 Bidding Requirements, City of Renton Forms, Contract Forms, Conditions of the Contract, Plans and Permits CITY OF RENTON RENTON, WASHINGTON CONTRACT DOCUMENTS for the Maplewood Water Treatment Plant – Roof Replacement September 2020 BIDDING REQUIREMENTS CONTRACT FORMS CONDITIONS OF THE CONTRACT SPECIFICATIONS PLANS CITY OF RENTON 1055 South Grady Way Renton, WA 98057 00b Table of Contents\ MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT WTR-27-4102 CONTRACT DOCUMENT TABLE OF CONTENTS 1. Summary of Fair Practices Policy 2. Summary of Americans with Disability Act Policy 3. Scope of Work 4. Site Map and Vicinity Map 5. Instructions to Bidders 6. Call for Bids 7. *Responsible Bidder Determination and Pre-Award Qualification 8. *Proposal and Combined Affidavit & Certificate Form: Non-Collusion, Anti-Trust Claims, Minimum Wage 9. *Proposal Bid Bond Form 10. *Department of Labor and Industries Certificate Registration 11. *Schedule of Prices 12. *Acknowledgement of Receipt of Addenda 13. *Certification of Compliance with Wage Payment Statutes 14. *Subcontractor List 15. ❖Performance Bond to the City of Renton 16. ❖Fair Practices Policy Affidavit of Compliance 17. ❖Contract Agreement (Contracts other than Federal - Aid FHWA) 18. ❖Retainage Selecton 19. City of Renton Insurance Requirements 20. Washington State Prevailing Minimum Hourly Wage Rates Reference 21. City of Renton Certification of Payment of Prevailing Wages 22. Project Special Provisions and Technical Specifications 23. Construction Plans Documents marked as follows must be submitted at the time noted and must be executed by the Contractor, President and Vice President or Secretary if corporation by-laws permit. All pages must be signed. In the event another person has been duly authorized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the bid document. * Submit with Bid ❖ Submit after Notice of Award (at the latest) CITY OF RENTON - Public Works Department 03 Scope of Work\ APLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT WTR-27-4102 SCOPE OF WORK The work involved under the terms of this contract document shall be full and complete installation of the facilities, as shown on the plans and as described in the construction specifications, to include but not be limited to:  Roof replacement for a water treatment facility approximately 9,700 square feet in area and less than 30 feet in height, including  Demolition and disposal of existing fiberglass reinforced asphalt shingle roof and existing gutters and downspouts,  Removal and replacement of existing damaged or degraded sheathing,  Patching of 14 existing skylights,  Installation of new standing seam pre-finished metal roof,  Installation of new aluminum gutters and downspouts,  Sealing of interior metal ceiling panels,  Installation of fall arrest anchor system. The estimated project cost is $600,000 to $700,000 A total of 30 working days is allowed for completion of the project. For Bid Item Descriptions see Special Provisions Section 1-09.14 Any contractor connected with this project shall comply with all Federal, State, County, and City codes and regulations applicable to such work and perform the work in accordance with the plans and specifications of this contract document. 18,056 1,505 SITE MAP This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. 8/31/2020 Legend 1,0230512 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet Notes 1,023 WGS_1984_Web_Mercator_Auxiliary_Sphere Michael Mitchell, P.E. Water Utility MMitchell@RentonWA.gov Extent2010SITE MAP MAPLEWOOD WTP - ROOF REPLACEMENT PROJECT AREA SE M A P L E V A L L E Y H I G H W A Y / H W Y - 1 6 9 14 0 T H A V E S E MAPLEWOOD GOLF COURSE SITE ADDRESS: 4032 SE MAPLE VALLEY HWY RENTON WA 98057 1,200 100 This map is a user generated static output from an Internet mapping site and is for reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. VICINITY MAP 8/31/2020 Legend 68034 THIS MAP IS NOT TO BE USED FOR NAVIGATION Feet Notes 68 WGS_1984_Web_Mercator_Auxiliary_Sphere Michael Mitchell, P.E. Water Utility MMitchell@RentonWA.gov Extent2010VICINITY MAP MAPLEWOOD WTP - ROOF REPLACEMENT PROJECT AREA MAPLEWOOD GOLF COURSE DRIVING RANGE MAPLEWOOD BOOSTER PUMP STATION SITE ADDRESS: 4032 SE MAPLE VALLEY HWY RENTON WA 98057 05 Instructions to Bidders\ MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT WTR-27-4102 INSTRUCTIONS TO BIDDERS 1. Sealed bids for this proposal will be received by the City of Renton at the office of the Renton City Clerk, Renton City Hall, until the time and date specified in the Call for Bids. At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. Any omissions, discrepancies or need for interpretation should be brought, in writing, to the attention of the Project Engineer. Written addenda to clarify questions that arise may then be issued. No oral statements by Owner, Engineer, or other representative of the owner shall, in any way, modify the contract documents, whether made before or after letting the contract. 3. The work to be done is shown in the plans and / or specifications. Quantities are understood to be only approximate. Final payment will be based on actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 4. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local conditions by inspection of the site. 5. The bid price for any item must include the performance of all work necessary for completion of that item as described in the specifications. 6. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event of errors, the unit price bid will govern. Illegible figures will invalidate the bid. 7. The right is reserved to reject any and/or all bids and to waive informalities if it is deemed advantageous to the City to do so. 8. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less than 5% of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders immediately following the decision as to award of contract. The check of the successful bidder will be returned provided he enters into a contract and furnishes a satisfactory performance bond covering the full amount of the work within ten days after receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for such failure. 9. All bids must be self-explanatory. No opportunity will be offered for oral explanation except as the City may request further information on particular points. 05 Instructions to Bidders\ 10. The bidder shall, upon request, furnish information to the City as to his financial and practical ability to satisfactorily perform the work. 11. Payment for this work will be made in Cash Warrants. 12. The contractor shall obtain such construction insurance (e.g. fire and extended coverage, worker's compensation, public liability, and property damage as identified within Special Provisions, Specification Section 1-07.18 “Public Liability and Property Damage Insurance”. 13. The contractor, prior to the start of construction, shall provide the City of Renton a detailed bar chart type construction schedule for the project. 14. Before starting work under this contract, the Contractor is required to supply information to the City of Renton on all chemical hazards Contractor is bringing into the work place and potentially exposing City of Renton Employees. 15. Payment of retainage shall be done in accordance with Section 1-09.9(1) "Retainage”. 16. Basis For Approval The construction contract will be awarded by the City of Renton to the lowest, responsible, responsive bidder. The bidder shall bid on all bid schedules items of all schedules set forth in the bid forms to be considered responsive for award. The total price of all schedules will be used to determine the successful low responsive bidder. Partial bids will not be accepted. The owner reserves the right to award any or all schedules of the Bid to meet the needs of the City. The intent is to award to only one BIDDER. 17. Trench Excavation Safety Systems As required by RCW 39.04.180, on public works projects in which trench excavation will exceed a depth of four feet, any contract therefore shall require adequate safety systems for the trench excavation that meet the requirements of the Washington Industrial Safety and Health Act, Chapter 49.17 RCW. These requirements shall be included in the Bid Schedule as a separate item. The costs of trench safety systems shall not be considered as incidental to any other contract item and any attempt to include the trench safety systems as an incidental cost is prohibited. 18. Payment of Prevailing Wages In accordance with Revised Code of Washington Chapters 39.12 and 49.28 as amended or supplemented herein, there shall be paid to all laborers, workmen or mechanics employed on this contract the prevailing rate of wage for an hour's work in the same trade or occupation in the area of work regardless of any contractual relationship which may exist, or be alleged to exist, between the CONTRACTOR and any laborers, workmen, mechanics or subconsultants. The most recent issues of the prevailing wage rates are included within these specifications under section titled “Prevailing Minimum Hourly Wage Rates”. The Contractor is Responsible for obtaining updated issues of the prevailing wage rate forms as they become available during the duration of the contract. The wage rates shall be included as part of any subcontracts the Contractor may enter into for work on this project. 05 Instructions to Bidders\ 19. Pollution Control Requirements Work under this contract shall meet all local, state and federal requirements for the prevention of environmental pollution and the preservation of public natural resources. The CONTRACTOR shall conduct the work in accordance with all applicable pollution control laws. The CONTRACTOR shall comply with and be liable for all penalties, damages, and violations under Chapter 90.48 RCW, in performance of the work. The CONTRACTOR shall also comply with Article 4 in the Puget Sound Air Pollution Control Agency Regulation III regarding removal and encapsulation of asbestos materials. 20. Standard Specifications All work under this contract shall be performed in accordance with the following standard specifications except as may be exempted or modified by the City of Renton Supplemental Specifications, Special Provisions other sections of these contract documents. These standard specifications are hereby made a part of this contract and shall control and guide all activities within this project whether referred to directly, paragraph by paragraph, or not. 1. WSDOT/APWA "2018 Standard Specifications for Road, Bridge and Municipal Construction" and "Division 1 APWA Supplement" hereinafter referred to by the abbreviated title "Standard Specifications." A. Any reference to "State," "State of Washington," "Department of Transportation," "WSDOT," or any combination thereof in the WSDOT/APWA standards shall be modified to read "City of Renton," unless specifically referring to a standard specification or test method. B. All references to measurement and payment in the WSDOT/APWA standards shall be detected and the measurement and payment provisions of Section 1-09.14, Measurement and Payment (added herein) shall govern. 21. If a soils investigation has been completed, a copy may be included as an appendix to this document. If one has not been provided for this project by the City or Engineer, the Bidders shall familiarize themselves adequately with the project site and existing subsurface condition as needed to submit their bid. Upon approval of the City, the Bidder may make such subsurface explorations and investigations as they see fit. The Bidder shall be responsible for protection of all existing facilities, utilities and other buried or surface improvements and shall restore the site to the satisfaction of the City. 22.Bidder’s Checklist It is the responsibility of each bidder to ascertain if all the documents listed on the attached index are included in their copy of the bid specifications. If documents are missing, it is the sole responsibility of the bidder to contact the City of Renton to obtain the missing documents prior to bid opening time. Have you submitted, as part of your bid, all documents marked in the index as “Submit With Bid”? Has bid bond or certified check been enclosed? Is the amount of the bid guaranty at least 5 percent of the total amount of bid including sales tax? Has the proposal been signed? Have you bid on ALL ITEMS and ALL SCHEDULES? 05 Instructions to Bidders\  Have you submitted Minority Business/Woman Business Enterprise Subcontractors List (if required) Have you submitted the Subcontractors List (if required) Have you reviewed the Prevailing Wage Requirements? Have you certified Receipt of Addenda, if any?  Have you submitted Department of Labor and Industries Certificate of Registration Form? 06 CFB - Maplewood WTP Roof Replacement\ Page 1 of 2 CITY OF RENTON CALL FOR BIDS Maplewood Water Treatment Plant – Roof Replacement, WTR-27-4102 Sealed bids will be received until 2:00 p.m., Thursday, October 15, 2020, at the lobby of Renton City Hall, 1055 South Grady Way, Renton WA 98057. Sealed bids will be opened and publicly read via the Zoom video-conferencing web application at 3:00 p.m., Thursday, October 15, 2020 (60 minutes after published bid submittal time). Any bids received after the published bid submittal time cannot be considered and will not be accepted.  The bid opening meeting can be accessed via videoconference by:  Clicking this link to join the Zoom meeting:  https://us02web.zoom.us/j/81365624757?pwd=eWpMVXl5WSttN3RkdW15TkVXTXM4Zz09  Using the Zoom app: Meeting ID: 813 6562 4757; Password: 729449;  Via telephone by dialing: 253-215-8782, followed by 81365624757#...0#, 729449#.  Zoom is free to use and is available at https://zoom.us/. The work to be performed within 30 working days from the date of commencement under this contract shall include, but not be limited to:  Roof replacement for a water treatment facility approximately 9,700 square feet in area and less than 30 feet in height, including  Demolition of existing fiberglass reinforced asphalt shingle roof and existing gutters and downspouts,  Removal and replacement of existing damaged or degraded sheathing,  Patching of 14 existing skylights,  Installation of new standing seam pre-finished metal roof,  Installation of new aluminum gutters and downspouts,  Sealing of interior metal ceiling panels,  Installation of fall arrest anchor system. The estimated project cost is $600,000 to $700,000 The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be available Thursday, September 24, 2020. Plans, specifications, addenda, and the plan holders list for this project are available online through Builders Exchange of Washington, Inc., at http://www.bxwa.com. Click on “bxwa.com”; “Posted Projects”, “Public Works”, “City of Renton”, “Projects Bidding”. (Note: Bidders are encouraged to “Register as a Bidder,” in order to receive automatic email notification of future addenda and to be placed on the “Bidders List”). Bid documents will also be available at http://rentonwa.gov/bids/ under “Calls for Bids”. Should you require further assistance, contact Builder Exchange of Washington at (425) 258-1303. Bidders are not to contact the City of Renton or the Engineer to obtain bidding documents. 06 CFB - Maplewood WTP Roof Replacement\ Page 2 of 2 Women and Minority Business Enterprises (WMBE) are encouraged to bid. Questions about the project shall be addressed to: Michael Mitchell, Public Works Department, at 425- 430-7265 or mmitchell@rentonwa.gov. A certified check or bid bond in the amount of five percent (5%) of the total of each bid must accompany each bid. The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. Jason A. Seth, CMC, City Clerk Published: Daily Journal of Commerce September 24, 2020 Daily Journal of Commerce September 29, 2020 07 Responsible Bidder Qualification\ Page 1 of 4 City of Renton Maplewood Water Treatment Plant – Roof Replacement Responsible Bidder Determination and Pre-Award Qualification CAG-20-161 WTR-27-4102 Project: The City of Renton Public Works Department is calling for bids from qualified contractors to complete the roof replacement of the Maplewood Water Treatment Plant. This project will include the removal of the existing asphalt shingle roof and the construction of a new standing seam metal roof. This project also includes the replacement of gutter and downspouts, patching 14 skylights, sealing metal joint seams in the ceiling, and the installation of a fall arrest anchor system. Instructions to Bidder: To be considered a Qualified Bidder, the contractor shall submit this 3-page form and provide the requested documentation with their bid package. Please list projects in order of highest dollar amount to lowest; minimum project size of $350,000. The contractor should have overlapping personal experience from the projects presented on this Call for Bids. A twenty-five year old project should only be listed if those persons associated with that project are currently on staff and available for this project. A minimum of two (2) metal roof projects of comparable size and complexity shall be listed. CITY OF RENTON Responsible Bidder Determination and Pre-Award Qualification 07 Responsible Bidder Qualification\ Page 2 of 4 Maplewood Water Treatment Plant – Roof Replacement CAG-20-161 WTR-27-4102 Name of Bidder: ________________________________________________________________ Address of Bidder: ______________________________________________________________ Contractor License No.: __________________Contractor’s State Tax No. __________________ Department of L&I Worker’s Comp Acct. No. ________________________________________ List business names used by Bidder during the past five (5) years, if different from above. ______________________________________________________________________________ ______________________________________________________________________________ Bidder has been in business continuously from ______________ (Year). Experience with regard to work comparable for this project: ________ years as a Prime Contractor ________ years as a sub-Contractor Number of projects completed in the past five (5) years: ________ Ahead of Schedule ________ On Schedule ________ Behind Schedule List the supervisory personnel to be employed by the Bidder and available for work on this project (Project Manager, Foreman, Superintendents, Engineers, etc.) Name Title Time with Bidder ________________________ ________________________ __________________ ________________________ ________________________ __________________ ________________________ ________________________ __________________ ________________________ ________________________ __________________ CITY OF RENTON Responsible Bidder Determination and Pre-Award Qualification 07 Responsible Bidder Qualification\ Page 3 of 4 List all projects undertaken in the last five years which have resulted in partial or final settlement of the Contract by arbitration or litigation in the courts: Name of Client Contract Amount Total Claims Arbitrated Amount of Project Amount or Litigated Settlement ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Has the Bidder ever failed to complete a contract? ________ If yes, provide details: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Has the Bidder or any of its employees filed any claims with Washington State Workman’s Compensation or other insurance agency for accidents resulting in fatal injury or dismemberment in the past five (5) years? ________ If yes, provide details: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ CITY OF RENTON Responsible Bidder Determination and Pre-Award Qualification Bidder Name: ______________________________________ 07 Responsible Bidder Qualification\ Page 4 of 4 List all projects of similar scope and complexity, completed by the Bidder within the past five (5) years. Include a reference for each project. Project Name Contract Amount (Min $350,000) Year Complete Type of Project (Minimum 2 Metal Roof Projects) Contracting Agency Location (City, State) Contact Name, Phone Number 08 Combined Proposal and Triple Form\ Page 1 of 4 CITY OF RENTON Maplewood Water Treatment Plant Roof Replacement WTR-27-4102 Proposal & Combined Affidavit & Certificate Form TO THE CITY OF RENTON RENTON, WASHINGTON Ladies and/or Gentlemen: The undersigned hereby certify that the bidder has examined the site of the proposed work and have read and thoroughly understand the plans, specifications and contract governing the work embraced in this improvement, and the method by which payment will be made for said work, and hereby propose to undertake and complete the work embraced in this improvement, or as much thereof as can be completed with the money available, in accordance with the said plans, specifications and contract and the schedule of prices. The undersigned further certifies and agrees to the following provisions: NON-COLLUSION AFFIDAVIT Being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on behalf of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. AND CERTIFICATION RE: ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns to purchaser any and all claims for such over-charges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from anti-trust violations commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. AND MINIMUM WAGE AFFIDAVIT FORM I, the undersigned, having been duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract. 08 Combined Proposal and Triple Form\ Page 2 of 4 I have read the above and foregoing statements and certificate, know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: PROPOSAL, NON COLLUSION AFFIDAVIT, ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT Name of Bidder's Firm Printed Name:______________________________Signature:_____________________________________ Address: __________________________________________________________________________________ Contact Name (please print): _________________________________________________________________ Phone:____________________________________Email: _______________________________________ OR Name of President of Corporation Name of Secretary of Corporation Corporation Organized under the laws of With Main Office in State of Washington at Subscribed and sworn to before me on this _______ day of _________________, 20____ Notary Public in and for the State of Washington Notary (Print)_________________________________ My appointment expires:________________________ Names of Members of Partnership: 08 Combined Proposal and Triple Form\ Page 3 of 4 INDIVIDUAL FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ___________ before me personally appeared ____________________ to me known to be the individual(s) described in and who executed the foregoing instrument, and acknowledged under oath that ________________ (he/she/they) signed and sealed the same as ______________________ (his, her, their) free and voluntary act and deed, for the uses and purposes therein mentioned. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ CORPORATION FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ______________ before me personally appeared __________________ to me known to be the __________________ (President, Secretary, Treasurer) of the corporation that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said corporation, for the uses and purposes therein mentioned, and on oath stated that _________ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ 08 Combined Proposal and Triple Form\ Page 4 of 4 PARTNERSHIP FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ______________ before me personally appeared __________________ to me known to be a General Partner of the partnership known as ________________________ that executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said partnership, for the uses and purposes therein mentioned, and on oath stated that _________ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ LIMITED LIABILITY COMPANY (LLC) FORM STATE OF WASHINGTON ) : ss County of ______________ ) On this _______ day of ____________________, 20___, before me personally appeared _________________________ to me known to be a Managing Member of the Limited Liability Company known as _______________________________ and that he/she/they executed the foregoing instrument, and acknowledged said instrument to be the free and voluntary act and deed of said Limited Liability Company, for the uses and purposes therein mentioned, and on oath stated that _________ (he/she/they) are authorized to execute said instrument. GIVEN under my hand and official seal the day and year last above written. (SEAL) ____________________________________ Notary Public in and for the State of Washington, residing at ________________ Print Name: _________________________ My commission expires: ________________ 09 Proposal Bid Bond Form\ Proposal Bid Bond KNOW ALL MEN BY THESE PRESENTS, That we, [Contractor] ____________________of [address] _______________________________________________________as Principal, and [Surety] ____________________________________________________________________________________ a corporation duly organized under the laws of the State of , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the City of Renton in the sum of five (5) percent of the total amount of the bid proposal of said Principal for the work hereinafter described, for the payment of which, well and truly to be made, we bind ourselves, our heirs, executors, administrators and assigns, and successors and assigns, jointly and severally, firmly by these presents. The condition of this bond is such, that whereas the Principal herein is herewith submitting his/her or its sealed proposal for the following project, to wit: Maplewood Water Treatment Plant – Roof Replacement, WTR-27-4102 said bid and proposal, by reference thereto, being made a part hereof. NOW, THEREFORE, if the said proposal bid by said Principal be accepted, and the contract be awarded to said Principal, and if said Principal shall duly make and enter into and execute said contract and shall furnish performance bond as required by the City of Renton within a period of ten (10) days from and after said award, exclusive of the day of such award, then this obligation shall be null and void, otherwise it shall remain and be in full force and effect. IN THE EVENT the Principal, following award, fails to execute an Agreement with the City of Renton in accordance with the terms of the Proposal and furnish a performance bond with Surety or Sureties approved by the City of Renton within ten (10) days from and after said award, then Principal shall forfeit the Bid Bond/Bid Proposal Deposit or Surety shall immediately pay and forfeit to the City of Renton the amount of the Proposal Bid Bond, as set forth in RCW 35A.40.200 and RCW 35.23.352. IN TESTIMONY WHEREOF, the Principal and Surety have caused these presents to be signed and sealed this _________________________________ day of __________________________, ________. ________________________________ ________________________________ [Principal][Surety] ________________________________ ________________________________ [Signature of authorized official] [Signature of authorized official] _____________________________ By:_____________________________ [Title] [Attorney-in-Fact] ________________________________ [Address] ________________________________ ________________________________ ________________________________ [Telephone Number] Approved by the City Attorney on 6/03/13 10 LI Cert of Registration\ MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT WTR-27-4102 Department of Labor and Industries Certificate of Registration Name on Registration: ___________________________________________________________ Registration Number: ___________________________________________________________ Expiration Date: ____________________________________________________________ Note: A copy of the certificate will be requested as part of contract execution when project is awarded. CITY OF RENTON PUBLIC WORKS DEPARTMENT Maplewood Water Treatment Plant - Roof Replacement WTR-27-4102 SCHEDULE OF PRICES *Note: Show price per unit in figures only. Figures written to the right of the dot (decimal) in the price per unit column shall be interpreted as cents. SEE SECTION 1-09.14 OF THE SPECIAL PROVISIONS FOR INFORMATION ON BID ITEMS. ITEM APPROX.UNIT PRICE TOTAL AMOUNT NO.QUANTITY Dollars Cents Dollars Cents 1 1 Lump Sum ________________ Per Lump Sum _____________________ 2 1 Lump Sum _________________ Per Lump Sum _____________________ 3 1350 Sq. Foot _________________ Per Sq. Foot _____________________ 4 1 Lump Sum _________________ Per Lump Sum _____________________ 5 1 Lump Sum _________________ Per Lump Sum _____________________ 6 1 Force Account $1,000.00 Per Force Account _____________________ 7 1 Force Account $10,000.00 Per Force Account _____________________ 8 1 Lump Sum _________________ Per Lump Sum _____________________ Subtotal 10% Sales Tax Total ITEM WITH UNIT PRICED BID Mobilization & Demobilization (10% Maximum) Roofing Demolition Sheathing Removal and Replacement Pre-Finished Standing Seam Metal Roof Interior Repairs COVID-19 Added Measures (Without Overhead & Profit) Fall Arrest Anchor System Minor Changes /11 Schedule of Prices Page 1 of 1 12 Acknowledgement of Receipt of Addenda\ MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT WTR-27-4102 ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA ACKNOWLEDGEMENT OF RECEIPT OF ADDENDA NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ NO._______ DATE:________________________ SIGNED:_________________________________________________ TITLE:_________________________________________________ NAME OF COMPANY:_________________________________________________ ADDRESS:_________________________________________________ CITY/ STATE/ ZIP:_________________________________________________ TELEPHONE:_________________________________________________ Template updated 2-12-19 13 Cert of Compliance (Wage Payment)\ This form must be submitted with the Bid Proposal Certification of Compliance with Wage Payment Statutes The bidder hereby certifies that, within the three-year period immediately preceding the bid solicitation date, the bidder is not a “willful” violator, as defined in RCW 49.48.082, of any provision of chapters 49.46, 49.48, or 49.52 RCW, as determined by a final and binding citation and notice of assessment issued by the Department of Labor and Industries or through a civil judgment entered by a court of limited or general jurisdiction. I certify under penalty of perjury under the laws of the State of Washington that the foregoing is true and correct. Bidder’s Business Name Signature of Authorized Official* Printed Name Title Date City State Check One: Sole Proprietorship ☐Partnership ☐Joint Venture ☐Corporation ☐LLC ☐ State of Incorporation, or if not a corporation, State where business entity was formed: If a co-partnership, give firm name under which business is transacted: *If a corporation, proposal must be executed in the corporate name by the president or vice-president (or any other corporate officer accompanied by evidence of authority to sign). If a co-partnership, proposal must be executed by a partner. 14 Subcontractor List\1 of 2 CITY OF RENTON SUBCONTRACTOR LIST MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT WTR-27-4102 RCW 39.30-060 requires that for all public works contracts exceeding $1,000,000 that the bidder submit the names of all heating, ventilation and air conditioning, and plumbing subcontractors as described in chapter 18.106 RCW, and electrical subcontractors as described in chapter 19.28 RCW (this also includes the control system integrator subcontractor as well as other electrical subcontractors). If the subcontractors names are not submitted with the bid, or within one (1) hour after the published bid submittal time OR if two or more subcontractors are named to perform the same work, then the bid shall be considered nonresponsive and , therefore, void. Complete the following: If awarded the contract, _________________________________ will contract with the following subcontractors for the performance of heating, ventilation and air conditioning, plumbing, and electrical (including automatic controls) work: Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. 14 Subcontractor List\2 of 2 Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. Bid Item (s) Subcontractor Name Address Phone No. State Contractor's License No. __________________________________________________ Signature of Authorized Representative of Bidder Subscribed and sworn to be before me on this ______ day of ___________, 20____. ________________________ _______________ Notary Public in and for the State of Washington Notary (Print) ____________________ Residing at ______________________ My appointment expires: ___________ Maplewood Water Treatment Plant – Roof Replacement Bond to the City of Renton /15 Performance Bond to the City September 2020 CONTRACT BOND TO THE CITY OF RENTON KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned ________________________________________________________________ _____________________________________________________________________________________ as principal, and _____________________________________ corporation organized and existing under the laws of the State of ________________________ as a surety corporation, and qualified under the laws of the State of Washington to become surety upon bonds of contractors with municipal corporations, as surety are jointly and severally held and firmly bound to the City of Renton in the penal sum of $_______________________________ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. This obligation is entered into pursuant to the statutes of the State of Washington, the Ordinance of the City of Renton. Dated at ______________, Washington, this ______________ day of ___________, 20___. Nevertheless, the conditions of the above obligation are such that: WHEREAS, under and pursuant to Contract No. CAG-20-161 providing for construction of the Maplewood Water Treatment Plant – Roof Replacement, WTR-4102; the Principal has accepted, or is about to accept, the contract, and undertake to perform the work therein provided for in the manner and within the time set forth; NOW, THEREFORE, this Performance and Payment Bond shall be satisfied and released only upon the condition that Principal:  Faithfully performs all provisions of the Contract and changes authorized by Owner in the manner and within the time specified as may be extended under the Contract;  Pays all laborers, mechanics, subcontractors, lower tier subcontractors, material persons, and all other persons or agents who supply labor, equipment, or materials to the Project;  Indemnifies and holds Owner, its officers, and agents harmless from and against all claims, liabilities, causes of action, damages, and costs for such payments for labor, equipment, and materials by satisfying all claims and demands incurred under the Contract, and reimbursing and paying Owner all expenses that Owner may incur in making good any default by Principal; and  Indemnifies and holds Owner harmless from all claims, liabilities, causes of action, damages and costs, including property damages and personal injuries, resulting from any defect appearing or developing in the material provided or workmanship performed under the Contract.  Pays all taxes incurred on said contract under title 50 and 51 Revised Code of Washington (RCW) and all taxes imposed on the Principle under Title 82 RCW. The indemnities to Owner shall also insure to the benefit of the Consulting Engineers and other design professionals retained by Owner in connection with the Project. No change, extension of time, alteration, or addition to the terms of the Contract or to the Work to be performed under the Contract shall in any way affect Surety's obligation on the Performance Bond. Surety Maplewood Water Treatment Plant – Roof Replacement Bond to the City of Renton /15 Performance Bond to the City September 2020 hereby waives notice of any change, extension of time, alteration, or addition to the terms of the Contract or the Work. This Contract Bond shall be governed and construed by the laws of the State of Washington, and venue shall be in King County, Washington. IN WITNESS WHEREOF, the parties have executed this instrument in two (2) identical counterparts this _______ day of _________________, 20 ___. Principal Surety Signature Signature Title Title Name and address of local office of agent and/or Surety Company: ! !" #$%&’#( ) * +, -%.)/ -%.)* %.)’ &’ *0 1 ’* 2 3 AGREEMENT CONTRACT NO. CAG-20-161 THIS AGREEMENT, made and entered into this [Enter Date] day of [Enter Month], [Enter Year] by and between the CITY OF RENTON, Washington, a municipal corporation of the State of Washington, hereinafter referred to as "City” and [Enter Contractor name], hereinafter referred to as "Contractor." Now, therefore the parties agree as follows: 1.Agreement. This agreement incorporates the following documents as if fully set forth herein: the 2018 Standard Specifications for Road, Bridge, and Municipal Construction, as prepared by the Washington State Department of Transportation and the Washington State Chapter of the American Public Works Association, including all published amendments issued by those organizations (“Standard Specifications”); the City’s Contract Bid Documents for the Project, including but not limited to Addenda, Proposal Form, Special Provisions, Contract Plans, and Amendments to the Standard Specifications; Contractor’s Proposal and all documents submitted therewith in response to the City’s Call for Bids Documents; and any additional documents referenced as comprising the Contract and Contract Documents in Section 1-04.2 of the Standard Specifications, as revised by the Amendments and Special Provisions included with the City’s Call for Bids and Contract Documents. 2.Project. Contractor shall complete all work and furnish all labor, tools, materials, and equipment for the project entitled [Enter Project name], [Enter Project number], including all changes to the Work and force account work, in accordance with the Contract Documents, as described in Section 1-04.2 of the Special Provisions. 3.Payments. City shall pay Contractor at the unit and lump sum prices, and by force account as specified in the Proposal according to the Contract Documents as to time, manner, and condition of payment in a contract amount not to exceed $___________, unless modified by an approved change order or addendum. The payments to Contractor include the costs for all labor, tools, materials and equipment for the Work. 4.Completion Date. Contract time shall commence upon City's Notice to Proceed to Contractor. The Work under this Agreement shall be completed within the time specified in the Contract Bid Documents. If the Physical Work under this Agreement is not completed within the time specified, Contractor shall pay liquidated damages and all engineering inspection and supervision costs to City as specified in the Contract Bid Documents. 5.Attorney's Fees. In the event litigation is commenced to enforce this Agreement, the prevailing party shall be entitled to recover its costs, including reasonable attorney's and expert witness fees. 6.Disclaimer. No liability of Contractor shall attach to City by reason of entering into this Agreement, except as expressly provided in this Agreement. 7.Counterparts. This Agreement is executed in two (2) identical counterparts, by the parties, each of which shall for all purposes be deemed an original. Maplewood Water Treatment Plant – Roof Replacement CAG-20-128 September 2020 Contract Template Updated 12/29/2017 17 Contract Agreement\ IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City Clerk and the Contractor has hereunto set his hand and seal the day and year first above-written. CONTRACTOR:CITY OF RENTON: President/Partner/Owner Armondo Pavone, Mayor ATTEST Secretary Jason Seth, City Clerk FIRM INFORMATION d/b/a [Enter Firm name] CHECK ONE:☐ Limited Liability Company ☐ Partnership ☐ Corporation STATE OF INCORPORATION:[Enter state of incorporation] CONTRACTOR CONTACT INFORMATION:CITY CONTACT INFORMATION: [Address Line 1]City of Renton [Address Line 2]1055 South Grady Way [City, State and Zip]Renton, WA 98057 [Enter Phone Number]425-430-7265 [Enter Fax Number or Email Address]mmitchell@rentonwa.gov Attention: If business is a CORPORATION, the name of the corporation should be listed in full and both the President and Secretary must sign the contract. OR, if one signature is permitted by corporation by-laws, a copy of the by-laws shall be furnished to the City and made a part of the contract document. If the business is a PARTNERSHIP, the full name of each partner should be listed followed by d/b/a (doing business as) and firm or trade name. Any one partner may sign the contract. If the business is a Limited Liability Company, an authorized managing member or manager must sign followed by his/her title. 18 Retainage Selection\ CITY OF RENTON MAPLEWOOD WATER TREATMENT PLANT – ROOF REPLACEMENT WTR-27-4102 RETAINAGE SELECTION Per Standard Specifications Section 1-09.9(1) Retainage, and RCW 60.28, a sum of 5-percent of the monies earned by the Contractor will be retained from progress estimates. The retainage will be used as a trust fund for the protection and payment of (1) the State with respect to taxes, and (2) the claims of any person arising under the Contract. Retainage shall be placed in a fund held by the City (non-interest bearing), unless the Contractor selects a one of the options listed below and completes all arrangements needed for that option to the satisfaction of the City. Other retainage fund options: __ 1. Deposited by the City in an escrow account (interest bearing) in a bank, mutual savings bank, or savings and loan association. Deposits will be in the name of the Contractor and bank; and are not allowed to be withdrawn without the City’s written authorization, or __ 2. The City, at it’s option, may accept a bond from the Contractor in lieu of retainage. If the Contractor selects option 1 or 2 it is fully responsible for selecting the bank or association to be used, and for making all arrangements and paying all costs associated with that option. All arrangements and forms needed for option 1 or 2 shall be submitted to the City for review and approval. Release of the Retainage will be made 60 days following the Completion Date provided the conditions in Special Provisions Section 1-09.9(1), and applicable State Regulations, are met. SIGNED:_________________________________________________ PRINT NAME:_________________________________________________ COMPANY:_________________________________________________ DATE:_________________________________________________ Insurance Guidelines for the City of Renton The City of Renton typically requires current insurance certificates for one or more of the following lines of coverage and minimum insurance limits:  $1,000,000 per occurrence and $2,000,000 aggregate for Commercial General Liability (CGL) or Special Event coverage. Limits may be increased for higher than usual or special liability exposures.  $1,000,000 combined single limit for Auto Liability. Required if a commercial vehicle will be used in performance of work or delivery of products, beyond normal commutes.  Proof of Workers’ Compensation coverage, as required by the State of Washington (provide the Washington L&I or excess coverage policy number).  Excess Liability or Umbrella. Required only if needed to reach minimum CGL or auto liability coverage limits.  $1,000,000 Professional Liability. Required if professional services (e.g. architect, engineering, surveying, legal, or medical) are being provided to the city and if those professional services are excluded from the CGL policy.  $1,000,000 Pollution Liability – Required if work involves a pollution risk to the environment.  $1,000,000 per occurrence Aircraft Liability (including Property Damage Liability). Required coverage only for aircraft tie-down leases. Requirements unique to the City of Renton:  Name the City of Renton as a certificate holder and a Primary and Non-contributory Additional Insured on the policy (Additional Insured does not apply to Professional Liability and Workers’ Compensation).  The City shall be provided with written notice of any policy cancellation within a minimum of two business days of receipt of such notice by the policy holder.  The city does not represent that the minimum required insurance coverage or limits are adequate to protect the vendor/contractor/consultant from all liabilities.  Insurance certificate requirements and minimum limits can only be waived or modified with Risk Manager approval.  The certificate holder should read: City of Renton ATTN: {enter your City contact’s name here and Department} 1055 South Grady Way Renton, WA. 98057 Direct any questions, comments, or concerns to: Kelsey R. Ternes, Risk Manager 425.430.7669 - direct 425.430.7665 - fax kternes@rentonwa.gov Revised 4/11/19 PREVAILING MINIMUM HOURLY WAGE RATES 20 State Prevailing Wage Reference\ WASHINGTON STATE PREVAILING WAGE RATES FOR PUBLIC WORKS CONTRACTS REFERENCE The State of Washington Prevailing Wage Rates applicable for this public works contract, which is located in King County, may be found at the following website address of the Department of Labor and Industries: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx . Check with the Department of Labor and Industries for any questions regarding Prevailing Wage Rates, and for a copy of all trade classifications. Based on the bid submittal deadline for this project, the applicable effective date for prevailing wages for this project is _October 2020_. A copy of the applicable prevailing wages rates is also available for viewing at the office of the Owner, located at _Renton City Hall, 1055 South Grady Way, Renton, Washington. Upon request, the Owner will mail a hard copy of the applicable prevailing wage rates for this project. The State of Washington “Statement of Intent to Pay Prevailing Wages – Public Works Contract” and “Affidavit of Wages Paid – Public Works Contract” may be filed online with the Department of Labor and Industries. 21 Certification of Payment of Prevailing Wages\ CERTIFICATION OF PAYMENT OF PREVAILING WAGES Date: ______________ Ref: Pay Estimate No. Project:Maplewood Water Treatment Plant – Roof Replacement, WTR-4102 CAG-20-161 This is to certify that the prevailing wages have been paid to our employees and our subcontractors' employees for the period from _________________________________ through __________________________, in accordance with the Statements of Intent to Pay Prevailing Wage filed with the Washington State Department of Labor & Industries. This form will be executed and submitted to the City of Renton prior to or with the last pay request. Company Name By: Title: List of Subcontractors Used on the Project: SPECIAL PROVISIONS CITY OF RENTON MAPLEWOOD WATER TREATMENT PLANT – ROOF REPLACEMENT SPECIAL PROVISIONS TABLE OF CONTENTS 1 SPECIAL PROVISIONS .............................................................................................................. 6 1-01 DEFINITIONS AND TERMS ............................................................................................. 6 1-01.1 General ............................................................................................................................... 6 1-01.3 Definitions ......................................................................................................................... 6 1-02 BID PROCEDURES AND CONDITIONS ....................................................................... 9 1-02.1 Prequalification of bidders .............................................................................................. 9 1-02.2 Plans and Specifications .................................................................................................. 9 1-02.5 Proposal Forms ................................................................................................................. 9 1-02.6 Preparation of Proposal ................................................................................................. 10 1-02.6(1) Proprietary Information ........................................................................................... 10 1-02.7 Bid Deposit ...................................................................................................................... 10 1-02.9 Delivery of Proposal ........................................................................................................ 11 1-02.12 Public Opening of Proposals ........................................................................................ 11 1-02.13 Irregular Proposals ....................................................................................................... 11 1-02.14 Disqualification of Bidders ........................................................................................... 11 1-02.15 Pre Award Information ................................................................................................ 12 1-03 AWARD AND EXECUTION OF CONTRACT ............................................................. 12 1-03.1 Consideration of bids ..................................................................................................... 12 1-03.2 Award of Contract .......................................................................................................... 13 1-03.3 Execution of Contract .................................................................................................... 13 1-03.4 Contract Bond ................................................................................................................ 13 1-03.7 Judicial Review ............................................................................................................... 14 1-04 SCOPE OF WORK ........................................................................................................... 14 1-04.2 Coordination of Contract Documents… ...................................................................... 14 1-04.3 Contractor-Discovered Discrepancies .......................................................................... 14 1-04.4 Changes ........................................................................................................................... 14 1-04.8 Progress Estimates and Payments ................................................................................ 15 1-04.11 Final Cleanup ................................................................................................................ 15 1-05 CONTROL OF WORK .................................................................................................... 15 1-05.4 Conformity With and Deviation from Plans and Stakes ............................................ 15 1-05.4(3) Contractor Supplied Surveying ................................................................................ 16 1-05.4(4) Contractor Provided As-Built Information ............................................................. 17 1-05.7 Removal of Defective and Unauthorized Work ........................................................... 17 CITY OF RENTON MAPLEWOOD WATER TREATMENT PLANT – ROOF REPLACEMENT SPECIAL PROVISIONS TABLE OF CONTENTS 2 1-05.10 Guarantees .................................................................................................................... 18 1-05.11 Final Inspection ............................................................................................................ 19 1-05.11(1) Substantial Completion Date .................................................................................. 19 1-05.11(2) Final Inspection and Physical Completion Date ................................................... 19 1-05.11(3) Operational Testing ................................................................................................. 20 1-05.12 Final Acceptance........................................................................................................... 20 1-05.13 Superintendents, Labor and Equipment of Contractor ........................................... 20 1-05.14 Cooperation with Other Contractors ......................................................................... 20 1-05.16 Water and Power .......................................................................................................... 21 1-05.17 Oral Agreements ........................................................................................................... 21 1-05.18 Contractor's Daily Diary ............................................................................................. 22 1-06 CONTROL OF MATERIAL ............................................................................................ 23 1-06.1 Approval of Materials Prior to Use ............................................................................... 23 1-06.2(1) Samples and Tests for Acceptance ............................................................................ 23 1-06.2(2) Statistical Evaluation of Materials for Acceptance ................................................. 23 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC ....................... 23 1-07.1 Laws to be Observed ...................................................................................................... 23 1-07.2 State Sales Tax ................................................................................................................ 24 1-07.2(1) General ....................................................................................................................... 24 1-07.2(2) State Sales Tax – Rule 171 ......................................................................................... 24 1-07.2(3) State Sales Tax – Rule 170 ......................................................................................... 25 1-07.2(4) Services ....................................................................................................................... 25 1-07.6 Permits and Licenses ...................................................................................................... 26 1-07.9 Wages ............................................................................................................................... 27 1-07.9(5) Required Documents ................................................................................................. 27 1-07.11 Requirements for Non-Discrimination ....................................................................... 27 1-07.11(11) City of Renton Affidavit of Compliance ............................................................... 27 1-07.12 Federal Agency Inspection .......................................................................................... 27 1-07.13 Contractor’s Responsibility for Work ........................................................................ 27 1-07.13(1) General ..................................................................................................................... 27 1-07.15 Temporary Water Pollution/Erosion Control ............................................................ 28 1-07.16 Protection and Restoration of Property ..................................................................... 30 1-07.16(1) Private/Public Property .......................................................................................... 30 1-07.17 Utilities and Similar Facilities ..................................................................................... 31 CITY OF RENTON MAPLEWOOD WATER TREATMENT PLANT – ROOF REPLACEMENT SPECIAL PROVISIONS TABLE OF CONTENTS 3 1-07.17(1) Site Specific Potholing ............................................................................................. 32 1-07.17(3) Interruption of Services .......................................................................................... 33 1-07.17(4) Resolution of Utility Conflicts .................................................................................. 33 1-07.18 Public Liability and Property Damage Insurance ..................................................... 33 1-07.18(1) General ..................................................................................................................... 33 1-07.18(2) Coverages ................................................................................................................. 34 1-07.18(3) Limits ........................................................................................................................ 35 1-07.18(4) Evidence of Insurance: ............................................................................................ 36 1-07.22 Use of Explosives .......................................................................................................... 36 1-07.23 Public Convenience and Safety ................................................................................... 37 1-07.23(1) Construction Under Traffic .................................................................................... 37 1-07.23(2) Construction and Maintenance of Detours ........................................................... 38 1-07.24 Rights of Way ................................................................................................................ 38 1-07.28 Confined Space Entry .................................................................................................. 39 1-08 PROSECUTION AND PROGRESS ............................................................................... 40 1-08.0 Preliminary Matters ....................................................................................................... 40 1-08.0(1) Preconstruction Conference ..................................................................................... 40 1-08.0(2) Hours of Work ........................................................................................................... 41 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees ............. 42 1-08.1 Subcontracting ............................................................................................................... 42 1-08.2 Assignment ...................................................................................................................... 42 1-08.3 Progress Schedule ........................................................................................................... 42 1-08.4 Notice to Proceed and Prosecution of the Work .......................................................... 43 1-08.5 Time For Completion ..................................................................................................... 44 1-08.6 Suspension of Work ........................................................................................................ 45 1-08.7 Maintenance During Suspension .................................................................................. 45 1-08.9 Liquidated Damages ...................................................................................................... 46 1-08.11 Contractor's Plant and Equipment ............................................................................. 46 1-08.12 Attention to Work ......................................................................................................... 46 1-09 MEASUREMENT AND PAYMENT ............................................................................... 46 1-09.1 Measurement of Quantities ........................................................................................... 46 1-09.3 Scope of Payment ........................................................................................................... 47 1-09.6 Force Account ................................................................................................................. 48 1-09.7 Mobilization .................................................................................................................... 48 CITY OF RENTON MAPLEWOOD WATER TREATMENT PLANT – ROOF REPLACEMENT SPECIAL PROVISIONS TABLE OF CONTENTS 4 1-09.9 Payments ......................................................................................................................... 48 1-09.9(1) Retainage .................................................................................................................... 49 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts .......... 50 1-09.9(3) Final Payment ............................................................................................................ 51 1-09.11 Disputes and Claims ...................................................................................................... 52 1-09.11(2) Claims ....................................................................................................................... 52 1-09.11(3) Time Limitations and Jurisdiction ......................................................................... 52 1-09.13 Claims and Resolutions ................................................................................................. 52 1-09.13(3) Claims $250,000 or Less .......................................................................................... 52 1-09.13(3)A Administration of Arbitration .............................................................................. 52 1-09.13(3)B Procedures to Pursue Arbitration ....................................................................... 52 1-09.14 Payment Schedule ........................................................................................................ 53 1-09.14(1) Scope ......................................................................................................................... 53 1-09.14(2) Bid Items .................................................................................................................. 53 1-10 TEMPORARY TRAFFIC CONTROL ........................................................................... 56 1-10.1 General ............................................................................................................................ 56 1-10.2(1)B Traffic Control Supervisor ..................................................................................... 58 1-10.2(2) Traffic Control Plans ................................................................................................. 58 1-10.3 Flagging, Signs, and All Other Traffic Control Devices .............................................. 58 1-10.3(3) Construction Signs ..................................................................................................... 58 1-10.4 Measurement .................................................................................................................. 58 1-10.5 Payment ........................................................................................................................... 58 1-11 RENTON SURVEYING STANDARDS .......................................................................... 59 1-11.1(1) Responsibility for surveys ......................................................................................... 59 1-11.1(2) Survey Datum and Precision .................................................................................... 59 1-11.1(3) Subdivision Information ........................................................................................... 59 1-11.1(4) Field Notes .................................................................................................................. 59 1-11.1(5) Corners and Monuments .......................................................................................... 60 1-11.1(6) Control or Base Line Survey ..................................................................................... 60 1-11.1(7) Precision Levels .......................................................................................................... 61 1-11.1(8) Radial and Station -- Offset Topography ................................................................. 61 1-11.1(9) Radial Topography .................................................................................................... 61 1-11.1(10) Station--Offset Topography .................................................................................... 61 1-11.1(11) As-Built Survey ......................................................................................................... 61 CITY OF RENTON MAPLEWOOD WATER TREATMENT PLANT – ROOF REPLACEMENT SPECIAL PROVISIONS TABLE OF CONTENTS 5 1-11.1(12) Monument Setting and Referencing....................................................................... 61 1-11.12 Materials ..................................................................................................................... 62 1-11.12(1) Property/Lot Corners .............................................................................................. 62 1-11.12(2) Monuments ............................................................................................................... 62 1-11.12(3) Monument Case and Cover .................................................................................... 62 CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 6 SPECIAL PROVISIONS The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2018 edition, as issued by the Washington State Department of Transportation (WSDOT) and the American Public Works Association (APWA), Washington State Chapter (hereafter “Standard Specifications”). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the Work. These Special Provisions are made up of both General Special Provisions (GSPs) from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. Also incorporated into the Contract Documents by reference are:  Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any  Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition  City of Renton Standard Details, City of Renton Public Works Department, Current Edition  Public Rights-Of-Way Accessibility Guidelines (PROWAG), current edition Contractor shall obtain copies of these publications, at Contractor’s own expense. 1-01 DEFINITIONS AND TERMS 1-01.1 General Section 1-01.1 is supplemented with: (******) Whenever reference is made to the State, State of Washington, Commission, Department of Transportation, Secretary of Transportation, Owner, Contracting Agency or Engineer, such reference shall be deemed to mean the City of Renton acting through its City Council, employees, and duly authorized representatives for all contracts administered by the City of Renton. All references to “State Materials Laboratory” shall be revised to read “Contracting Agency designated location”. 1-01.3 Definitions Section 1-01.3 is revised and supplemented by the following: (******) Act of God "Act of God" means an earthquake, flood, cyclone, or other cataclysmic phenomenon of nature. A rain, windstorm, high water or other natural phenomenon of unusual intensity for the specific locality of the Work, which might reasonably have been anticipated from historical records of the general locality of the Work, shall not be construed as an act of God. Consulting Engineer The Contracting Agency's design consultant, who may or may not administer the construction program for the Contracting Agency. Contract Documents See definition for “Contract”. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 7 Contract Price Either the unit price, the unit prices, or lump sum price or prices named in the proposal, or in properly executed change orders. Contract Time The period of time established by the terms and conditions of the Contract within which the Work must be physically completed. Dates Bid Opening Date: The date on which the Contracting Agency publicly opens and reads the bids. Award Date: The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive Bidder for the Work. Contract Execution Date: The date the Contracting Agency officially binds the agency to the Contract. Notice to Proceed Date: The date stated in the Notice to Proceed on which the Contract Time begins. Substantial Completion Date: The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental Work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Contract Completion Date: The date by which the Work is contractually required to be physically completed. The Contract Completion Date will be stated in the Notice to Proceed. Revisions of this date will be authorized in writing by the Engineer whenever there is an extension to the Contract time. Completion Date: The day all the Work specified in the Contract is completed and all the obligations of the Contractor under the Contract are fulfilled by the Contractor. Final Acceptance Date: The date the Contracting Agency accepts the Work as complete per the Contract requirements. Day Unless otherwise designated, day(s) as used in the Contract Documents, shall be understood to mean working days. Engineer The City Engineer or duly authorized representative, or an authorized member of a licensed consulting firm retained by the Owner for the construction engineering of a specific public works project. Inspector The Owner’s authorized representative assigned to make necessary observations of the Work performed or being performed, or of materials furnished or being furnished by the Contractor. Notice of Award: The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency’s acceptance of the bid. Notice to Proceed: The written notice from the Contracting Agency or the Engineer to the Contractor authorizing and directing the Contractor to proceed with Work and establishing the date on which the CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 8 Contract time begins. Or Equal Where the term "or equal" is used herein, the Contracting Agency, or the Contracting Agency on recommendation of the Engineer, shall be the sole judge of the quality and suitability of the proposed substitution. The responsibility and cost of furnishing necessary evidence, demonstrations, or other information required to obtain the approval of alternative materials or processes by the Owner shall be entirely borne by the Contractor. Owner The City of Renton or its authorized representative also referred to as Contracting Agency. Performance and Payment Bond Same as “Contract Bond” defined in the Standard Specifications. Plans The Contract Plans and/or Standard Plans which show location, character, and dimensions of prescribed Work including layouts, profiles, cross-sections, and other details. Drawings may either be bound in the same book as the balance of the Contract Documents or bound in separate sets, and are a part of the Contract Documents, regardless of the method of binding. The terms "Standard Drawings" or "Standard Details" generally used in Specifications refers to drawings bound either with the specification documents or included with the Plans or the City of Renton Standard Plans. Points Wherever reference is made to the Engineer’s points, this shall mean all marks, bench marks, reference points, stakes, hubs, tack, etc., established by the Engineer for maintaining horizontal and vertical control of the Work. Provide Means “furnish and install” as specified and shown in the Plans. Secretary, Secretary of Transportation The chief executive officer of the Department and other authorized representatives. The chief executive officer to the Department shall also refer to the Department of Public Works Administrator. Shop Drawings Same as “Working Drawings” defined in the Standard Specifications. Special Provisions Modifications to the Standard Specifications and their amendments that apply to an individual project. The special provisions may describe Work the Specifications do not cover. Such Work shall comply first with the Special Provisions and then with any Specifications that apply. The Contractor shall include all costs of doing this Work within the bid prices. State The state of Washington acting through its representatives. The State shall also refer to The City of Renton and its authorized representatives where applicable. Supplemental Drawings and Instructions Additional instructions by the Engineer at request of the Contractor by means of drawings or documents necessary, in the opinion of the Engineer, for the proper execution of the Work. Such drawings and instructions are consistent with the Contract Documents. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 9 Utility Public or private fixed improvement for the transportation of fluids, gases, power, signals, or communications and shall be understood to include tracks, overhead and underground wires, cables, pipelines, conduits, ducts, sewers, or storm drains. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: (******) Bidders shall be qualified by experience, financing, equipment, and organization to do the Work called for in the Contract Documents. The Contracting Agency reserves the right to take whatever action it deems necessary to ascertain the ability of the bidder to perform the Work satisfactorily. 1-02.2 Plans and Specifications Delete this Section and replace it with the following: (******) Information as to where Bid Documents can be obtained or reviewed will be found in the Call for Bids (Advertisement for Bids) for the Work. After award of the Contract, Plans and Specifications will be issued to the Contractor at no cost as detailed below: To Prime Contractor No. of Sets Basis of Distribution Reduced Plans (11” x 17”) and contract provisions 4 Furnished automatically upon award Large Plans (22” x 34”) 4 Furnished only upon request 1-02.4(2) Subsurface Information Section 1-02.4(2) is supplemented with the following: (******) If a geotechnical study was prepared for the project, then the findings and recommendations are summarized in a report provided in the contract documents. 1-02.5 Proposal Forms Delete this Section and replace it with the following: (******) At the request of the bidder, the Contracting Agency will provide a proposal form for any project on which the bidder is eligible to bid. The proposal form will identify the project and its location and describe the Work. It will also list estimated quantities, units of measurement, the items of Work, and the materials to be furnished at the unit bid prices. The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit bid prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgement of addenda; the bidder’s name, address, telephone number, and signature; and a State of Washington Contractor’s Registration Number. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the proposal form. The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 10 additives set forth in the proposal forms unless otherwise specified. Any correction to a bid made by interlineations, alteration, or erasure, shall be initialed by the signer of the bid. The bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (Or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6 Preparation of Proposal Section 1-02.6 is supplemented with the following: (******) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president (or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any D/W/MBE requirements are to be satisfied through such an agreement. 1-02.6(1) Proprietary Information 1-02.6(1) is a new Section. (******) Vendors should, in the bid proposal, identify clearly any material(s), which constitute "(valuable) formula, designs drawings, and research data" so as to be exempt from public disclosure, RCW 42.17.310, or any materials otherwise claimed to be exempt, along with a Statement of the basis for such claim of exemption. The Department (or State) will give notice to the vendor of any request for disclosure of such information received within 5 (five) years from the date of submission. Failure to so label such materials or failure to timely respond after notice of request for public disclosure has been given shall be deemed a waiver by the submitting vendor of any claim that such materials are, in fact, so exempt. 1-02.7 Bid Deposit Section 1-02.7 is supplemented with the following: (******) CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 11 Bid Bonds shall contain the following: 1. Number assigned to the project by the Contracting Agency; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder’s officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany said signature; 6. The signature of the surety’s officer empowered to sign the bond form included in the Contract Provision. 1-02.9 Delivery of Proposal Revise the first paragraph to read: (******) Each proposal shall be submitted in a sealed envelope, with Project Name and Project Number clearly marked on the outside of the envelope as stated in the Advertisement for Bids,. or as otherwise stated in the Bid Documents. 1-02.12 Public Opening of Proposals Section 1-02.12 is supplemented with the following: (******) The Contracting Agency reserves the right to postpone the date and time for bid opening. Notification to bidder will be by addenda. 1-02.13 Irregular Proposals Revise item I to read: (******) 1. A proposal will be considered irregular and will be rejected if: a. The bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; c. The complete proposal form contains any unauthorized additions, deletions, alternate bids, or conditions; d. The bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the bid proposal; f. The proposal form is not properly executed; g. The bidder fails to submit or properly complete a subcontractor list, if applicable, as required in Section 1-2.6 h. The bidder fails to submit or properly complete a Disadvantaged, Minority or Women’s Business Enterprise Certification, if applicable, as required in Section 1-02.6; or i. The bid proposal does not constitute a definite and unqualified offer to meet the material terms of the bid invitation. j. More than one proposal is submitted for the same project from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders Revise this section to read: (******) 1. A bidder will be deemed not responsible and the proposal rejected if the bidder does not meet CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 12 the responsibility criteria in RCW 39.04. 2. A bidder may be deemed not responsible and the proposal rejected if: a. More than one proposal is submitted for the same project from a bidder under the same or different names; b. Evidence of collusion exists with any other bidder or potential bidder. Participants in collusion will be restricted from submitting further bids; c. The bidder, in the opinion of the Contracting Agency, is not qualified for the Work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the bidder; d. An unsatisfactory performance record exists based on past or current Contracting Agency Work or for Work done for others, as judged from the standpoint of conduct of the Work; workmanship; progress; affirmative action; equal employment opportunity practices; or Disadvantaged Enterprise, Minority Enterprise, or Women’s Business Enterprise utilization. e. There is uncompleted Work (Contracting Agency or otherwise) which might hinder or prevent the prompt completion of the Work bid upon; f. The bidder failed to settle bills for labor or materials on past or current contracts; g. The bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract; h. The bidder is unable, financially or otherwise, to perform the Work; i. A bidder is not authorized to do business in the State of Washington (not registered in accordance with RCW 18.27) j. The bidder does not meet the supplemental qualifications criteria as stated in Section 1- 02.1(1). k. There are any other reasons deemed proper by the Contracting Agency. 1-02.15 Pre Award Information Revise this section to read: (******) Before awarding any contract, the Contracting Agency may require one or more of these items or actions of: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used; 2. Samples of these materials for quality and fitness tests; 3. A progress schedule (in a form the Contracting Agency requires) showing the order of time required for the various phases of Work; 4. A breakdown of costs assigned to any bid item; 5. Attending at a conference with the Engineer or representatives of the Engineer; 6. Obtain, and furnish a copy of, a business license to do business in the city and/or county where the Work is located; 7. A copy of State of Washington Contractor’s Registration; or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03 AWARD AND EXECUTION OF CONTRACT 1-03.1 Consideration of bids Section 1-03.1 is supplemented with the following: (******) All bids will be based on the total sum of all schedules of prices. No partial bids will be accepted unless so stated in the call for bids or special provisions. The City reserves the right however to award all or any schedule of a bid to the lowest bidder at its discretion. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 13 1-03.2 Award of Contract Section 1-03.2 is supplemented with the following: (******) The Contract, bond form, and all other forms requiring execution, together with a list of all other forms or documents required to be submitted by the successful bidder, will be forwarded to the successful bidder within 10 days of the award. The number of copies to be executed by the Contractor shall be determined by the Contracting Agency. 1-03.3 Execution of Contract Section 1-03.3 is revised and supplemented as follows: (******) Within 10 calendar days after receipt from the City of the forms and documents required to be completed by the Contractor, the successful bidder shall return the signed Contracting Agency- prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the Contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any Work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any Work begun outside such areas and for any materials ordered before the Contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the Contract documents within 10 calendar days after the award date, the Contracting Agency may grant up to a maximum of 10 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. The Contracting Agency is prohibited by RCW 39.06.010 from executing a contract with a Contractor who is not registered or licensed as required by the laws of the state. In addition, the Contracting Agency requires persons doing business with the Contracting Agency to possess a valid City of Renton business license prior to award. When the Bid Form provides spaces for a business license number, a Washington State Contractors registration number, or both the Bidder shall insert such information in the spaces provided. The Contracting Agency requires legible copies of the Contractor's Registration and business license be submitted to the Engineer as part of the Contracting Agency's post-award information and evaluation activities. 1-03.4 Contract Bond Revise the first paragraph to read: (******) The successful bidder shall provide an executed contract bond for the full contract amount. This contract bond shall: 1. Be on the Contracting Agency-furnished form; 2. Be signed by an approved surety (or sureties) that: a. Is registered with the Washington State Insurance Commissioner, and b. Appears on the current Authorized Insurance List in the State of Washington published by the Office of the Insurance Commissioner; 3. Be conditioned upon the faithful performance of the Contract by the Contractor within the prescribed time; 4. Guarantee that the surety shall indemnify, defend, and protect the Contracting Agency against any claim of direct or indirect loss resulting from the failure: a. Of the Contractor (or any of the employees, subcontractors, or lower tier subcontractors of the Contractor) to faithfully perform the Contract, or b. Of the Contractor (subcontractors, or lower tier subcontractors of the Contractor) to pay CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 14 all laborers, mechanics, subcontractors, lower tie subcontractors, material person, or any other person who provides supplies or provisions for carrying out Work; 5. Be accompanied by a power of attorney for the Surety’s officer empowered to sign the bond; and 6. Be signed by an officer of the Contractor empowered to sign official statements (sole proprietor or partner). If the Contractor is a corporation, the bond must be signed by the president or vice-president, unless accompanied by a written proof of the authority of the individual signing the bond to bind the corporation (i.e., corporate resolution, power of attorney or a letter to such effect by the president or vice-president). 1-03.7 Judicial Review Revise the last sentence to read: The venue of all causes of action arising from the advertisement, award, execution, and performance of the Contract shall be in the Superior Court of the County where the Contracting Agency’s headquarters are located. 1-04 SCOPE OF WORK 1-04.2 Coordination of Contract Documents, Plans, Special Provisions Specifications, and Addenda Revise the second paragraph to read: (******) Any inconsistency in the parts of the Contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda 2. Proposal Form 3. Special Provisions 4. Contract Plans 5. Contracting Agency’s Standard Plans (if any) 6. Amendments to the Standard Specifications 7. WSDOT/APWA Standard Specifications for Road, Bridge and Municipal Construction 8. WSDOT/APWA Standard Plans for Road, Bridge and Municipal Construction 1-04.3 Contractor-Discovered Discrepancies Section 1-04.3 is a new section: (******) Upon receipt of award of contract, the Contractor shall carefully study and compare all the components of the Contract Documents and other instructions, and check and verify all field measurements. The Contractor shall, prior to ordering material or performing Work, report in writing to the Engineer any error, inconsistency, or omission in respect to design or mode of construction, which is discovered. If the Contractor, in the course of this study or in the accomplishment of the Work, finds any discrepancy between the Plans and the physical condition of the locality as represented in the Plans, or any such errors or omissions in respect to design or mode of construction in the Plans or in the layout as given by points and instructions, it shall be the Contractor’s duty to inform the Engineer immediately in writing, and the Engineer will promptly check the same. Any Work done after such discovery, until correction of Plans or authorization of extra Work is given, if the Engineer finds that extra Work is involved, will be done at the Contractor's risk. If extra Work is involved, the procedure shall be as provided in Section 1-04.4 of the Standard Specifications. 1-04.4 Changes The last two paragraphs are replaced with the following: (******) Renton does not have a formal policy or guidelines on cost reduction alternatives, but will evaluate such proposals by the Contractor on a case-by-case basis. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 15 1-04.4(1) Minor Changes Section 1-04.4(1) is supplemented and revised as follows: (******) Payments and credits will be determined in accordance with Section 1-09.4 of the Standard Specifications. For the purpose of providing a common proposal for all bidders, the Contracting Agency may have entered an amount for “Minor Change” in the Proposal to become a part of the total bid by the Contractor. 1-04.8 Progress Estimates and Payments Section 1-04.8 is supplemented as follows: (******) The Contractor is encouraged to provide to the Engineer prior to progress payments an estimate of “Lump Sum” Work accomplished to date. The Engineer's calculations and decisions shall be final in regard to the actual percentage of any lump sum pay item accomplished and eligible for payment unless another specific method of calculating lump sum payments is provided elsewhere in the Specifications. 1-04.11 Final Cleanup Section 1-04.11 is supplemented as follows: (******) All salvage material as noted on the Plans and taken from any of the discarded facilities shall, at the Engineer's discretion, be carefully salvaged and delivered to the City shops. Any cost incurred in salvaging and delivering such items shall be considered incidental to the project and no compensation will be made. The Contract price for "Finish and Cleanup, Lump Sum," shall be full compensation for all Work, equipment and materials required to perform final cleanup. If this pay item does not appear in the Contract Documents then final cleanup shall be considered incidental to the Contract and to other pay item and no further compensation shall be made. 1-05 CONTROL OF WORK 1-05.4 Conformity With and Deviation from Plans and Stakes Section 1-05.4 is supplemented with the following: (******) If the project calls for the Contractor supplied surveying, the Contractor shall provide all required survey Work, including such Work as mentioned in Sections 1-05, 1-11 and elsewhere in these Specifications as being provided by the Engineer. All costs for this survey Work shall be included in "Contractor Supplied Surveying," per lump sum. The Engineer or the Contractor supplied surveyor will provide construction stakes and marks establishing lines, slopes, and grades as stipulated in Sections 1-05.4 and will perform such Work per Section 1-11. The Contractor shall assume full responsibility for detailed dimensions, elevations, and excavation slopes measured from the Engineer or the Contractor supplied surveyor furnished stakes and marks. The Contractor shall provide a work site, which has been prepared to permit construction staking to proceed in a safe and orderly manner. The Contractor shall keep the Engineer or the Contractor supplied surveyor informed of staking requirements and provide at least 48 hour notice to allow the Engineer or the Contractor supplied surveyor adequate time for setting stakes. The Contractor shall carefully preserve stakes, marks, and other reference points, including existing monumentation, set by Contracting Agency forces. The Contractor will be charged for the costs of CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 16 replacing stakes, markers and monumentation that were not to be disturbed but were destroyed or damaged by the Contractor's operations. This charge will be deducted from monies due or to become due to the Contractor. Any claim by the Contractor for extra compensation by reason of alterations or reconstruction Work allegedly due to error in the Engineer's line and grade, will not be allowed unless the original control points set by the Engineer still exist, or unless other satisfactory substantiating evidence to prove the error was furnished by the Engineer. Three consecutive points set on line or grade shall be the minimum points used to determine any variation from a straight line or grade. Any such variation shall, upon discovery, be reported to the Engineer. In the absence of such report the Contractor shall be liable for any error in alignment or grade. The Contractor shall provide all surveys required other than those to be performed by the Engineer. All survey Work shall be done in accordance with Section 1-11 SURVEYING STANDARDS of these Specifications. The Contractor shall keep updated survey field notes in a standard field book and in a format set by the Engineer, per Section 1-11.1(4). These field notes shall include all survey Work performed by the Contractor's surveyor in establishing line, grade and slopes for the construction Work. Copies of these field notes shall be provided the Engineer upon request and upon completion of the Contract Work the field book or books shall be submitted to the Engineer and become the property of the Contracting Agency. If the survey Work provided by the Contractor does not meet the standards of the Engineer, then the Contractor shall, upon the Engineer's written request, remove the individual or individuals doing the survey Work and the survey Work will be completed by the Engineer at the Contractor's expense. Costs for completing the survey Work required by the Engineer will be deducted from monies due or to become due the Contractor. All costs for survey Work required to be performed by the Contractor shall be included in the prices bid for the various items which comprise the improvement or be included in the bid item for "Contractor Supplied Surveying" per lump sum if that item is included in the contracts. 1-05.4(3) Contractor Supplied Surveying Section 1-05.4(3) is a new section: (******) When the Contract provides for Contractor Supplied Surveying, the Contractor shall supply the survey Work required for the project. The Contractor shall retain as a part of the Contractor Organization an experienced team of surveyors under the direct supervision of a professional land surveyor licensed by the State of Washington. All survey Work shall be done in accordance with Sections 1-05.4 and 1- 11. The Contractor and/or the Surveyor shall inform the Engineer in writing of any errors, discrepancies, and omissions to the Plans that prevent the Contractor and/or the Surveyor from constructing the project in a manner satisfactory to the Engineer. All errors, discrepancies, and omissions must be corrected to the satisfaction of the Engineer before the survey Work may be continued. The Contractor shall coordinate his Work with the Surveyor and perform his operations in a manner to protect all survey stakes from harm. The Contractor shall inform the Surveyor of the Contractor's intent to remove any survey stakes and/or points before physically removing them. The Surveyor shall be responsible for maintaining As-Built records for the project. The Contractor shall coordinate his operations and assist the Surveyor in maintaining accurate As-Built records for the project. If the Contractor and the Surveyor fail to provide, as directed by the Engineer and/or these Plans and Specifications, accurate As-Built records and other Work the Engineer deems necessary, the Engineer CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 17 may elect to provide at Contractor expense, a surveyor to provide all As-Built records and other Work as directed by the Engineer. The Engineer shall deduct expenses incurred by the Engineer-supplied surveying from monies owed to the Contractor. Payment per Section 1-04.1 for all Work and materials required for the full and complete survey Work required to complete the project and As-Built drawings shall be included in the lump sum price for "Construction Surveying, Staking, and As-Builts." 1-05.4(4) Contractor Provided As-Built Information Section 1-05.4(4) is a new section: (******) It shall be the Contractors responsibility to record the location prior to the backfilling of the trenches, by centerline station, offset, and depth below pavement, of all existing utilities uncovered or crossed during his Work as covered under this project. It shall be the Contractor’s responsibility to have his Surveyor locate by centerline station, offset and elevation each major item of Work done under this contract per the survey standard of Section 1-11. Major items of Work shall include but not be limited to: Manholes, Catch basins and Inlets, Valves, vertical and Horizontal Bends, Junction boxes, Cleanouts, Side Sewers, Street Lights & Standards, Hydrants, Major Changes in Design Grade, Vaults, Culverts, Signal Poles, and Electrical Cabinets. After the completion of the Work covered by this contract, the Contractor’s Surveyor shall provide to the City the hard covered field book(s) containing the as-built notes and one set of white prints of the project drawings upon which he has plotted the notes of the Contractor locating existing utilities, and one set of white prints of the project drawings upon which he has plotted the as-built location of the new Work as he recorded in the field book(s). This drawing shall bear the Surveyor’s seal and signature certifying its accuracy. All costs for as-built Work shall be included in the Contract item "Construction Surveying, Staking, and As-Builts", lump sum. 1-05.7 Removal of Defective and/or Unauthorized Work Section 1-05.7 is supplemented as follows: (******) Upon written notice from the Engineer, the Contractor shall promptly replace and re-execute Work by Contractor forces, in accordance with the intent of the Contract and without expense to the Owner, and shall bear the expense of making good all Work of other contractors destroyed or damaged by such removal or replacement. If the Contractor does not remove such condemned Work and materials and commence re-execution of the Work within 7 calendar days of written notice from the Engineer, or fails to perform any part of the Work required by the Contract Documents, the Owner may correct and remedy such Work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. In that case, the Owner may store removed material. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized Work, or Work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of Work of others destroyed or damaged by correction, removal, or replacement of the Contractor’s unauthorized Work. If sufficient funds do not remain in the Contract and the Contractor does not pay the cost of such removal and storage within 10 calendar days from the date of the notice to the Contractor of the fact of such removal, the Owner may, upon an additional 10 calendar days written notice, sell such CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 18 materials at public or private sale, and deduct all costs and expenses incurred from monies due to the Contractor, including costs of sale, and accounting to Contractor for the net proceeds remaining. The Owner may bid at any such sale. The Contractor shall be liable to the Owner for the amount of any deficiency from any funds otherwise due the Contractor. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized Work corrected immediately, have the rejected Work removed and replaced, or have Work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public, the Property Owner and the Property Owner’s property. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the Work attributable to the exercise of the Contracting Agency’s rights provided by this section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency’s right to pursue any other avenue for additional remedy or damages with respect to the Contractor’s failure to perform the Work as required. 1-05.10 Guarantees Section 1-05.10 is supplemented as follows: (******) If within one year after the Acceptance Date of the Work by the Contracting Agency, defective and/or unauthorized Work is discovered, the Contractor shall promptly, upon written order by the Contracting Agency, return and in accordance with the Engineer’s instructions, either correct such Work, or if such Work has been rejected by the Engineer, remove it from the project site and replace it with non- defective and authorized Work, all without cost to the Contracting Agency. If the Contractor does not promptly comply with the written order to correct defective and/or unauthorized Work, or if an emergency exists, the Contracting Agency reserves the right to have defective and/or unauthorized Work corrected or removed and replaced pursuant to Section 1-05.7 “Removal of Defective and/or Unauthorized Work.” The Contractor agrees the above one year limitation shall not exclude or diminish the Contracting Agency’s rights under any law to obtain damages and recover costs resulting from defective and/or unauthorized Work discovered after one year but prior to the expiration of the legal time period set forth in RCW 4.16.040 limiting actions upon a contract in writing, or liability expressed of implied arising out of a written agreement. The Contractor shall warrant good title to all materials, supplies, and equipment purchased for, or incorporated in the Work. Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing materials or labor, to recover under any bond given by the Contractor for their protection, or any rights under any law permitting such persons to look to funds due the Contractor in the hands of the Contracting Agency. The provisions of this paragraph shall be inserted in all subcontracts and material contracts, and notice of its provisions shall be given to all persons furnishing materials for the Work when no formal contract is entered into for such materials. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 19 1-05.11 Final Inspection 1-05.11(1) Substantial Completion Date Section 1-05.11(1) is a new section: (******) When the Contractor considers the Work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Engineer will schedule an inspection of the Work with the Contractor to determine the status of completion. To be considered substantially complete the following conditions must be met: 1. The Contracting Agency must have full and unrestricted use and benefit of the facilities both from the operational and safety standpoint. 2. Only minor incidental Work, replacement of temporary substitute facilities, or correction of repair Work remains to reach physical completion of the Work. The Contractor’s request shall list the specific items of Work in subparagraph two above that remains to be completed in order to reach physical completion. The Engineer may also establish the Substantial Completion Date unilaterally. If after this inspection, the Engineer concurs with the Contractor that the Work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor, will set the Substantial Completion Date. If, after this inspection the Engineer does not consider the Work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the Work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the Work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the Work physically complete and ready for Final Inspection. 1-05.11(2) Final Inspection and Physical Completion Date Section 1-05.11(2) is a new Section: (******) When the Contractor considers the Work physically complete and ready for Final Inspection, the Contractor, by Written Notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for Final Inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the Final Inspection reveals the Work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective Work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the Written Notice listing the deficiencies, the Engineer may, upon Written Notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.8. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the Work attributable to the exercise of the Engineer’s right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the Work was considered physically complete, that date shall CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 20 constitute the Physical Completion Date of the Contract, but shall not imply all the obligations of the Contractor under the Contract have been fulfilled. 1-05.11(3) Operational Testing Section 1-05.11(3) is a new section: (******) Unless otherwise noted in the Contract Documents, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the time for each test and inspection. If the inspection is by another authority than the Engineer, the Contractor shall give the Engineer a minimum of 3 working days’ notice of the date fixed for such inspection. Required certificates of inspection by other authority than the Engineer shall be secured by the Contractor. It is the intent of the Contracting Agency to have at the Physical Completion Date a complete and operable system. Therefore, when the Work involves the installation of machinery or other mechanical equipment; street lighting, electrical distribution or signal systems; irrigation systems; buildings; or other similar Work, it may be desirable for the Engineer to have the Contractor operate and test the Work for a period of time, after final inspection but prior to the physical completion date. Whenever items of Work are listed in the Contract Provisions for operational testing they shall be fully tested under operating conditions for the time period specified to ensure their acceptability prior to the Physical Completion Date. During and following the test period, the Contractor shall correct any items of workmanship, materials, or equipment which prove faulty, or that are not in first class operating condition. Equipment, electrical controls, meters, or other devices and equipment to be tested during this period shall be tested under the observation of the Engineer, so that the Engineer may determine their suitability for the purpose for which they were installed. The Physical Completion Date cannot be established until testing and corrections have been completed to the satisfaction of the Engineer. The costs for power, gas, labor, material, supplies, and everything else needed to successfully complete operational testing, shall be included in the unit contract prices related to the system being tested, unless specifically set forth otherwise in the proposal. Operational and test periods, when required by the Engineer, shall not affect a manufacturer’s guaranties or warranties furnished under the terms of the Contract. 1-05.12 Final Acceptance The third and fourth sentences in paragraph 1 are deleted and replaced with: (******) The Final Acceptance date shall be that date in which the Renton City Council formally approves acceptance of the Contract. 1-05.13 Superintendents, Labor and Equipment of Contractor Revise the seventh paragraph to read: (******) Whenever the Contracting Agency evaluates the Contractor’s qualifications pursuant to Section 1- 02.1, the Contracting Agency will take these performance reports into account. 1-05.14 Cooperation with Other Contractors Section 1-05.14 is supplemented as follows: (******) The Contractor shall afford the Owner and other contractors working in the area reasonable opportunity for the introduction and storage of their materials and the execution of their respective CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 21 Work, and shall properly connect and coordinate the Contractor’s Work with theirs. Other utilities, districts, agencies, and contractors who may be working within the project area are: 1. Kennydale Reservoir prime contractor and sub-contractors currently working on the site 2. Puget Sound Energy (gas and electric) 3. AT&T Broadband 4. CenturyLink 5. City of Renton (water, sewer, transportation) 6. Comcast 7. Seattle Public Utilities 8. Soos Creek Sewer and Water District 9. Cedar River Sewer and Water District 10. Skyway Sewer and Water District 11. Private contractors employed by adjacent property owners The Contractor shall coordinate with City of Renton on tying into any existing electrical service cabinet. 1-05.15 Method of Serving Notice Revise the second paragraph to read: (******) All correspondence from the Contractor shall be directed to the Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, shall be in letter format and delivered either via mail delivery service to the Engineer's office or delivered as an attachment to an email, as described below. Notices delivered by email shall be sent to all addresses on a mutually agreed upon list of addresses for the Contractor or the Contracting Agency. The list shall be agreed upon prior to issuance of the “Notice to Proceed with Construction” and shall be maintained by the Engineer. An email is deemed to be received by the end of the next business day following the date and time as recorded by the device used by the sender from which the email was sent. Email notifications shall have a subject line containing at least the project name and the word Notification (Downtown Core Streetscape Phase 1 – Notification). Attachments over 10 megabytes are not allowed. For files over 10 megabytes, a link to a secure file transfer service shall be provided. Confirmation of receipt of email notification shall be provided by the recipient no later than one business day following receipt of the email notification. 1-05.16 Water and Power Section 1-05.16 is a new Section: (******) The Contractor shall make necessary arrangements, and shall bear the costs for power and water necessary for the performance of the Work, unless the Contract includes power and water as a pay item. 1-05.17 Oral Agreements Section 1-05.17 is a new section: (******) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the Contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the Contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 22 1-05.18 Contractor's Daily Diary Section 1-05.18 is a new section: (******) The Contractor and subcontractors shall maintain and provide to the Engineer a Daily Diary Record of this Work. This diary will be created by pen entries in a hardbound diary book of the type that is commonly available through commercial outlets. The diary must contain the Project and Number; if the diary is in loose-leaf form, this information must appear on every page. The diary must be kept and maintained by the Contractor's designated project superintendent(s). Entries must be made on a daily basis and must accurately represent all of the project activities on each day. At a minimum, the diary shall show on a daily basis: 1. The day and date. 2. The weather conditions, including changes throughout the day. 3. A complete description of Work accomplished during the day with adequate references to the Plans and Contract Provisions, so that the reader can easily and accurately identify said Work in the Plans. Identify location/description of photographs or videos taken that day. 4. An entry for each and every changed condition, dispute or potential dispute, incident, accident, or occurrence of any nature whatsoever which might affect the Contractor, the Owner, or any third party in any manner. 5. Listing of any materials received and stored on- or off-site by the Contractor for future installation, to include the manner of storage and protection of the same. 6. Listing of materials installed during each day. 7. List of all subcontractors working on-site during each day. 8. Listing of the number of the Contractor's employees working during each day by category of employment. 9. Listing of the Contractor's equipment working on the site during each day. Idle equipment on the site shall be listed and designated as idle. 10. Notations to explain inspections, testing, stake-out, and all other services furnished by the Owner or other party during each day. 11. Entries to verify the daily (including non-Work days) inspection and maintenance of traffic control devices and condition of the traveled roadway surfaces. The Contractor shall not allow any conditions to develop that would be hazardous to the public. 12. Any other information that serves to give an accurate and complete record of the nature, quantity, and quality of Contractor's progress on each day. 13. Plan markups showing locations and dimensions of constructed features to be used by the Engineer to produce record drawings. 14. All pages of the diary must be numbered consecutively with no omissions in page numbers. 15. Each page must be signed and dated by the Contractor's official representative on the project. The Contractor may use additional sheets separate from the diary book if necessary to provide a complete diary record, but they must be signed, dated, and labeled with project name and number. It is expressly agreed between the Contractor and the Owner that the Daily Diary maintained by the Contractor shall be the “Contractor's Book of Original Entry” for the documentation of any potential claims or disputes that might arise during this contract. Failure of the Contractor to maintain this diary in the manner described above will constitute a waiver of any such claims or disputes by the Contractor. The Engineer or other Owner’s representative on the job site will also complete a Daily Construction Report. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 23 1-06 CONTROL OF MATERIAL 1-06.1 Approval of Materials Prior to Use Section 1-06.1 is supplemented as follows: (******) The materials and equipment lists submitted to the Engineer at the Preconstruction Conference shall include the quantity, manufacturer, and model number, if applicable, of materials and equipment to be installed under the Contract. This list will be checked by the Engineer as to conformity with the Contract Documents. The Engineer will review the lists within 10 working days, noting required corrections. The Contractor shall make required corrections and file 2 corrected copies with the Engineer within one week after receipt of required corrections. The Engineer's review and acceptance of the lists shall not relieve the Contractor from responsibility for suitability for the intended purpose, nor for deviations from the Contract Documents. 1-06.2(1) Samples and Tests for Acceptance Section 1-06.2(1) is supplemented a follows: (******) The finished Work shall be in accordance with approved samples. Approval of samples by the Engineer does not relieve the Contractor of responsibility for performance of the Work in accordance with the Contract Documents. 1-06.2(2) Statistical Evaluation of Materials for Acceptance Section 1-06.02(2) is supplemented by adding the following: (******) Unless stated otherwise in the special provisions, statistical evaluation will not be used by the City of Renton. 1-07 LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC 1-07.1 Laws to be Observed Section 1-07.1 is supplemented as follows: (******) The Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the Work, all necessary safeguards for protection of workers and the public; shall post danger signs warning against known or unusual hazards; and shall designate as Safety Supervisor, a responsible employee on the construction site whose duty shall be the enforcement of safety. The name and position of such person so designated shall be reported in writing to the Engineer by the Contractor. The Contractor shall, at all times, enforce strict discipline and good order among all employees and shall not employ any person unfit or not skilled in the Work assigned to him/her. Necessary sanitation conveniences for the use of the workers on the job, properly secluded from public observation, shall be provided and maintained by the Contractor. In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well-known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 24 and make known to all employees, procedures for ensuring immediate removal to a hospital or doctor’s care, and persons, including employees, who may have been injured on the project site. Employees should not be permitted to Work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor’s care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor’s plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the Work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor’s performance does not, and shall not, be intended to include review and adequacy of the Contractor’s safety measures, in, on, or near the project site. In response to COVID-19, the Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP) in conformance with Section 1-07.4 and the Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements. A copy of the CHSP developed by the Contractor shall be submitted to the Engineer as a Type 2 Working Drawing. 1-07.2 State Sales Tax Delete this section, including its sub-sections, in its entirety and replace it with the following: (******) 1-07.2(1) General The Washington State Department of Revenue has issued special rules on the state sales tax. Sections 1-07.2(1) through 1-07.2(4) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(3) describes this exception. The Contracting Agency will pay the retained percentage only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.050). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper state fund 1-07.2(2) State Sales Tax – Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 25 States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as part of the street or road drainage system, and power lines when such are part of the roadway lighting system. For Work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the Work. 1-07.2(2) State Sales Tax – Rule 170 WAC 458-20-170, and its related rules, applies to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to; the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For Work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(4) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). 1-07.4 Sanitation 1-07.4(2) Health Hazards Section 1-07.4(2) is supplemented as follows: (******) COVID-19 Health and Safety Plan (CHSP) The Contractor shall prepare a project specific COVID-19 Health and Safety Plan (CHSP). The CHSP shall be prepared and submitted as a Type 2 Working Drawing prior to beginning physical Work. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 26 The Contractor shall update and resubmit the CHSP as the work progresses and new activities appear on the look ahead schedule required under Section 1-08.3(2)D. If the conditions change on the project, or a particular activity, the Contractor shall update and resubmit the CHSP. Work on any activity shall cease if conditions prevent full compliance with the CHSP. The CHSP shall address the health and safety of all people associated with the project including Contracting Agency workers in the field, Contractor personnel, consultants, project staff, subcontractors, suppliers and anyone on the project site, staging areas, or yards. The plan shall address all elements of the Washington State Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements. COVID-19 Health and Safety Plan (CHSP) Inspection The Contractor shall grant full and unrestricted access to the Contracting Agency for CHSP Inspections. The Contracting Agency will conduct periodic compliance inspections on the project site, staging areas, or yards to verify that any ongoing work activity is following the CHSP plan. If the Contracting Agency becomes aware of a noncompliance incident either through a site inspection or other means, the Contractor will be notified immediately. The Contractor shall immediately remedy the noncompliance incident or suspend all or part of the associated work activity. If a suspension is necessary the Contractor shall satisfy the Contracting Agency that the noncompliance incident has been corrected before the suspension will end. 1-07.6 Permits and Licenses Section 1-07.6 is supplemented as follows: (******) The Contractor shall ensure that all necessary permits are obtained, and is responsible for reviewing all permits to become familiar with the requirements. The Contractor and all subcontractors of any tier must obtain a City of Renton Business License (Contractor). The permits, easements, and right of entry documents that have been acquired are available for inspection and review. The Contractor shall be required to comply with all conditions of the permits, easements, and rights of entry, at no additional cost to the Owner. The Contractor is required to indemnify the Owner from claims on all easements and rights of entry. All other permits, licenses, etc., shall be the responsibility of the Contractor. The Contractor shall comply with the special provisions and requirements of each. Permits, permission under franchises, licenses and bonds of a temporary nature necessary for and during the prosecution of the Work, and inspection fees in connection therewith shall be secured and paid for by the Contractor. If the Owner is required to secure such permits, permission under franchises, licenses and bonds, and pay the fees, the costs incurred by the Owner thereby shall be charged against the Contractor and deducted from any funds otherwise due the Contractor. The Contractor is cautioned to review all permits and other Contract Documents and schedule the work activities appropriately to complete the work within the number of days stated in the Contract CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 27 Document. No additional compensation or extensions to time will be granted to the Contractor due to the time constraints imposed by such documents. The Contractor shall assume all responsibility for meeting all requirements of all permits. Any fines or penalties incurred by Contracting Agency for not meeting state water quality standards and/or lack of stormwater pollution prevention on this Project shall be deducted from monies otherwise due to Contractor. Any fines assessed directly to Contractor shall be paid directly to the fining authority, at the Contractor’s own cost. 1-07.9 Wages 1-07.9(5) Required Documents Delete the first sentence of the third paragraph, and replace it with the following: (******) The Contractor must submit weekly-certified payrolls for the Contractor and all subcontractors and lower tier subcontractors, regardless of project’s funding source. 1-07.11 Requirements for Non-Discrimination 1-07.11(11) City of Renton Affidavit of Compliance Section 1-07.11(11) is new: (******) Each Contractor, Subcontractor, Consultant, and or Supplier shall complete and submit a copy of the “City of Renton Fair Practices Policy Affidavit of Compliance”. A copy of this document will be bound in the bid documents. 1-07.12 Federal Agency Inspection Section 1-07.12 is supplemented with the following: (******) Required Federal Aid Provisions The Required Contract Provisions Federal Aid Construction Contracts (FHWA 1273) and the amendments thereto supersede any conflicting provisions of the Standard Specifications and are made a part of this contract; provided, however, that if any of the provisions of FHWA 1273, as amended, are less restrictive than Washington State Law, then the Washington State Law shall prevail. The provisions of FHWA 1273, as amended, included in this contract require that the Contractor insert the FHWA 1273 and amendments thereto in each subcontract, together with the wage rates which are part of the FHWA 1273, as amended. Also, a clause shall be included in each subcontract requiring the subcontractors to insert the FHWA 1273 and amendments thereto in any lower tier subcontracts, together with the wage rates. The Contractor shall also ensure that this Section, REQUIRED FEDERAL AID PROVISIONS, is inserted in each subcontract for subcontractors and lower tier subcontractors. For this purpose, upon request to the Project Engineer, the Contractor will be provided with extra copies of the FHWA 1273, the amendments thereto, the applicable wage rates, and this Special Provision. 1-07.13 Contractor’s Responsibility for Work 1-07.13(1) General Section 1-07.13(1) is supplemented as follows: (******) During unfavorable weather and other conditions, the Contractor shall pursue only such portions of the Work as shall not be damaged thereby. No portion of the Work whose satisfactory quality or efficiency will be affected by unfavorable conditions shall be constructed while these conditions exist, unless the Contractor shall be able to overcome said unfavorable conditions by special means or precautions acceptable to the Engineer. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 28 1-07.15 Temporary Water Pollution/Erosion Control Delete the first paragraph, and replace it with the following: (******) The Contractor shall perform all Work in strict accordance with all Federal, State, and local laws and regulations governing waters of the State, as well as permits acquired for the project. The Contractor shall prepare a final Temporary Water Pollution/Erosion Control Plan (TWPECP) and a final SWPPP. The TWPECP and SWPPP shall be developed in accordance with the erosion control standards contained in the 2010 City of Renton Amendments to the King County Surface Water Design Manual. The plan shall include any assumptions, detailed calculations, sketches and sequencing. The plan shall be signed and stamped by a Washington State Professional Engineer. A TESC supervisor shall be designated by the Contractor, whose name and phone number shall be given to the Engineer at the Preconstruction Conference. The TESC supervisor must be CESCL certified in accordance with NPDES permit requirements. The plan shall be submitted for approval to the City within 10 days of the Notice of Award. The TWPECP shall include the various configurations that may be necessary to adequately control erosion and sediment at the site during the various stages of construction. Design of dewatering, water control, bypass systems, and temporary erosion and sediment control during construction shall be the responsibility of the Contractor. At a minimum, the plan shall contain: 1. Manufacturer’s data and detailed plans for the erosion control products specified in the plan. 2. Plan for temporary pipe system diversions. This shall include a description of when the piping will be used, pipe material, locations, elevations, plan and profile views, inlet and outlet protection, hydraulic capacity, and details of important design features. 3. Plan for collecting, pumping and pipe surface stormwater runoff, dewatering discharge, and seepage from the source to the Baker Tank or acceptable discharge. The plan shall be shown in phases to coincide with the phases of construction. The plan shall include: a. Layout and details of system. b. Diversion systems manufacturer’s data and material submittals. c. Pump and pipe types, sizes, manufacturer’s data, and design criteria for pump sizing. d. Flow calculations for stormwater, seepage, and dewatering pump discharge. Schedule and sketch of location for dewatering systems. Pumps shall be sized to pump stormwater runoff for the tributary area plus an allowance for groundwater and surface seepage. Each pump area location shall be equipped with two pumps meeting the capacity requirement, in case one is non-operational. e. Source of power for pumps, description of schedule and fueling requirements, storage location, and methods. 4. Manufacturer’s literature and test results (certificates) on the temporary silt fence, erosion control matting, riprap gradations, and any other necessary erosion control materials. 5. Planned installation and maintenance schedule for temporary erosion and sedimentation control facilities. Indicate locations and outlets of dewatering systems. The Contractor shall also prepare a final SWPPP. The SWPPP must meet the requirements of the Department of Ecology’s NPDES and State Waste Discharge General Permit for Stormwater Discharges Associated With Construction Activity (General Permit). The SWPPP shall include and CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 29 modify as necessary the Site Preparation and Erosion Control Plan drawings provided as part of the Contract Plans. The Contractor shall prepare, review, and modify the SWPPP as necessary to be consistent with the actual work schedule, sequencing, and construction methods that will be used on the project. The Contractor’s SWPPP shall meet the requirements of the general permit. The Contractor shall:  Furnish, install, operate, and maintain necessary machinery, appurtenances, and equipment to keep excavations free of water during construction;  Dewater and dispose of water in a manner that will not cause injury to public and private property, as well as keep sediment-laden water from entering the City surface water system or violate applicable water standards;  Keep sufficient pumping equipment and machinery on hand at all times for emergencies, including electric power failures;  Keep experienced personnel available at all times to operate pumping equipment, machinery and appliances;  Not shut down dewatering systems between shifts, on holidays and weekends, nor during work stoppages without prior authorization by the Engineer;  Control groundwater to prevent softening of bottoms of excavations, or formation of “quick” conditions or “boils”;  Design and operate dewatering system that will not remove natural soils;  Keep excavations free of water during excavation, construction of structures, installation of pipelines, placing of structures, backfill, and placing and curing of concrete; and  Control surface water runoff to prevent entry and collection in excavations. As construction progresses and unexpected or seasonal conditions dictate, the Contractor shall anticipate that more water pollution/erosion control measures will be necessary. It shall be the obligation and responsibility of the Contractor to revise or supplement the pollution/erosion control measures as may be needed to protect the work, adjacent properties, storm drains, streams, and other water bodies. At all times, there must be material on the job site to handle any spills caused by the Contractor, such as tack, oils, diesel, etc. Materials would include, but not be limited to, oil absorbent pads and “kitty litter.” The Contractor must supply said materials at his expense and, in the event of a spill, be responsible for cleanup and disposal of contaminated materials. In addition, the SWPPP shall outline the procedures to be used to prevent high pH stormwater or dewatering water from entering surface waters. The plan shall include how the pH of the water will be maintained between pH 6.5 and pH 8.5 prior to being discharged from the project or entering surface waters. Prior to beginning any concrete or grinding work, the Contractor shall submit the plan, for the Engineer’s review and approval. An Ecology template is available to the Contractor for producing the SWPPP, using project- specific information added by the Contractor. The template and instructions are available at: http://www.ecy.wa.gov/programs/wq/stormwater/construction. The Engineer’s review and any resulting approval of the Contractor’s SWPPP and TESCP will be only regarding conformance with the specification requirement that the Contractor have the plans prepared by a CPESC or professional Civil Engineer who has expertise in the type of facilities and that the SWPPP and TESCP include the items specified for such plans. The Contractor shall be solely responsible for the adequacy of the SWPPP and TESCP and if erosion sediment, and other pollutant CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 30 control measures in deviation or addition to those described in the SWPPP become necessary to minimize erosion and prevent storm water contamination from sediment and other pollutants, the Contractor shall prepare and submit a revised SWPPPP to the Engineer for review as specified for the original plan. The Owner will not be liable to the Contractor for failure to accept all or any portion of an originally submitted or revised SWPPP, nor for any delays to the Work due to the Contractor’s failure to submit and implement an acceptable SWPPP. 1-07.16 Protection and Restoration of Property 1-07.16(1) Private/Public Property Section 1-07.16(1) is supplemented by adding the following: (******) The Contracting Agency will obtain all easements and franchises required for the project. The Contractor shall limit his operation to the areas obtained and shall not trespass on private property. The Contracting Agency may provide certain lands, as indicated in connection with the Work under the Contract together with the right of access to such lands. The Contractor shall not unreasonably encumber the premises with his equipment or materials. The Contractor shall provide, with no liability to the Contracting Agency, any additional land and access thereto not shown or described that may be required for temporary construction facilities or storage of materials. He shall construct all access roads, detour roads, or other temporary Work as required by his operations. The Contractor shall confine his equipment, storage of material, and operation of his workers to those areas shown and described and such additional areas as he may provide. A. General. All construction Work under this contract on easements, right-of-way, over private property or franchise, shall be confined to the limits of such easements, right-of-way or franchise. All Work shall be accomplished so as to cause the least amount of disturbance and a minimum amount of damage. The Contractor shall schedule his Work so that trenches across easements shall not be left open during weekends or holidays and trenches shall not be open for more than 48 hours. B. Structures. The Contractor shall remove such existing structures as may be necessary for the performance of the Work and, if required, shall rebuild the structures thus removed in as good a condition as found. He shall also repair all existing structures that may be damaged as a result of the Work under this contract. C. Easements, cultivated areas and other surface improvements. All cultivated areas, either agricultural or lawns, and other surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition. Prior to excavation on an easement or private right-of-way, the Contractor shall strip topsoil from the trench or construction area and stockpile it in such a manner that it may be replaced by him, upon completion of construction. Ornamental trees and shrubbery shall be carefully removed with the earth surrounding their roots wrapped in burlap and replanted in their original positions within 48 hours. All shrubbery or trees destroyed or damaged, shall be replaced by the Contractor with material of equal quality at no additional cost to the Contracting Agency. In the event that it is necessary to trench through any lawn area, the sod shall be carefully cut and rolled and replaced after the trenches have been backfilled. The lawn area shall be cleaned by sweeping or other means, of all earth and debris. The Contractor shall use rubber wheel equipment similar to the small tractor-type backhoes used by side sewer contractors for all Work, including excavation and backfill, on easements or rights-of-way, which have lawn areas. All fences, markers, mailboxes, or other temporary obstacles shall be CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 31 removed by the Contractor and immediately replace, after the trench is backfilled, in their original position. The Contractor shall notify the Contracting Agency and Property Owner at least 24 hours in advance of any Work done on easements or rights-of-way. Damage to existing structures outside of easement areas that may result from dewatering and/or other construction activity under this contract shall be restored to their original condition or better. The original condition shall be established by photographs taken and/or inspection made prior to construction. All such Work shall be done to the satisfaction of the Property Owners and the Contracting Agency at the expense of the Contractor. D. Streets. The Contractor will assume all responsibility of restoration of the surface of all streets (traveled ways) used by him if damaged. In the event the Contractor does not have labor or material immediately available to make necessary repairs, the Contractor shall so inform the Contracting Agency. The Contracting Agency will make the necessary repairs and the cost of such repairs shall be paid by the Contractor. The Contractor is responsible for identifying and documenting any damage that is pre-existing or caused by others. Restoration of excavation in City streets shall be done in accordance with the City of Renton Trench Restoration Requirements, which is available at the Public Works Department Customer Services counter on the 6th floor, Renton City Hall, 1055 South Grady Way. 1-07.17 Utilities and Similar Facilities Section 1-07.17 is supplemented by adding: (******) Existing utilities indicated in the Plans have been plotted from the best information available to the Engineer. Information and data shown or indicated in the Contract Documents with respect to existing underground utilities or services at or contiguous to the project site are based on information and data furnished to the Owner and the Engineer by owners of such underground facilities or others, and the Owner and the Engineer do not assume responsibility for the accuracy or completeness thereof. It is to be understood that other aboveground or underground facilities not shown in the Plans may be encountered during the course of the Work. All utility valves, manholes, vaults, or pull boxes which are buried shall be conspicuously marked in a fashion acceptable to the Owner and the Engineer by the Contractor to allow their location to be determined by the Engineer or utility personnel under adverse conditions, (inclement weather or darkness). Where underground main distribution conduits, such as water, gas, sewer, electric power, or telephone, are shown on the Plans, the Contractor, for the purpose of preparing his bid, shall assume that every property parcel will be served by a service connection for each type of utility. The Contractor shall check with the utility companies concerning any possible conflict prior to commencing excavation in any area. The Contractor shall resolve all crossing and clearance problems with the utility company concerned. No excavation shall begin until all known facilities, in the vicinity of the excavation area, have been located and marked. In addition to the Contractor having all utilities field marked before starting Work, the Contractor shall have all utilities field marked after they are relocated in conjunction with this project. Call Before You Dig The 48-Hour Locators 1-800-424-5555 At least 2 and not more than 10 working days prior to commencing any excavations for utility potholing or for any other purpose under this Contract, the Contractor shall notify the Underground Utilities Location Center by telephone of the planned excavation and progress schedule. The Contractor is also CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 32 warned that there may be utilities on the project that are not part of the One Call system. They must be contacted directly by the Contractor for locations. The Contractor shall make arrangements 48 hours in advance with respective utility owners to have a representative present when their utility is exposed or modified, if the utility chooses to do so. Existing utilities for telephone, power, gas, water, and television cable facilities shall be adjusted or relocated by the appropriate utility company unless otherwise noted in the Plans. These adjustments may be completed before the Contractor begins Work, or may be performed in conjunction with the Contract Work. The Contractor shall be entirely responsible for coordination with the utility companies and arranging for the movement or adjustment, either temporary or permanent, of their facilities within the project limits. See also Section 1-05.14 of these Special Provisions. If or when utility conflicts occur, the Contractor shall continue the construction process on other aspects of the project whenever possible. No additional compensation will be made to the Contractor for reason of delay caused by the actions of any utility company, and the Contractor shall consider such costs to be incidental to the other items of the Contract. Utility Potholing Potholing may be included as a bid item for use in determining the location of existing utilities in advance of the Contractor's operations. If potholing is not included as a bid item then it shall be considered incidental to other Work. The Contractor shall submit all potholing requests to the Engineer for approval, at least 2 working days before potholing is scheduled. Additionally, the Contractor shall provide potholing at the Engineer's request. In no way shall the Work described under Utility Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. 1-07.17(1) Site Specific Potholing Section 1-07.17(1) is a new section: (******) Site Specific Potholing is intended to be additional potholing as directed by the Engineer, which is in addition to potholing included as incidental for utility installation. Where underground utilities are found to be in the way of construction, such condition shall not be deemed to be a changed or differing site condition, and if necessary, pipe alignment or grade shall be modified. No payment will be made unless potholing has been performed prior to trench excavation, and witnessed by the Engineer. Different utilities may be found to occupy a common trench. Any two or more utilities separated by 3 feet or less shall constitute one locate. Where multiple utilities exist in close proximity, the Contractor shall be paid for one locate for every 5 feet of exploration trench. The quantity for this item is included to provide a common proposal for bid purposes. The actual quantity used in construction may vary from that amount. The unit price will not be adjusted if the actual quantity used varies by more than 25 percent. The contractor shall perform for this potholing a minimum of five working days prior to crossing to allow for potential revisions. The contractor shall not have cause for claim of down-time or any other additional costs associated with ‘waiting’ if the owner provides design revisions (related to the information supplied per this section) within three working days after the contractor provides the surveyed elevations. In no way shall the Work described under Site Specific Potholing relieve the Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 33 elsewhere in the Contract Documents. 1-07.17(3) Interruption of Services Section 1-07.17(3) is a new section: (******) Whenever in the course of the construction operation it becomes necessary to cause an outage of utilities, it shall be the Contractor's responsibility to notify the affected users and the Engineer not less than 48 hours in advance of such outage. The Contractor shall make reasonable effort to minimize the duration of outages, and shall estimate the length of time service will be interrupted and so notify the users. In the case of any utility outage that has exceeded or will exceed four hours, user contact shall again be made. Temporary service, if needed, will be arranged by the Contractor at no cost to the Owner. Water service interruptions, shut-offs, and connections shall be in accordance with Section 7-09. Overhead lighting outages shall not exceed 24 hours. All cost to the Contractor for providing temporary overhead lighting to meet above requirements shall be incidental to the various unit and Lump sum items of the Contract; no separate payment will be made. In the event on an unplanned interruption of service, the Contractor shall be responsible for notifying the utility owner and customer immediately. The Contractor shall be solely responsible for repairing any broken utilities and/or services in a timely manner. 1-07.17(4) Resolution of Utility Conflicts (******) Section 1-07.17(4) is a new section: In no way shall the work described under Resolution of Utility Conflicts relieve Contractor of any of the responsibilities described in Section 1-07.17 of the Standard Specifications and Special Provisions, and elsewhere in the Contract Documents. If or when utility conflicts occur, Contractor shall continue the construction process on other aspects of the project whenever possible. If “Resolution of utility conflicts” is included as a bid item in Section 1-09.14, it shall be used to resolve any new identified utility conflicts not otherwise shown on the Contract Drawing or Specifications that are identified during the course of construction. 1-07.18 Public Liability and Property Damage Insurance Section 1-07.18 Delete this section in its entirety and replace with the following:: (******) 1-07.18(1) General The Contractor shall obtain and maintain in full force and effect, from the Contract Execution Date to the Completion Date, public liability and property damage insurance with an insurance company(ies) or through sources approved by the State Insurance Commissioner pursuant to RCW 48. The Contractor shall not begin work under the Contract until the required insurance has been obtained and approved by the Contracting Agency. Insurance shall provide coverage to the Contractor, all subcontractors, Contracting Agency and the Contracting Agency's consultant. The coverage shall protect against claims for bodily injuries, personal injuries, including accidental death, as well as claims for property damages which may arise from any act or omission of the Contractor or the subcontractor, CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 34 or by anyone directly or indirectly employed by either of them. If warranted work is required the Contractor shall provide the City proof that insurance coverage and limits established under the term of the Contract for work are in full force and effect during the period of warranty work. The Contracting Agency may request a copy of the actual declaration pages(s) for each insurance policy effecting coverage(s) required on the Contract prior to the date work commences. Failure of the Contractor to fully comply during the term of the Contract with the requirements described herein will be considered a material breach of contract and shall be caused for immediate termination of the Contract at the option of the Contracting Agency. All costs for insurance shall be incidental to and included in the unit or Lump Sum prices of the contract and no additional payment will be made. 1-07.18(2) Coverages All coverage provided by the Contractor shall be in a form and underwritten by a company acceptable to the Contracting Agency. The City requires that all insurers: 1. Be licensed to do business within the State of Washington. 2. Coverage to be on an "occurrence" basis (Professional Liability and Pollution coverage are acceptable when written on a claims-made basis). The City may also require proof of professional liability coverage be provided for up to two (2) years after the completion of the project. 3. The City may request a copy of the actual declaration page(s) for each insurance policy affecting coverage(s) required by the Contract prior to the date work commences. 4. Possess a minimum A.M. best rating of AVII (A rating of A XII or better is preferred.) If any insurance carrier possesses a rating of less than AVII, the City may make an exception. The City reserves the right to approve the security of the insurance coverage provided by the insurance company(ies), terms, conditions, and the Certificate of Insurance. Failure of the Contractor to fully comply during the term of the Contract with these requirements will be considered a material breach of contract and shall be cause for immediate termination of the contract at the option of the City. The Contractor shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance, the City of Renton shall not be deemed or construed to have assessed the risks that may be applicable to the Contractor. The Contractor shall assess its own risks and if it deems appropriate and/or prudent, maintain higher limits and/or broader coverage. Coverage shall include: A. Commercial General Liability - ISO 1993 Form or equivalent. Coverage will be written on an occurrence basis and include:  Premises and Operations (including CG2503; General Aggregate to apply per project, if applicable)  Explosion, Collapse, and Underground Hazards.  Products/Completed Operations  Contractual Liability (including Amendatory Endorsement CG 0043 or equivalent which includes defense coverage assumed under contract)  Broad Form Property Damage  Independent Contractors  Personal/Advertising Injury  Stop Gap Liability CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 35 B. Automobile Liability including all  Owned Vehicles  Non-Owned Vehicles  Hired Vehicles C. Workers' Compensation  Statutory Benefits (Coverage A) - Show Washington Labor & Industries Number D. Umbrella Liability (when necessary)  Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. E. Professional Liability - (whenever the work under this Contract includes Professional Liability, including Advertising activities) the (CONTRACTOR) shall maintain professional liability covering wrongful acts, errors and/or omissions of the (CONTRACTOR) for damage sustained by reason of or in the course of operations under this Contract. F. Pollution Liability - the City may require this coverage whenever work under this Contract involves pollution risk to the environment. This coverage is to include sudden and gradual coverage for third party liability including defense costs and completed operations. Contractor shall name City of Renton, and its officers, officials, agents, employees and volunteers as Additional Insured (ISO Form CG 2010 or equivalent). The Contractor shall provide City of Renton Certificates of Insurance prior to commencement of work. The City reserves the right to request copies of insurance policies, if at their sole discretion it is deemed appropriate. Further, all policies of insurance described above shall: A. Be on a primary basis not contributory with any other insurance coverage and/or self- insurance carried by City of Renton. B. Include a Waiver of Subrogation Clause. C. Severability of Interest Clause (Cross Liability) D. The Contractor shall provide the Contracting Agency and all Additional Insured’s with written notice of any policy cancellation, within two business days of their receipt of such notice. E. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. 1-07.18(3) Limits LIMITS REQUIRED Providing coverage in these stated amounts shall not be construed to relieve the Contractor from liability in excess of such limits. The Contractor shall carry the following limits of liability as required below: Commercial General Liability General Aggregate* $2,000,000 ** Products/Completed Operations Aggregate $2,000,000 ** Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $50,000 Medical Payments (Any One Person) $5,000 Stop Gap Liability $1,000,000 * General Aggregate to apply per project (ISO Form CG2503 or equivalent) CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 36 **Amount may vary based on project risk Automobile Liability Bodily Injury/Property Damage $1,000,000 (Each Accident) Workers' Compensation Statutory Benefits - Coverage A Variable (Show Washington Labor and Industries Number) Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 Professional Liability (If required) Each Occurrence/ Incident/Claim $1,000,000 Aggregate $2,000,000 Pollution Liability (If required) to apply on a per project basis Per Loss $1,000,000 Aggregate $1,000,000 The City may require the Contractor to keep professional liability coverage in effect for up to two (2) years after completion of the project. The Contractor shall promptly advise the CITY OF RENTON in the event any general aggregates are reduced for any reason, and shall reinstate the aggregate at the Contractor’s expense to comply with the minimum limits and requirements as stated above and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 1-07.18(4) Evidence of Insurance: Within 20 days of award of the Contract, the Contractor shall provide evidence of insurance by submitting to the Contracting Agency the Certificate of Insurance (ACORD Form 25s or equivalent) conforming to items as specified in Sections 1-07.18(1), 1-07.18(2), and 1-07.18(3) as revised above. Other requirements are as follows: A. Strike the following or similar wording: "This Certificate is issued as a matter of information only and confers no rights upon the Certificate Holder". B. Strike the wording regarding cancellation notification to the City: "Failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representatives". C. Amend the cancellation clause to state: "Should any of the above described policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions." For Professional Liability coverage only, instead of the cancellation language specified above, the City will accept a written agreement that the consultant's broker will provide the required notification. 1-07.22 Use of Explosives Section 1-07.22 is supplemented by the following: (******) Explosives shall not be used without specific authority of the Engineer, and then only under such restrictions as may be required by the proper authorities. Explosives shall be handled and used in strict compliance with WAC 296-52 and such local laws, rules and regulations that may apply. The individual in charge of the blasting shall have a current Washington State Blaster Users License. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 37 The Contractor shall obtain, comply with, and pay for such permits and costs as are necessary in conjunction with blasting operations. 1-07.23 Public Convenience and Safety 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: (******) To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the Work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, driveways, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor’s operations shall be repaired at the Contractor’s expense. Deficiencies not caused by the Contractor’s operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency’s expense. The Contractor shall also maintain roads, streets, sidewalks, driveways, and paths adjacent to the project limits when affected by the Contractor’s operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency’s expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the Work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the Work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency’s expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require Work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency’s expense, except those damaged due to the Contractor’s operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency’s expense when approved by the Engineer, except when flow is impaired due to the Contractor’s operations. Section 1-07.23(1) is supplemented by adding the following: (******) The Contractor shall be responsible for controlling dust and mud within the project limits and on any street, which is utilized by his equipment for the duration of the project. The Contractor shall be prepared to use watering trucks, power sweepers, and other pieces of equipment as deemed necessary by the Engineer, to avoid creating a nuisance. Dust and mud control shall be considered as incidental to the project and no compensation will be made for this section. Complaints of dust, mud, or unsafe practices and/or property damage to private ownership will be CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 38 transmitted to the Contractor and prompt action in correcting them will be required by the Contractor. The Contractor shall maintain the roads during construction in a suitable condition to minimize affects to vehicular and pedestrian traffic. All cost to maintain the roads shall be borne by the Contractor. At least one-way traffic shall be maintained on all cross-streets within the project limits during working hours. One lane shall be provided in each direction for all streets during non-working hours. The Contractor shall provide one drivable roadway lane and maintain convenient access for local and commuter traffic to driveways, businesses, and buildings along the line of Work throughout the course of the project. Such access shall be maintained as near as possible to that which existed prior to the commencement of construction. This restriction shall not apply to the paving portion of the construction process. The Contractor shall notify and coordinate with all property owners and tenants of street closures, or other restrictions which may interfere with their access at least 24 hours in advance for single-family residential property, and at least 48 hours in advance for apartments, offices, and commercial property. The Contractor shall give a copy of all notices to the Engineer. When the abutting owners’ access across the right-of-way line is to be eliminated and replaced under the Contract by other access, the existing access shall not be closed until the replacement access facility is available. All unattended excavations shall be properly barricaded and covered at all times. The Contractor shall not open any trenches that cannot be completed and refilled that same day. Trenches shall be patched or covered by a temporary steel plate, at the Contractor’s expense, except in areas where the roadway remains closed to public traffic. Steel plates must be anchored. 1-07.23(2) Construction and Maintenance of Detours (******) Revise the first paragraph to read: Unless otherwise approved, the Contractor shall maintain two-way traffic during construction. The Contractor shall build, maintain in a safe condition, keep open to traffic, and remove when no longer needed: 1. Detours and detour bridges that will accommodate traffic diverted from the roadway, bridge, sidewalk, driveway, or path during construction, 2. Detour crossings of intersecting highway, and 3. Temporary approaches. 1-07.24 Rights-of-Way Delete this section in its entirety, and replace it with the following: (******) Street right-of-way lines, limits of easements, and limits of construction permits are indicated on the Drawings. The Contractor’s construction activities shall be confined within these limits unless arrangements for use of private property are made. Generally, the Contracting Agency will have obtained, prior to bid opening, all rights-of-way and easements, both permanent and temporary, necessary for carrying out the completion of the Work. Exceptions to this are noted in the Contract Documents or brought to the Contractor’s attention by a duly issued addendum. Whenever any of the Work is accomplished on or through property other than public right-of-way, the Contractor shall meet and fulfill all covenants and stipulations of any easement agreement obtained CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 39 by the Contracting Agency from the owner of the private property. Copies of the easement agreements are included in the Contract Provisions or made available to the Contractor as soon as practical after they have been obtained by the Engineer. Whenever easements or rights-of-entry have not been acquired prior to advertising, these areas are so noted on the Drawings. The Contractor shall not proceed with any portion of the Work in areas where right-of-way, easements, or rights-of-entry have not been acquired until the Engineer certifies to the Contractor that the right-of-way or easement is available or that the right-of-entry had been received. If the Contractor is delayed due to acts of omission on the part of the Contracting Agency in obtaining easements, rights of entry of right-of-way, the Contractor will be entitled to an extension of time. The Contractor agrees that such delay shall not be a breach of contract. Each property owner shall be given 48 hours notice prior to entry by the Contactor. This includes entry onto easements and private property where private improvements must be adjusted. The Contractor shall be responsible for providing, without expense or liability of the Contracting Agency, any additional land and access thereto that the Contractor may desire for temporary construction facilities, storage of materials, or other Contractor needs. However, before using any private property, whether adjoining the Work or not, the Contractor shall file with the Engineer a written permission of the private property owner, and, upon vacating the premises, a written release from the property owner of each property disturbed or otherwise interfered with by reasons of construction pursued under this Contract. The statement shall be signed by the private property owner, or proper authority acting for the owner of the private property affected, stating that permission has been granted to use the property and all necessary permits have been obtained or, in the case of a release, that the restoration of the property has been satisfactorily accomplished. The statement shall include the parcel number, address and date of signature. Written releases must be filed with the Engineer before the Completion Date will be established. 1-07.28 Confined Space Entry Section 1-07.28 is new: The Contractor shall: 1. Review and be familiar with the City’s Public Works Confined Space Entry Program. 2. Review documented information about the City confined spaces in which entry is intended as listed and described in the City’s Attribute and Map Book. This information includes identified hazards for each permit-required confined space. 3. Each contractor shall have their own confined space entry program. Upon request of the City they will provide a statement confirming they are in compliance with their confined space entry program including requirements for confined space training for employees associated with the project in Renton. 4. Be responsible for following all confined space requirements established by the provisions in WAC 296-809 and its chapters. 5. Coordinate entry operations with the City of Renton when employees from the contractor will be working in or near City confined spaces. 6. Discuss entry operations with the City of Renton including the program followed during confined space entry. 7. Debrief the City on any hazards confronted or created at the completion of entry operations. 8. Place signs stating, “Danger, Follow Confined Space Entry Procedure before Entering” at each confined space to be entered. Never leave the confined space open and unattended. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 40 The contractor’s or consultant’s point of contact with the City in regard to confined space entry will be the City’s assigned construction inspector. 1-08 PROSECUTION AND PROGRESS 1-08.0 Preliminary Matters Section 1-08.0 is a new section with subsection: (******) 1-08.0(1) Preconstruction Conference Section 1-08.0(1) is a new subsection: (******) The Engineer will furnish the Contractor with copies of the Contract Documents per Section 1-02.2 “Plans and Specifications”. Additional documents may be furnished upon request at the cost of reproduction. Prior to undertaking each part of the Work the Contractor shall carefully study and compare the Contract Documents, and check and verify pertinent figures shown therein and all applicable field measurements. The Contractor shall promptly report in writing to the Engineer any conflict, error or discrepancy, which the Contractor may discover. After the Contract has been executed, but prior to the Contractor beginning the Work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The Contractor shall prepare and submit at the preconstruction meeting:  Contractor's plan of operation and progress schedule (3+ copies)  Approval of qualified subcontractors (bring list of subcontractors if different from list submitted with bid)  List of materials fabricated or manufactured off the project  Material sources on the project  Names of principal suppliers  Detailed equipment list, including “Rental Rate Blue Book” hourly costs (both working and standby rates)  Weighted wage rates for all employee classifications anticipated to be used on Project  Cost percentage breakdown for lump sum bid item(s)  Shop Drawings (bring preliminary list)  Traffic Control Plans (3+ copies)  Temporary Water Pollution/Erosion Control Plan In addition, the Contractor shall be prepared to address: Bonds and insurance Project meetings – schedule and responsibilities Provision for inspection for materials from outside sources Responsibility for locating utilities Responsibility for damage Time schedule for relocations, if by other than the Contractor Compliance with Contract Documents Acceptance and approval of Work Labor compliance, payrolls, and certifications Safety regulations for the Contractors’ and the Owner's employees and representatives Suspension of Work, time extensions Change order procedures Progress estimates, procedures for payment Special requirements of funding agencies Construction engineering, advance notice of special Work CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 41 Any interpretation of the Contract Documents requested by the Contractor Any conflicts or omissions in Contract Documents Any other problems or questions concerning the Work Processing and administration of public complaints Easements and rights-of-entry Other contracts The franchise utilities may be present at the preconstruction conference, and the Contractor should be prepared for their review and discussion of progress schedule and coordination. 1-08.0(2) Hours of Work Section 1-08.0(2) is a new subsection: (******) Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the Contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day Work week. The normal straight time 8-hour working period for the Contract shall be established at the preconstruction conference or prior to the Contractor commencing the Work. If a Contractor desires to perform Work before 7:00 a.m. or after 5:00 p.m. on any day, the Contractor shall apply in writing to the Engineer for permission to Work such times. Permission to Work longer than an 8-hour period between 7:00 a.m. and 5:00 p.m. is required. Such requests shall be submitted to the Engineer no later than noon on the working day prior to the day for which the Contractor is requesting permission to Work. Permission to Work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 7:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue Work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency’s noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor’s operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to Work Saturdays, Sundays, holidays or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or the Engineer. These conditions may include but are not limited to: requiring the Engineer or such assistants as the Engineer may deem necessary to be present during the Work; requiring the Contractor to reimburse the Contracting Agency for the cost of engineering salaries paid Contracting Agency employees who worked during such times; considering the Work performed on Saturdays, Sundays, and holidays as working days with regards to the Contract Time; and considering multiple Work shifts as multiple working days with respect to Contract Time even though the multiple shifts occur in a single 24-hour period. Assistants may include, but are not limited to, survey crews; personnel from the material testing labs; inspectors; and other Contracting Agency employees when in the opinion of the Engineer such Work necessitates their presence. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 42 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees Section 1-08.0(3) is a new subsection: (******) Where the Contractor elects to Work on a Saturday, Sunday, holiday, or longer than an 8-hour Work shift on a regular working day, as defined in the Standard Specifications, such Work shall be considered as overtime Work. On all such overtime Work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. The Contractor shall reimburse the Contracting Agency for the full amount of the straight time plus overtime costs for employees and representative(s) of the Contracting Agency required to work overtime hours. The Contractor by these Specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due the Contractor. 1-08.1 Subcontracting Revise the second paragraph to read: The Contractor shall not subcontract Work unless the Engineer approves in writing. Each request to subcontract shall be on the form the Engineer provides. If the Engineer requests, the Contractor shall provide proof that subcontractor has the experience, ability, and equipment the Work requires. The Contractor shall require each subcontractor to comply with Section 1-07.9 and to furnish all certificates and statements required by the Contract. The Contractor shall require each subcontractor of every tier to meet the responsibility criteria stated in RCW 39.06, and shall include these requirements in every subcontract of every tier. Section 1-08.1 is supplemented as follows: (******) Written requests for change in subcontractors shall be submitted by the Contractor to the Engineer at least 7 calendar days prior to start of a subcontractor's Work. The Contractor agrees that he/she is fully responsible to the Owner for the acts and omissions of all subcontractors and lower-tier subcontractors, and persons either directly or indirectly employed by the subcontractors, as well as for the acts and omissions of persons directly employed by the Contractor. The Contractor shall be required to give personal attention to the Work that is sublet. Nothing contained in the Contract Documents shall create any contractual relation between any subcontractor and the Owner. The Contractor shall be responsible for making sure all subcontractors submit all required documentation, forms, etc. 1-08.2 Assignment The second paragraph of Section 1-08.2 is modified as follows: (******) The Contractor shall not assign any moneys due or to become due to the Contractor hereunder without the prior written consent of the Owner. The assignment, if approved, shall be subject to all setoffs, withholdings, and deductions required by law and the Contract. 1-08.3 Progress Schedule Section 1-08.3 is supplemented as follows: (******) The progress schedule for the entire project shall be submitted 7 calendar days prior to the Preconstruction Conference. The schedule shall be prepared using the critical path method (CPM), preferably using Microsoft Project or equivalent software. The schedule shall contain this information, at a minimum: 1. Construction activities, in sufficient detail that all activities necessary to construct a complete and functional project are considered. Any activity that has a scheduled duration exceeding 30 calendar days shall be subdivided until no sub-element has a duration exceeding 30 calendar days. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 43 2. The schedule shall clearly indicate the activities that comprise the critical path. For each activity not on the critical path, the schedule shall show the float, or slack, time. 3. Procurement of material and equipment. 4. Submittals requiring review by the Engineer. Submittal by the Contractor and review by the Engineer shall be shown as separate activities. 5. Work to be performed by a subcontractor, agent, or any third party. 6. Allowances for delays that could result from normal inclement weather (time extensions due to inclement weather will not be allowed). 7. Allowances for the time required by utilities (Owner’s and others) to locate, monitor, and adjust their facilities as required. The Engineer may request the Contractor to alter the progress schedule when deemed necessary in the opinion of the Engineer, in the interest of public safety and welfare of the Owner, or for coordination with any other activity of other contractors, the availability of all or portions of the job site, or special provisions of this Contract, or to reasonably meet the completion date of the project. The Contractor shall provide such revised schedule within 10 days of request. If, at any time, in the opinion of the Engineer, the progress of construction falls significantly behind schedule, the Contractor may be required to submit a plan for regaining progress and a revised schedule indicating how the remaining Work items will be completed within the authorized contract time. The Contractor shall promptly report to the Engineer any conditions that the Contractor feels will require revision of the schedule and shall promptly submit proposed revisions in the progress schedule for acceptance by the Engineer. When such changes are accepted by the Engineer, the revised schedule shall be followed by the Contractor. Weekly Schedule. The Contractor shall submit a weekly progress schedule to the Engineer which sets forth specific Work to be performed the following week, and a tentative schedule for the second week. Failure to Maintain Progress Schedule. The Engineer will check actual progress of the Work against the progress schedule a minimum of two times per month. Failure, without just cause, to maintain progress in accordance with the approved schedule shall constitute a breach of Contract. If, through no fault of the Contractor, the proposed construction schedule cannot be met, the Engineer will require the Contractor to submit a revised schedule to the Engineer for acceptance. The approved revisions will thereafter, in all respects, apply in lieu of the original schedule. Failure of the Contractor to follow the progress schedule submitted and accepted, including revisions thereof, shall relieve the Owner of any and all responsibility for furnishing and making available all or any portion of the job site, and will relieve the Owner of any responsibility for delays to the Contractor in the performance of the Work. The cost of preparing the progress schedule, any supplementary progress schedules, and weekly schedules shall be considered incidental to the Contract and no other compensation shall be made. 1-08.4 Notice to Proceed and Prosecution of the Work Section 1-08.4 is replaced with the following: (******) Notice to Proceed will be given after the Contract has been executed and the Contract bond and evidence of insurances have been approved and filed by the Owner. The Contractor shall not commence the Work until the Notice to Proceed has been given by the Engineer. Work on site shall not commence until the Contracting Agency has received the Contractor’s COVID-19 Health and Safety Plan (CHSP). The Contractor shall commence construction activities on the project site within ten (10) days of the Notice to Proceed date, unless otherwise approved in writing. The contractor shall diligently pursue the Work to the physical completion date within the time specified in the Contract. Voluntary shutdowns or slowing of operations by the Contractor shall not relieve the Contractor from the contractual obligation to complete the Work within the prescribed Contract Time. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 44 When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. Following acceptance of high visibility fencing Contractor shall install fencing to limit access, COVID- 19 sampling and testing stations, and all other onsite control measures identified in the CHSP and the Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements. 1-08.5 Time For Completion The first five paragraphs of Section 1-08.5 are deleted and replaced with the following: (******) The Work shall be physically completed in its entirety within the time specified in the Contract Documents or as extended by the Engineer. The Contract Time will be stated in “working days”, shall begin on the Notice To Proceed date, or the date identified in the Notice to Proceed as “the first working day”, and shall end on the Contract Completion date. A non-working day is defined as a Saturday, a Sunday, a day on which the Contract specifically suspends Work, or one of these holidays: January 1, third Monday of January, Memorial Day, July 4, Labor Day, November 11, Thanksgiving Day, the day after Thanksgiving, and Christmas Day. The day before Christmas shall be a holiday when Christmas Day occurs on a Tuesday or Friday. The day after Christmas shall be a holiday when Christmas Day occurs on a Monday, Wednesday, or Thursday. When Christmas Day occurs on a Saturday, the two preceding working days shall be observed as holidays. When Christmas day occurs on a Sunday, the two working days following shall be observed as holidays. When holidays other than Christmas fall on a Saturday, the preceding Friday will be counted as a non- working day and when they fall on a Sunday the following Monday will be counted as a non-working day. The Contract Time has been established to allow for periods of normal inclement weather that, from historical records, is to be expected during the Contract Time, and during which periods, Work is anticipated to be performed. Each successive working day, beginning with the Notice to Proceed date and ending with the Physical Completion date, shall be charged to the Contract Time as it occurs except a day, or part of a day, which is designated a non-working day or an Engineer determined unworkable day. The Engineer will furnish the Contractor a weekly report showing (1) the number of working days charged against the Contract Time for the preceding week; (2) the Contract Time in working days; (3) the number of working days remaining in the Contract Time; (4) the number of non-working days; and (5) any partial or whole days the Engineer declared unworkable the previous week. This weekly report will be correlated with the Contractor’s current approved progress schedule. If the Contractor elects to work 10 hours a day and 4 days a week (a 4-10 schedule), and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day, then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. The Contractor will be allowed 10 calendar days from the date of each report in which to file a written protest of an alleged discrepancy in the Contract Time as reported. Otherwise, the report will be deemed to have been accepted by the Contractor as correct. The requirements for scheduling the Final Inspection and establishing the Substantial Completion, Physical Completion, and Completion Dates are specified in Sections 1-05.11 and 1-05.12. Revise the seventh paragraph to read: (******) The Engineer will give the Contractor written notice of the completion date of the Contract after all CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 45 the Contractor’s obligations under the Contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical Work on the project must be complete; and 2. The Contractor must furnish all documentation required by the Contract and required by law, to allow the Contracting Agency to process final acceptance of the Contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls (Federal-aid Projects), b. Material Acceptance Certification Documents, c. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions, d. FHWA 47 (Federal-aid Projects), e. Final Contract Voucher Certification, f. Copies of the approved “Affidavit of Prevailing Wages Paid” for the Contractor and all Subcontractors, g. Property owner releases per Section 1-07.24. Section 1-08.5 is supplemented as follows: (******) Within 10 calendar days after execution of the Contract by the Contracting Agency, the Contractor shall provide the Contracting Agency with copies of purchase orders for all equipment items deemed critical by the Contracting Agency, including but not limited to signal controller materials, lighting standards, and signal standards required for the physical completion of the Contract. Such purchase orders shall disclose the estimated delivery dates for the equipment. All items of Work that can be performed without delivery of the critical items shall start and be completed as soon as possible. At that time, the Engineer may suspend the Work upon request of the Contractor until the critical items are delivered to the Contractor, if the Contracting Agency received a purchase order within 10 calendar days after execution of the Contract by the Contracting Agency. The Contractor will be entitled to only one such suspension of time during the performance of the Work and during such suspension shall not perform any additional Work on the project. Upon delivery of the critical items, contract time will resume and continue to be charged in accordance with Section 1-08. 1-08.6 Suspension of Work Section 1-08.6 is supplemented as follows: (******) Owner may at any time suspend the Work, or any part thereof, by giving notice to the Contractor in writing. The Work shall be resumed by the Contractor within 14 calendar days after the date fixed in the written notice from the Owner to the Contractor to do so. The Contractor shall not suspend Work under the Contract without the written order of the Owner. If it has been determined that the Contractor is entitled to an extension of time, the amount of such extension shall be only to compensate for direct delays, and shall be based upon the Contractor's diligently pursuing the Work at a rate not less than that which would have been necessary to complete the original Contract Work on time. 1-08.7 Maintenance During Suspension Revise the second paragraph to read: CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 46 (******) At no expense to the Contracting Agency, the Contractor shall provide through the construction area a safe, smooth, and unobstructed roadway, sidewalk, driveway, and path for public use during suspension (as required in Section 1-07.23 or the Special Provisions). This may include a temporary road or detour. 1-08.9 Liquidated Damages Section 1-08.9 is supplemented as follows: (******) In addition, the Contractor shall compensate the Owner for actual engineering inspection and supervision costs and any other expenses and legal fees incurred by the Owner as a result of such delay. Such labor costs will be billed to the Contractor at actual costs, including administrative overhead costs. In the event that the Owner is required to commence any lawsuit in order to enforce any provision of this Contract or to seek redress for any breach thereof, the Owner shall be entitled to recover its costs, including reasonable attorneys fees, from the Contractor. 1-08.11 Contractor's Plant and Equipment Section 1-08.11 is a new Section: (******) The Contractor alone shall at all times be responsible for the adequacy, efficiency, and sufficiency of his and his subcontractor's plant and equipment. The Owner shall have the right to make use of the Contractor's plant and equipment in the performance of any Work on the site of the Work. The use by the Owner of such plant and equipment shall be considered as extra Work and paid for accordingly. Neither the Owner nor the Engineer assumes any responsibility, at any time, for the security of the site from the time the Contractor's operations have commenced until final acceptance of the Work by the Engineer and the Owner. The Contractor shall employ such measures as additional fencing, barricades, and watchmen service, as he deems necessary for the public safety and for the protection of the site and his plant and equipment. The Owner will be provided keys for all fenced, secured areas. 1-08.12 Attention to Work Section 1-08.12 is a new section: (******) The Contractor shall give his personal attention to and shall supervise the Work to the end that it shall be prosecuted faithfully, and when he is not personally present on the Work site, he shall at all times be represented by a competent superintendent who shall have full authority to execute the same, and to supply materials, tools, and labor without delay, and who shall be the legal representative of the Contractor. The Contractor shall be liable for the faithful observance of any instructions delivered to him or to his authorized representative. 1-09 MEASUREMENT AND PAYMENT 1-09.1 Measurement of Quantities Section 1-09.1 is supplemented by adding the following: (******) Lump Sum. The percentage of lump sum Work completed, and payment will be based on the cost percentage breakdown of the lump sum bid price(s) submitted at the preconstruction conference. The Contractor shall submit a breakdown of costs for each lump sum bid item. The breakdown shall list the items included in the lump sum together with a unit price of labor, materials, and equipment for each item. The summation of the detailed unit prices for each item shall add up to the lump sum CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 47 bid. The unit price values may be used as a guideline for determining progress payments or deductions or additions in payment for ordered Work changes. Cubic Yard Quantities. The Contractor shall provide truck trip tickets for progress payments only in the following manner. Where items are specified to be paid by the cubic yard, the following tally system shall be used. All trucks to be employed on this Work will be measured to determine the volume of each truck. Each truck shall be clearly numbered, to the satisfaction of the Engineer, and there shall be no duplication of numbers. Duplicate tally tickets shall be prepared to accompany each truckload of material delivered on the project. All tickets received that do not contain the following information will not be processed for payment: 1 Truck number 2 Quantity and type of material delivered in cubic yards 3 Drivers name, date and time of delivery 4 Location of delivery, by street and stationing on each street 5 Place for the Engineer to acknowledge receipt 6 Pay item number 7 Contract number and/or name It will be the Contractor's responsibility to see that a ticket is given to the Engineer on the project for each truckload of material delivered. Pay quantities will be prepared on the basis of said tally tickets. Loads will be checked by the Engineer to verify quantity shown on ticket. Quantities by Ton. It will be the Contractor's responsibility to see that a certified weight ticket is given to the Inspector on the project at the time of delivery of materials for each truckload delivered. Pay quantities will be prepared on the basis of said tally tickets, delivered to Inspector at time of delivery of materials. Tickets not receipted by Inspector will not be honored for payment. Each truck shall be clearly numbered to the satisfaction of the Engineer and there shall be no duplication of numbers. Duplicate tickets shall be prepared to accompany each truckload of material delivered to the project. All tickets received that do not contain the following information will not be processed for payment: 1. Truck number 2. Truck tare weight (stamped at source) 3. Gross truckload weight in tons (stamped at source) 4. Net load weight (stamped at source) 5. Driver's name, date, and time of delivery 6. Location for delivery by street and stationing on each street 7. Place for the Engineer to acknowledge receipt 8. Pay item number 9. Contract number and/or name 1-09.3 Scope of Payment Section 1-09.3 is supplemented by adding the following: (******) The bid items listed in Section 1-09.14 will be the only items for which compensation will be made for the Work described in each section of the Standard Specifications when the Contractor performs the specified Work. Should a bid item be listed in a “Payment” clause but not in the Proposal Form, and Work for that item is performed by the Contractor and the Work is not stated as included in or incidental to a pay item in the Contract and is not Work that would be required to complete the intent of the Contract per Section 1-04.1, then payment for that Work will be made as for Extra Work pursuant to a Change Order. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 48 The words “Bid Item,” “Contract Item,” and “Pay Item,” and similar terms used throughout the Contract Documents are synonymous. If the “payment” clause in the Specifications relating to any unit bid item price in the Proposal Form requires that said unit bid item price cover and be considered compensation for certain Work or material essential to the item, then the Work or material will not be measured or paid for under any other unit bid item which may appear elsewhere in the Proposal Form or Specifications. Pluralized unit bid items appearing in these Specifications are changed to singular form. Payment for bid items listed or referenced in the “Payment” clause of any particular section of the Specifications shall be considered as including all of the Work required, specified, or described in that particular section. Payment items will generally be listed generically in the Specifications, and specifically in the bid form. When items are to be “furnished” under one payment item and “installed” under another payment item, such items shall be furnished FOB project site, or, if specified in the Special Provisions, delivered to a designated site. Materials to be “furnished,” or “furnished and installed” under these conditions, shall be the responsibility of the Contractor with regard to storage until such items are incorporated into the Work or, if such items are not to be incorporated into the Work, delivered to the applicable Contracting Agency storage site when provided for in the Specifications. Payment for material “furnished,” but not yet incorporated into the Work, may be made on monthly estimates to the extent allowed. 1-09.6 Force Account Section 1-09.6 is supplemented as follows: (******) Owner has estimated and included in the proposal, dollar amounts for all items to be paid per force account, only to provide a common proposal for Bidders. All such dollar amounts are to become a part of the Contractor’s total bid. However, the Owner does not warrant expressly or by implication that the actual amount of Work will correspond with those estimates. Payment will be made on the basis of the amount of Work actually authorized by the Engineer. 1-09.7 Mobilization Section 1-09.7 is supplemented as follows: (******) Mobilization shall also include, but not be limited to, the following items: the movement of Contractor's personnel, equipment, supplies, and incidentals to the project site; the establishment of an office, buildings, and other facilities necessary for Work on the project; providing sanitary facilities for the Contractor's personnel; and obtaining permits or licenses required to complete the project not furnished by the Owner. This item shall also include providing the Engineer and the Inspectors with access to telephone, facsimile machine, and copy machine during all hours the Contractor is working on the jobsite; and a table and chair for their use when needed. Payment will be made for the following bid item(s): “Mobilization & Demobilization,” Lump Sum. 1-09.9 Payments Delete the third paragraph and replace it with the following: (******) Progress payments for completed Work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction meeting. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 49 The initial progress estimate will be made not later than 30 days after the Contractor commences the Work, and successive progress estimates will be made every month thereafter until the Completion Date. Progress estimates made during progress of the Work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the final payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form – the approximate quantity of acceptable units of Work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form – the estimated percentage complete multiplied by the Bid Forms amount for each lump sum item, or per the schedule of values for that item. 3. Materials on Hand – 100 percent of invoiced cost of material delivered to job site or other storage area approved by the Engineer. 4. Change Orders – entitlement for approved extra cost or completed extra Work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1); 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for Work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any Work has been satisfactorily completed. Payments will be made by check or electronic transfer, issued by the Contracting Agency’s fiscal officer, against the appropriate fund source for the project. Payments received on account of Work performed by a subcontractor are subject to the provisions of RCW 39.04.250. Section 1-09.9 is supplemented as follows: (******) Applications for payment shall be itemized and supported to the extent required by the Engineer by receipts or other vouchers showing payment for materials and labor, payments to subcontractors, and other such evidence of the Contractor's right to payment as the Engineer may direct, including “red line” as-built drawings showing work installed by the contractor during the progress payment period. The Contractor shall submit a progress report with each monthly request for a progress payment. The progress report shall indicate the estimated percent complete for each activity listed on the progress schedule (see Section 1-08.3) and a revised and updated schedule to reflect the most current project completion date. 1-09.9(1) Retainage Section 1-09.9(1) is supplemented as follows: (******) The retained amount shall be released as stated in the Standard Specifications if no claims have been filed against such funds as provided by law, and if the Owner has no unsatisfied claims against the Contractor. In the event claims are filed, the Owner shall withhold, until such claims are satisfied, a sum sufficient to satisfy all claims and to pay attorney's fees. In addition, the Owner shall withhold such amount as is required to satisfy any claims by the Owner against the Contractor, until such claims CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 50 have been finally settled. Neither the final payment nor any part of the retained percentage shall become due until the Contractor, if requested, delivers to the Owner a complete release of all liens arising out of this Contract, or receipts in full in lieu thereof, and, if required in either case, an affidavit that so far as the Contractor has knowledge or information, the release and receipts include all labor and materials for which a lien could be filed: but the Contractor may, if any subcontractor refuses to furnish a release or receipt in full, furnish a bond satisfactorily to the Engineer to indemnify the Owner against the lien. If any lien remains unsatisfied after all payments are made, the Contractor shall reimburse to the Owner all monies that the latter may be compelled to pay in discharging such lien, including all costs and reasonable engineer's and attorney's fees. 1-09.9(2) Contracting Agency’s Right to Withhold and Disburse Certain Amounts Section 1-09.9(2) is a new section: (******) In addition to monies retained pursuant to RCW 60.28 and subject to RCW 39.04.250, RCW 39.12 and RCW 39.76, the Contractor authorizes the Engineer to withhold progress payments due or deduct an amount from any payment or payments due the Contractor which, in the Engineer’s opinion, may be necessary to cover the Contracting Agency’s costs for or to remedy the following situations: 1. Damage to another contractor when there is evidence thereof and a claim has been filed. 2. Where the Contractor has not paid fees or charges to public authorities of municipalities, which the Contractor is obligated to pay. 3. Utilizing material tested and inspected by the Engineer, for purposes not connected with the Work (Section 1-05.6). 4. Landscape damage assessments per Section 1-07.16. 5. For overtime Work performed by City personnel per Section 1-08.1(4). 6. Anticipated or actual failure of the Contractor to complete the Work on time: a. Per Section 1-08.9 Liquidated Damages; or b. Lack of construction progress based upon the Engineer’s review of the Contractor’s approved progress schedule, which indicates the Work will not be complete within the contract time. When calculating an anticipated time overrun, the Engineer will make allowances for weather delays, approved unavoidable delays, and suspensions of the Work. The amount withheld under this subparagraph will be based upon the liquidated damages amount per day set forth in Contract Documents multiplied by the number of days the Contractor’s approved progress schedule, in the opinion of the Engineer, indicates the Contract may exceed the Contract Time. 7. Failure of the Contractor to perform any of the Contractor’s other obligations under the Contract, including but not limited to: a. Failure of the Contractor to provide the Engineer with a field office when required by the Contract Provisions. b. Failure of the Contractor to protect survey stakes, markers, etc., or to provide adequate survey Work as required by Section 1-05.5. c. Failure of the Contractor to correct defective or unauthorized Work (Section 1-05.8). d. Failure of the Contractor to furnish a Manufacture’s Certificate of Compliance in lieu of material testing and inspection as required by Section 1-06.3. e. Failure to submit weekly payrolls, Intent to Pay Prevailing Wage forms, or correct underpayment to employees of the Contractor or subcontractor of any tier as required by Section 1-07.9. f. Failure of the Contractor to pay worker’s benefits (Title 50 and Title 51 RCW) as required by Section 1-07.10. g. Failure of the Contractor to submit and obtain approval of a progress schedule per Section 1-08.3. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 51 The Contractor authorizes the Engineer to act as agent for the Contractor disbursing such funds as have been withheld pursuant to this Section to a party or parties who are entitled to payment. Disbursement of such funds, if the Engineer elects to do so will be made only after giving the Contractor 15 calendar days prior written notice of the Contracting Agency’s intent to do so, and if prior to the expiration of the 15-calendar day period, 1. No legal action has commenced to resolve the validity of the claims, and 2. The Contractor has not protested such disbursement. A proper accounting of all funds disbursed on behalf of the Contractor in accordance with this Section will be made. A payment made pursuant to this section shall be considered as payment made under the terms and conditions of the Contract. The Contracting Agency shall not be liable to the Contractor for such payment made in good faith. 1-09.9(3) Final Payment Section 1-09.9(2) is a new section: (******) Upon Acceptance of the Work by the Contracting Agency, the final amount to be paid the Contactor will be calculated based upon a Final Progress Estimate made by the Engineer. Acceptance by the Contractor of the final payment shall be and shall operate as a release: 1. To the Contracting Agency of all claims and all liabilities of the Contractor, other than claims in stated amounts as may be specifically excepted in writing by the Contractor; 2. For all things done or furnished in connection with the Work; 3. For every act and neglect by the Contracting Agency; and 4. For all other claims and liability relating to or arising out of the Work. A payment (monthly, final, retainage, or otherwise) shall not release the Contractor or the Contractor’s Surety from any obligation required under the terms of the Contract Documents or the Contract Bond; nor shall such payment constitute a waiver of the Contracting Agency’s ability to investigate and act upon findings of non-compliance with the WMBE requirements of the Contract; nor shall such payment preclude the Contracting Agency from recovering damages, setting penalties, or obtaining such other remedies as may be permitted by law. Before the Work will be accepted by the Contracting Agency, the Contractor shall submit an affidavit, on the form provided by the Engineer, of amounts paid to certified disadvantaged (DB), minority (MBE) or women business enterprises (WBE) participating in the Work. Such affidavit shall certify the amounts paid to the DB, MBE or WBE subcontractors regardless of tier. On federally funded projects the Contractor may also be required to execute and furnish the Contracting Agency an affidavit certifying that the Contractor has not extended any loans, gratuity or gift and money pursuant to Section 1-07.19 of these Specifications. If the Contractor fails, refuses, or is unable to sign and return the Final Progress Estimate or any other documents required for the final acceptance of the Contract, the Contracting Agency reserves the right to establish a completion date and unilaterally accept the Contract. Unilateral acceptance will occur only after the Contractor has been provided the opportunity, by written request from the Engineer, to voluntarily submit such documents. If voluntary compliance is not achieved, formal notification of the impending unilateral acceptance will be provided by certified letter from the Engineer to the Contractor that will provide 30 calendar days for the Contractor to submit the necessary documents. The 30-calendar day deadline shall begin on the date of the postmark of the certified letter from the Engineer requesting the necessary documents. This reservation by the Contracting Agency to unilaterally accept the Contract will apply to contracts that are completed in accordance with Section 1-08.5 for contracts that are terminated in accordance with Section 1-08.10. Unilateral acceptance of the Contract by the Contracting Agency does not in any way relieve the Contractor of the provisions under contract or of the responsibility to comply with all laws, ordinances, and federal, state, and local regulations that affect the Contract. The date the Contracting Agency unilaterally signs the Final Progress Estimate constitutes the final acceptance date (Section 1-05.12). CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 52 1-09.11 Disputes and Claims 1-09.11(2) Claims Paragraph 5 is revised as follows: (******) Failure to submit with the Final Application for Payment such information and details as described in this section for any claim shall operate as a waiver of the claims by the Contractor as provided in Section 1-09.9. 1-09.11(3) Time Limitations and Jurisdiction Paragraph 1, Sentence 1 is revised as follows: (******) …such claims or causes of action shall be brought in the Superior Court of the county where the Work is performed. 1-09.13 Claims and Resolutions 1-09.13(3) Claims $250,000 or Less Delete this Section and replace it with the following: (******) The Contractor and the Contracting Agency mutually agree that those claims that total $250,000 or less, submitted in accordance with Section 1-09.11 and not resolved by nonbonding ADR processes, shall be resolved through litigation, unless the parties mutually agree in writing to resolve the claim through binding arbitration. 1-09.13(3)A Administration of Arbitration Revise the third paragraph to read: (******) The Contracting Agency and the Contractor mutually agree to be bound by the decision of the arbitrator, and judgment upon the award rendered by the arbitrator may be entered in the Superior Court of the county in which the Contracting Agency’s headquarters are located. The decision of the arbitrator and the specific basis for the decision shall be in writing. The arbitrator shall use the Contract as a basis for decisions. 1-09.13(3)B Procedures to Pursue Arbitration Section 1-09.13(3)B is supplemented by adding: (******) The findings and decision of the board of arbitrators shall be final and binding on the parties, unless the aggrieved party, within 10 days, challenges the findings and decision by serving and filing a petition for review by the superior court of King County, Washington. The grounds for the petition for review are limited to showing that the findings and decision: 1. Are not responsive to the questions submitted; 2. Is contrary to the terms of the contract or any component thereof; 3. Is arbitrary and/or is not based upon the applicable facts and the law controlling the issues submitted to arbitration. The board of arbitrators shall support its decision by setting forth in writing their findings and conclusions based on the evidence adduced at any such hearing. The arbitration shall be conducted in accordance with the statutes of the State of Washington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the City and the Contractor unless it is the board's majority opinion that the Contractor's filing of the protest or action is capricious or without reasonable foundation. In the latter case, all costs shall be borne by the Contractor. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 53 1-09.14 Payment Schedule Measurement and Payment Schedule for Bid Items in This Project Proposal Section 1-09.14 is a new section: (******) GENERAL 1-09.14(1) Scope Section 1-09.14(1) is a new section: (******) A. Payment for the various items of the bid sheets, as further specified herein, shall include all compensation to be received by the Contractor for furnishing all tools, equipment, supplies, and manufactured articles, and for all labor, operations, and incidentals appurtenant to the items of Work being described, as necessary to complete the various items of the Work all in accordance with the requirements of the Contract Documents, including all appurtenances thereto, and including all costs of compliance with the regulations of public agencies having jurisdiction, including Safety and Health Administration of the U.S. Department of Labor (OSHA). No separate payment will be made for any item that is not specifically set forth in the Bid Schedules, and all costs therefore shall be included in the prices named in the Bid Schedules for the various appurtenant items of Work. B. The Owner shall not pay for material quantities, which exceed the actual measured amount used and approved by the Engineer. C. It is the intention of these Specifications that the performance of all Work under the bid for each item shall result in the complete construction, in an accepted operating condition, of each item. Work and material not specifically listed in the proposal but required in the Plans, Specifications, and general construction practice, shall be included in the bid price. No separate payment will be made for these incidental items. 1-09.14(2) Bid Items Section 1-09.14(2) is a new section: (******) This section describes the bid items. Measurement and Payment, where described in a bid item, shall supersede Measurement and Payment listed in other sections of the Special Provisions and Standard Specifications. All bid items are included in one schedule. The following subsection provides the measurement and payment methods and other related information of the bid items on this project. Bid Item # 1 - Mobilization & Demobilization (10% Maximum) – Lump Sum This bid item may not be more than ten percent (10%) of the total amount of all other bid items of all schedules excluding sales tax. Measurement for mobilization & demobilization will be lump sum. The lump sum price shown will cover the complete cost of furnishing and installing, complete and in-place all Work and materials necessary to move and organize equipment and personnel onto the job site, provide and maintain all CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 54 necessary support facilities and utilities, obtain all necessary permits and licenses, prepare the site for construction operations, and maintain the site and surrounding areas during construction, provide protection of existing utilities, provide component and system testing, and move all personnel and equipment off the site after contract completion. The Contractor shall prepare a Mobilization Plan showing the proposed location for storage of all equipment and material proposed to be located at the site. Storage shall not interfere with use of the City rights-of-way, commercial and residential access, and operation of site facilities. For any proposed storage on private property outside the easement or work area, the Contractor shall obtain a Temporary Use Permit for storage areas on private property. The Contractor shall be responsible for all fees, applications, and work needed to obtain the permit. The Contractor shall allow 3 to 4 weeks to obtain the Temporary Use Permit from the City. The Contractor shall prepare a Work Plan that shall include the following: A. Proposed Construction Sequence and Schedule for all major items of work. B. Mobilization Plan showing the proposed location for storage of all equipment and materials. C. COVID-19 Health and Safety Plan (CHSP). D. Traffic Control Plan, including provisions for cleaning and sweeping of any impacted roadways. E. Identify Disposal Sites for various waste materials and provide copies of the site’s permits, licenses, and approvals. The Work Plan shall be submitted to the City for review and approval within ten (10) days of the contract award. Payment for mobilization & demobilization will be made at the lump sum amount bid. Such payment will be complete compensation for all mobilization of employees, equipment and materials, Mobilization Plan, Work Plan, CHSP, preparation of all necessary submittals, bonds, insurance, site improvements, permits, clean-up, Tree Protection Plan, Safety Plan, Waste Management Plan, and other plans/submittals not specifically covered in bid items, including revisions and resubmittals, all in conformance with the Contract Documents. No more than 50 percent (50%) of bid amount for this item will be paid prior to final payment request. Bid Item # 2 - Roofing Demolition – Lump Sum Measurement for roofing demolition will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 55 needed to provide demolition, removal, and legal disposal of the existing shingle roofing, membrane roofing, flashing, underlayment, gutters, downspouts, and skylights, in conformance with the Contract Documents. Bid Item # 3 - Sheathing Removal and Replacement – Square Foot Measurement for sheathing removal and replacement will be per square-foot of damaged sheathing removed as determined by the engineer once exposed during demolition and will be per the unit price listed on the Schedule of Prices. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work needed to provide demolition and removal of damaged sheathing and installation of new sheathing to replace damaged areas. Payment for sheathing removal and replacement will not be issued without review and acceptance of quantities in the field by the Engineer. Bid Item # 4– Pre-Finished Standing Seam Metal Roof – Lump Sum Measurement for installation of the Pre-Finished Metal Standing Seam Metal Roof shall be per the construction drawings. Payment will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement for installation of Pre-Finished Standing Seam Metal Roofing and related components. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work to installation of Pre-finished Standing Seam Metal Roofing including but not limited to installation, of underlayment, metal roof panels, metal flashings, gutters and downspouts, trim, and sealant. Work also includes tasks coincidental to panel installation including but not limited to select skylight removal and select skylight replacement as well as other modifications to rooftop penetrations. Bid Item # 5 - Interior Repairs – Lump Sum Measurement for work related to Interior Repairs shall be per the construction drawings. Payment will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement for Interior Repairs. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work to Interior Repairs including but not limited to installation of self-adhered membrane and metal angles to ceiling and in-fill panels and insulation at abandoned skylights. Bid Item # 6 - COVID-19 Added Measures (Without Overhead & Profit) – Force Account Payment will include the direct costs for the added health and safety measures necessitated by the plan, including additional materials and PPE. No overhead or profit will be included. To provide a common Proposal for all Bidders, the Contracting Agency has entered an amount in the Proposal to CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 56 become a part of the Contractor’s total Bid. Should reporting as required by the Governor’s requirements be necessary, all direct labor associated with said reporting shall be paid for as force account in accordance with section 1-09.6. Any loss of production associated with implementation of the plan, or as precipitated by the Governor’s Phase 1 Construction Restart COVID-19 Job Site Requirements, shall be included and accounted for when developing the Bid package. Bid Item # 7 - Minor Changes – Force Account To provide a common basis for all bidders, the Contracting Agency has entered an amount for Minor Changes in the Proposal to become part of the total bid by the Contractor. At the discretion of the Contracting Agency, all or part of this estimated amount may be used in lieu of the more formal procedure as outlined in Section 1-04.4 of the Standard Specifications. The unit contract price for Minor Changes is given in the Schedule of Prices and shall not be changed by the bidder. All Work and Payment under this item will be authorized in writing by the City Project Manager or Supervisor. Payment will be determined in accordance with Section 1-09.4 of the Standard Specifications. Payment for this item will be only for the changes and amounts approved by the City. Unauthorized work will not be paid. If no changes are authorized under this bid item, final payment for this item will be $0 (zero). Bid Item # 8 – Fall Arrest Anchor System – Lump Sum Measurement for work related to Fall Arrest Anchor System shall be per the construction drawings. Payment will be per the lump sum bid price and based on the percentage of total Work complete at the time of measurement for Fall Arrest Anchor System. Payment will be complete compensation for all labor, materials, equipment, tools, all incidental work to Fall Arrest Anchor System including but not limited to engineering, preparation of shop drawings and certifications, installation of anchors and post-installation testing. If no work is authorized under this bid item, final payment for this item will be $0 (zero). 1-10 TEMPORARY TRAFFIC CONTROL 1-10.1 General Revise the first paragraph to read: (******) The Contractor shall provide flaggers, signs, and other traffic control devices not otherwise specified as being furnished by the Contracting Agency. The Contractor shall erect and maintain all construction CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 57 signs, warning signs, detour signs, and other traffic control devices necessary to warn and protect the public at all times from injury or damage as a result of the Contractor’s operations which may occur on highways, roads, streets, sidewalks, or paths. No Work shall be done on or adjacent to any traveled way until all necessary signs and traffic control devices are in place. Section 1-10.1 is supplemented by adding the following: (******) When the bid proposal includes an item for “Traffic Control,” the Work required for this item shall be all items described in Section 1-10, including, but not limited to: 1. Furnishing and maintaining barricades, flashers, construction signing, and other channelization devices, unless a pay item is in the bid proposal for any specific device and the Special Provisions specify furnishing, maintaining, and payment in a different manner for that device; 2. Furnishing traffic control labor, equipment, and supervisory personnel for all traffic control labor; 3. Furnishing any necessary vehicle(s) to set up and remove the Class B construction signs and other traffic control devices; 4. Furnishing labor and vehicles for patrolling and maintaining in position all of the construction signs and the traffic control devices, unless a pay item is in the bid proposal to specifically pay for this Work; and 5. Furnishing labor, material, and equipment necessary for cleaning up, removing, and replacing of the construction signs and the traffic control devices destroyed or damaged during the life of the project. 6. Removing existing signs as specified or as directed by the Engineer and delivering to the City Shops, or storing and reinstalling as directed by the Engineer. 7. Preparing a traffic control plan for the project and designating the person responsible for traffic control at the Work site. The traffic control plan shall include descriptions of the traffic control methods and devices to be used by the prime Contractor, and subcontractors, shall be submitted at or before the preconstruction conference, and shall be subject to review and approval of the Engineer. 8. Contacting police, fire, 911, and ambulance services to notify them in advance of any Work that will affect and traveled portion of a roadway. 9. Assuring that all traveled portions of roadways are open to traffic during peak traffic periods, 6:30 a.m. to 8:30 a.m., and 3:00 p.m. to 6:00 p.m., or as specified in the special provisions, or as directed by the Engineer. 10. Promptly removing or covering all non-applicable signs during periods when they are not needed. If no bid item “Traffic Control” appears in the proposal, then all Work required by these sections will be considered incidental and their cost shall be included in the other items of Work. If the Engineer requires the Contractor to furnish additional channelizing devices, pieces of equipment, or services, which could not be usually anticipated, by a prudent Contractor for the maintenance and protection of traffic, then a new item or items may be established to pay for such items. Further limitations for consideration of payment for these items are that they are not covered by other pay items in the bid proposal, they are not specified in the Special Provisions as incidental, and the accumulative cost for the use of each individual channelizing device, piece of equipment, or service must exceed $200 in total cost for the duration of their need. In the event of disputes, the Engineer will determine what is usually anticipated by a prudent Contractor. The cost for these items will be by agreed price, price established by the Engineer, or by force account. Additional items required as a result of the Contractor’s modification to the traffic control plan(s) appearing in the Contract shall not be covered by the provisions in this paragraph. If the total cost of all the Work under the Contract increases or decreases by more than 25 percent, an equitable adjustment will be considered for the item “Traffic Control” to address the increase or decrease. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 58 Traffic control and maintenance for the safety of the traveling public on this project shall be the sole responsibility of the Contractor and all methods and equipment used will be subject to the approval of the Owner. Traffic control devices and their use shall conform to City of Renton standards and the Manual on Uniform Traffic Control Devices (MUTCD). The Contractor shall not proceed with any construction until proper traffic control has been provided to the satisfaction of the Engineer. Any days lost due to improper traffic control will be charged against the Contractor’s allowable contract time, and shall not be the cause for a claim for extra days to complete the Work. 1-10.2(1)B Traffic Control Supervisor Paragraphs 1 and 2 are revised as follows: (******) A Traffic Control Supervisor (TCS) shall be on the project whenever traffic control labor is required or as authorized by the Engineer. The TCS shall assure that all the duties of the TCS are performed during the duration of the Contract. During non-Work periods, the TCS shall be able to be on the job site within a 45-minute time period after notification by the Engineer. 1-10.2(2) Traffic Control Plans Section 1-10.2(2) is supplemented as follows: (******) The Contractor shall be responsible for assuring that traffic control is installed and maintained in conformance to established standards. The Contractor shall continuously evaluate the operation of the traffic control plan and take prompt action to correct any problems that become evident during operation. 1-10.3 Flagging, Signs, and All Other Traffic Control Devices Section 1-10.3 is supplemented as follows: (******) At the end of each working day, provisions shall be made for the safe passage of traffic and pedestrians during non-working hours. Barricades shall be reflectorized as specified in Part VI of the MUTCD, and shall be 3M-diamond grade or equivalent approved by the Engineer. Barricades shall also be equipped with flashers. 1-10.3(3) Construction Signs Section 1-10.3(3) paragraph 4 is supplemented as follows: (******) No separate pay item will be provided in the bid proposal for Class A or Class B construction signs. All costs for the Work to provide Class A or Class B construction signs shall be included in the unit contract price for the various other items of the Work in the bid proposal. 1-10.4 Measurement Section 1-10.4 is replaced with: (******) No specific unit of measurement will apply to the lump sum item of “Traffic Control”. No adjustment in the lump sum bid amount will be made for overtime Work or for use of relief flaggers. 1-10.5 Payment Section 1-10.5 is replaced with: (******) CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 59 Payment for all labor, materials, and equipment described in Section 1-10 will be made in accordance with Section 1-04.1, for the following bid items when included in the proposal: “Traffic Control,” Lump Sum. 1-11 RENTON SURVEYING STANDARDS The following is a new section with new subsections: (******) 1-11.1(1) Responsibility for Surveys All surveys and survey reports shall be prepared under the direct supervision of a person registered to practice land surveying under the provisions of Chapter 18.43 RCW. All surveys and survey reports shall be prepared in accordance with the requirements established by the Board of Registration for Professional Engineers and Land Surveyors under the provisions of Chapter 18.43 RCW. 1-11.1(2) Survey Datum and Precision The horizontal component of all surveys shall have as its coordinate base: The North American Datum of 1983/91. All horizontal control for projects must be referenced to or in conjunction with a minimum of two of the City of Renton's Survey Control Network monuments. The source of the coordinate values used will be shown on the survey drawing per RCW 58.09.070. The horizontal component of all surveys shall meet or exceed the closure requirements of WAC 332- 130-060. The control base lines for all surveys shall meet or exceed the requirements for a Class A survey revealed in Table 2 of the Minimum Standard Detail Requirements for ALTA/ACSM Land Title Surveys jointly established and adopted by ALTA and ACSM in 1992 or comparable classification in future editions of said document. The angular and linear closure and precision ratio of traverses used for survey control shall be revealed on the face of the survey drawing, as shall the method of adjustment. The horizontal component of the control system for surveys using global positioning system methodology shall exhibit at least 1 part in 50,000 precision in line length dependent error analysis at a 95 percent confidence level and performed pursuant to Federal Geodetic Control Subcommittee Standards for GPS control surveys as defined in Geometric Geodetic Accuracy Standards & Specifications for Using GPS Relative Positioning Techniques dated August 1, 1989, or comparable classification in future editions of said document. The vertical component of all surveys shall be based on NAVD 1988, the North American Vertical Datum of 1988, and tied to at least one of the City of Renton Survey Control Network benchmarks. If there are two such benchmarks within 3000 feet of the project site a tie to both shall be made. The benchmark(s) used will be shown on the drawing. If a City of Renton benchmark does not exist within 3000 feet of a project, one must be set on or near the project in a permanent manner that will remain intact throughout the duration of the project. Source of elevations (benchmark) will be shown on the drawing, as well as a description of any benchmarks established. 1-11.1(3) Subdivision Information Those surveys dependent on section subdivision shall reveal the controlling monuments used and the subdivision of the applicable quarter section. Those surveys dependent on retracement of a plat or short plat shall reveal the controlling monuments, measurements, and methodology used in that retracement. 1-11.1(4) Field Notes Field notes shall be kept in conventional format in a standard bound field book with waterproof pages. CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 60 In cases where an electronic data collector is used field notes must also be kept with a sketch and a record of control and base line traverses describing station occupations and what measurements were made at each point. Every point located or set shall be identified by a number and a description. Point numbers shall be unique within a complete job. The preferred method of point numbering is field notebook, page and point set on that page. Example: The first point set or found on page 16 of field book 348 would be identified as Point No. 348.16.01, the second point would be 348.16.02, etc. Upon completion of a City of Renton project, either the field notebook(s) provided by the City or the original field notebook(s) used by the Surveyor will be given to the City. For all other Work, Surveyors will provide a copy of the notes to the City upon request. In those cases where an electronic data collector is used, a hard copy print out in ASCII text format will accompany the field notes. 1-11.1(5) Corners and Monuments Corner: A point on a land boundary, at the juncture of two or more boundary lines. A monument is usually set at such points to physically reference a corner's location on the ground. Monument: Any physical object or structure of record, which marks or accurately references:  A corner or other survey point established by or under the supervision of an individual per Section 1-11.1(1) and any corner or monument established by the General Land Office and its successor the Bureau of Land Management including section subdivision corners down to and including one-sixteenth corners; and  Any permanently monumented boundary, right-of-way alignment, or horizontal and vertical control points established by any governmental agency or private surveyor including street intersections but excluding dependent interior lot corners. 1-11.1(6) Control or Base Line Survey Control or Base Line Surveys shall be established for all construction projects that will create permanent structures such as roads, sidewalks, bridges, utility lines or appurtenances, signal or light poles, or any non-single family building. Control or Base Line Surveys shall consist of such number of permanent monuments as are required such that every structure may be observed for staking or "as- builting" while occupying one such monument and sighting another such monument. A minimum of two of these permanent monuments shall be existing monuments, recognized and on record with the City of Renton. The Control or Base Line Survey shall occupy each monument in turn, and shall satisfy all applicable requirements of Section 1-11.1 herein. The drawing depicting the survey shall be neat, legible, and drawn to an appropriate scale. North orientation should be clearly presented and the scale shown graphically as well as noted. The drawing must be of such quality that a reduction thereof to one-half original scale remains legible. If recording of the survey with the King County Recorder is required, it will be prepared on 18 inch by 24 inch mylar and will comply with all provisions of Chapter 58.09 RCW. A photographic mylar of the drawing will be submitted to the City of Renton and, upon their review and acceptance per the specific requirements of the project, the original will be recorded with the King County Recorder. If recording is not required, the survey drawing shall be prepared on 22 inch by 34 inch mylar, and the original or a photographic mylar thereof will be submitted to the City of Renton. The survey drawings shall meet or exceed the requirements of WAC 332-130-050 and shall conform to the City of Renton's Drafting Standards. American Public Works Association symbols shall be used whenever possible, and a legend shall identify all symbols used if each point marked by a symbol is not described at each use. An electronic listing of all principal points shown on the drawing shall be submitted with each drawing. The listing should include the point number designation (corresponding with that in the field notes), CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 61 a brief description of the point, and northing, easting, and elevation (if applicable) values, all in ASCII format, on IBM PC compatible media. 1-11.1(7) Precision Levels Vertical Surveys for the establishment of benchmarks shall satisfy all applicable requirements of Sections 1-05 and 1-11.1. Vertical surveys for the establishment of benchmarks shall meet or exceed the standards, Specifications and procedures of third order elevation accuracy established by the Federal Geodetic Control Committee. Benchmarks must possess both permanence and vertical stability. Descriptions of benchmarks must be complete to insure both recoverability and positive identification on recovery. 1-11.1(8) Radial and Station -- Offset Topography Topographic surveys shall satisfy all applicable requirements of Section 1-11.1 herein. All points occupied or back sighted in developing radial topography or establishing baselines for station-offset topography shall meet the requirements of Section 1-11.1 herein. The drawing and electronic listing requirements set forth in Section 1-11.1 herein shall be observed for all topographic surveys. 1-11.1(9) Radial Topography Elevations for the points occupied or back sighted in a radial topographic survey shall be determined either by, 1) spirit leveling with misclosure not to exceed 0.1 feet or Federal Geodetic Control Committee third order elevation accuracy Specifications, OR 2) trigonometric leveling with elevation differences determined in at least two directions for each point and with misclosure of the circuit not to exceed 0.1 feet. 1-11.1(10) Station--Offset Topography Elevations of the baseline and topographic points shall be determined by spirit leveling and shall satisfy Federal Geodetic Control Committee Specifications as to the turn points and shall not exceed 0.1 foot's error as to side shots. 1-11.1(11) As-Built Survey All improvements required to be "as-built" (post construction survey) per City of Renton Codes, TITLE 4 Building Regulations and TITLE 9 Public Ways and Property, must be located both horizontally and vertically by a Radial survey or by a Station offset survey. The "as-built" survey must be based on the same base line or control survey used for the construction staking survey for the improvements being "as-built". The "as-built" survey for all subsurface improvements should occur prior to backfilling. Close cooperation between the installing Contractor and the "as-builting" surveyor is therefore required. All "as-built" surveys shall satisfy the requirements of Section 1-11.1(1) herein, and shall be based upon control or base line surveys made in conformance with these Specifications. The field notes for "as-built" shall meet the requirements of Section 1-11.1(4) herein, and submitted with stamped and signed "as-built" drawings which includes a statement certifying the accuracy of the "as-built". The drawing and electronic listing requirements set forth in Section 1-11.1(6) herein shall be observed for all "as-built" surveys. 1-11.1(12) Monument Setting and Referencing All property or lot corners, as defined in 1-11.1(5), established or reestablished on a plat or other recorded survey shall be referenced by a permanent marker at the corner point per 1-11.2(1). In CITY OF RENTON FALL 2020 MAPLEWOOD WATER TREATMENT FACILITY – ROOF REPLACEMENT SPECIAL PROVISIONS 09/21/2020 62 situations where such markers are impractical or in danger of being destroyed, e.g., the front corners of lots, a witness marker shall be set. In most cases, this will be the extension of the lot line to a tack in lead in the curb. The relationship between the witness monuments and their respective corners shall be shown or described on the face of the plat or survey of record, e.g., “Tacks in lead on the extension of the lot side lines have been set in the curbs on the extension of said line with the curb." In all other cases the corner shall meet the requirements of Section 1-11.2(1) herein. All non-corner monuments, as defined in 1-11.1(5), shall meet the requirements of Section 1-11.2(2) herein. If the monument falls within a paved portion of a right-of-way or other area, the monument shall be set below the ground surface and contained within a lidded case kept separate from the monument and flush with the pavement surface, per Section 1-11.2(3). In the case of right-of-way centerline monuments all points of curvature (PC), points of tangency (PT), street intersections, center points of cul-de-sacs shall be set. If the point of intersection (PI) for the tangents of a curve fall within the paved portion of the right-of-way, a monument can be set at the PI instead of the PC and PT of the curve. For all non corner monuments set while under contract to the City of Renton or as part of a City of Renton approved subdivision of property, a City of Renton Monument Card (furnished by the city) identifying the monument; point of intersection (PI), point of tangency (PT), point of curvature (PC), one-sixteenth corner, Plat monument, street intersection, etc., complete with a description of the monument, a minimum of two reference points and NAD 83/91 coordinates, and NAVD 88 elevation shall be filled out and filed with the city. 1-11.2 Materials 1-11.2(1) Property/Lot Corners Corners per 1-11.1(5) shall be marked in a permanent manner such as 1/2 inch diameter rebar 24 inches in length, durable metal plugs or caps, tack in lead, etc., and permanently marked or tagged with the surveyor's identification number. The specific nature of the marker used can be determined by the surveyor at the time of installation. 1-11.2(2) Monuments Monuments per 1-11.1(5) shall meet the requirements as set forth in City of Renton Standard Plans page H031 and permanently marked or tagged with the surveyor's identification number. 1-11.2(3) Monument Case and Cover Materials shall meet the requirements of Section 9-22 and City of Renton Standard Plans page H031. OACBE | MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT Renton, Washington PROJECT SPECIFICATIONS Bid Ready Set September 2020 PREPARED FOR City of Renton Public Works Department 5th Floor, City Hall 1055 South Grady Way Renton, Washington 98057 PREPARED BY OAC Services, Inc. 2200 1st Avenue South, Suite 200 Seattle, Washington 98134 September 9, 2020 2020-09-07 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT Table of Contents 00 00 00 CONTACT LIST 01 10 00 SUMMARY 01 25 00 01 26 00 SUBSTITUTION PROCEDURES AND FORM CONTRACT MODIFICATION PROCEDURES 01 31 00 PROJECT MANAGEMENT AND COORDINATION 01 32 33 PHOTOGRAPHIC DOCUMENTATION 01 33 00 SUBMITTAL PROCEDURES 01 50 00 TEMPORARY FACILITIES AND CONTROLS 01 56 39 TEMPORARY TREE AND PLANT PROTECTION 01 74 19 CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 77 00 CLOSEOUT PROCEDURE 01 78 23 01 78 39 OPERATION AND MAINTENANCE DATA PROJECT RECORD DOCUMENTS 02 41 19 SELECTIVE DEMOLITION 06 10 00 ROUGH CARPENTRY 07 21 00 07 26 00 THERMAL INSULATION SHEET METAL FLASHING AND TRIM 07 41 13 STANDING SEAM METAL ROOF PANELS 07 46 46 FIBER CEMENT TRIM 07 92 00 JOINT SEALANT 09 91 13 11 81 29 EXTERIOR PAINTING FALL PROTECTION MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CONTACT INFORMATION 00 00 00 - 1 CONTACT INFORMATION OWNER Public Works Department Water Utility 5th Floor, City Hall 1055 South Grady Way Renton, Washington 98057 OWNER REPRESENTATIVE Michael Mitchell, P.E. Civil Engineer III 5th Floor, City Hall 1055 South Grady Way Renton, Washington 98057 (email) mmitchell@rentonwa.com ARCHITECT OAC Services, Inc 2200 1ST Avenue South Suite 200 Seattle, Washington 98134 Architects Representative: Christian Gorry 206-330-6466 (email) cgorry@oacsvcs.com MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUMMARY 01 10 00 - 1 SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Work restrictions. 5. Specification and drawing conventions. 6. Miscellaneous provisions. B. Related Requirements: 1. Section 01 50 00 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.2 PROJECT INFORMATION: A. Project Location: 4032 Maple Valley Road, Renton, Washington 98058 B. Project Summary: Removal and replacement of existing roofing. Existing asphalt shingle roofing to be replaced with pre-finished standing seam metal panel roofing. Scope also includes replacement of metal flashings, gutters and downspouts as well as sealing of interior ceiling panels. Select skylights will be removed as part of this work. C. Owner: City of Renton D. Owner's Representative: Michael Mitchell, P.E. (email) mmitchell@rentonwa.com E. Architect: OAC Services, Inc F. Architects Representative: Christian Gorry, P.E. (email) cgorry@oacsvcs.com. G. Contractor: To be selected through Public Bid. H. Project Web Site: A project Web site administered by Architect will be used for purposes of managing communication and documents during the construction stage. 1.3 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Refer to Sheet to Sheet Index G0.00 (Total 9 Sheets). MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUMMARY 01 10 00 - 2 B. Type of Contract. 1. Project will be constructed under a single prime contract. C. Before commencing Work of each phase, submit an updated copy of Contractor's construction schedule showing the sequence, commencement, and completion dates for all phases of the Work. D. TERMS DEFINED 1. The term “Owner” in these specifications refers to the City of Renton. 2. The term “Contractor” in these specifications refers to the General Contract under contract with the city to perform the work associated with the project. 3. The term “Architect” in these specifications refers to OAC Services, Inc.. 1.4 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings by the Contract limits and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to areas within the Contract limits indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways and Entrances: Keep driveways and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weathertight condition throughout construction period. Repair damage caused by construction operations. 1.5 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-to-day operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUMMARY 01 10 00 - 3 2. Notify Owner not less than two (2) business days (48 hours) in advance of activities that may affect Owner's operations. 3. Contactor may not be onsite without an Owner’s representative present. 1.6 WORK RESTRICTIONS A. Work Restrictions, General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work in the existing building to normal business working hours of 7:00 a.m. to 4:00 p.m. Monday through Friday unless otherwise indicated by Owner. C. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration, odors, or other disruption to Owner occupancy with Owner. 1. Notify Architect Owner not less than two (2) business days (48 hours) in advance of proposed disruptive operations. D. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. 1.7 SPECIFICATION AND DRAWING CONVENTIONS A. 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 situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. 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. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUMMARY 01 10 00 - 4 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 10 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBSTITUTION PROCEDURES 01 25 00 - 1 SECTION 01 25 00 - SUBSTITUTION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for substitutions. 1.2 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1.3 ACTION SUBMITTALS A. Substitution Requests: Submit electronic copies of each request for consideration via online portal managed by Architect. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use for delivered by the Architect at the Start-Up meeting. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation cannot be provided, if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors, that will be necessary to accommodate proposed substitution. c. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics, warranties, and specific features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples, where applicable or requested. f. Certificates and qualification data, where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project, from ICC-ES. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBSTITUTION PROCEDURES 01 25 00 - 2 Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability, or delays in delivery. k. Cost information, including a proposal of change, if any, in the Contract Sum. l. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials, and is appropriate for applications indicated. m. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within seven (7) days of receipt of a request for substitution. Architect will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation, whichever is later. a. Forms of Acceptance: Change Order, Field Work Directive, or Architect's Supplemental Instructions for minor changes in the Work. b. Use product specified if Architect does not issue a decision on use of a proposed substitution within time allocated. 4. Approval: Approval of substitution product or system is required prior to bid. The Architect will be the sole judge of what qualifies as an “equal” system. To be approved as an equal system, submit or respond to all items in “Quality Assurance”, “Performance Requirements” and “Submittal “ sections of this specification. All submittals must be received by the Owner and Architect a minimum of five (5) working days prior to commencement of construction. 1.4 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. PART 2 - PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Architect will consider Contractor's request for substitution when the following conditions are satisfied: MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBSTITUTION PROCEDURES 01 25 00 - 3 a. Requested substitution is consistent with the Contract Documents and will produce indicated results. b. Requested substitution will not adversely affect Contractor's construction schedule. c. Requested substitution has received necessary approvals of authorities having jurisdiction. d. Requested substitution is compatible with other portions of the Work. e. Requested substitution has been coordinated with other portions of the Work. f. Requested substitution provides specified warranty. g. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products, and is acceptable to all contractors involved. B. Substitutions for Convenience: Not allowed. PART 3 - EXECUTION (Not Used) END OF SECTION 01 25 00 MAPLEWOOD WATER TREATMENT PLANT ROOFING REPLACEMENT CONTRACT MODIFICATION PROCEDURES 01 26 00 - 1 SECTION 01 26 00 - CONTRACT MODIFICATION PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. 1.2 MINOR CHANGES IN THE WORK A. Owner will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time. 1.3 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Architect will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary, the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Owner are not instructions either to stop work in progress or to execute the proposed change. 2. Within time specified by Owner but not more than 20 days after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. c. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. B. Contractor-Initiated Work Change Proposals: If latent or changed conditions require modifications to the Contract, Contractor may initiate a claim by submitting a request for a change to Owner. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. MAPLEWOOD WATER TREATMENT PLANT ROOFING REPLACEMENT CONTRACT MODIFICATION PROCEDURES 01 26 00 - 2 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. Include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 01 25 00 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 1.4 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Owner’s Representative will issue a Change Order for signatures of Owner and Contractor. 1.5 FIELD WORK DIRECTIVE A. Field Work Directive: Owner’s Representative may issue a Field Work Directive on form included in Project Manual. Field Work Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Field Work Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Field Work Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 26 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 1 SECTION 01 31 00 - PROJECT MANAGEMENT AND COORDINATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to, the following: 1. Coordination drawings. 2. Requests for Information (RFIs). 3. Project Web site. 4. Project meetings. 1.2 DEFINITIONS A. RFI: “Request for Information” - Contractor seeking information required by or clarifications of the Contract Documents. 1.3 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Subcontractor Name, address, and telephone number and State Contractor’s License Number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s) covered by subcontract. 3. Drawing number and detail references, as appropriate, covered by subcontract. 4. Additional information as required by the City B. Subcontractor’s Statement of Intent to Pay Prevailing Wages from each proposed Subcontractor. C. Construction Schedules: Submit master schedule showing extents of project from mobilization to close-out prior to the commencement of construction. Maintain and provide 3-week “look- ahead” schedules on a weekly basis for the duration of the project. 1.4 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections, that depend on each other for proper installation, connection, and operation. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 2 1. Schedule construction operations in sequence required to obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service, and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. 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. 6. Preinstallation conferences. 7. Project closeout activities. 8. Startup and adjustment of systems. 1.5 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: a. Indicate functional and spatial relationships of components of architectural, structural, civil, mechanical, and electrical systems. b. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 3 1.6 REQUESTS FOR INFORMATION (RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified. 1. Architect will return RFIs submitted to Architect by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Date. 3. RFI number, numbered sequentially. 4. RFI subject. 5. Specification Section number and title and related paragraphs, as appropriate. 6. Drawing number and detail references, as appropriate. 7. Field dimensions and conditions, as appropriate. 8. Contractor's suggested resolution. If Contractor's solution(s) impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. 9. Contractor's signature. 10. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. C. RFI Forms: AIA Document G716 or equivalent form with substantially the same content as indicated above, acceptable to Architect. D. Architect's Action: Architect will review each RFI, determine action required, and respond. Allow seven (7) working days for Architect's response for each RFI. RFIs received by Architect after 1:00 p.m. will be considered as received the following working day. 1. The following RFIs will be returned without action: a. Requests for coordination information already indicated in the Contract Documents. b. Requests for adjustments in the Contract Time or the Contract Sum. c. Incomplete RFIs or inaccurately prepared RFIs. 2. Architect's action may include a request for additional information, in which case Architect's time for response will date from time of receipt of additional information. 3. Architect's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 01 26 00 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Architect in writing within 10 days of receipt of the RFI response. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 4 E. On receipt of Architect's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Architect within seven (7) days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Field Directive, and Proposal Request, as appropriate. 1.7 PROJECT WEB SITE A. Use Architect's Project Web site for purposes of hosting and managing project communication and documentation until Final Completion. Project Web site shall include the following functions: 1. Project directory. 2. Project correspondence. 3. Meeting minutes. 4. Contract modifications forms and logs. 5. RFI forms and logs. 6. Task and issue management. 7. Photo documentation. 8. Schedule and calendar management. 9. Submittals forms and logs. 10. Payment application forms. 11. Drawing and specification document hosting, viewing, and updating. 12. Online document collaboration. 13. Reminder and tracking functions. 14. Archiving functions. B. On completion of Project, Architect will provide (1) complete archive copy(ies) of Project Web site files to Owner and Contractor in a digital storage format acceptable to Owner. 1.8 PROJECT MEETINGS A. Preconstruction Conference: Architect will schedule and conduct a preconstruction conference before starting construction, at a time convenient to Owner and Architect, but no later than 15 days after execution of the Agreement. Preconstruction meetings and other applicable meetings may be conducted virtually; Contractor must be able to participate in videoconferencing in the event in-person meetings are not possible. 1. Attendees: Authorized representatives of Owner, Architect, and their consultants; Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 2. Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Phasing. c. Critical work sequencing and long-lead items. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 5 d. Designation of key personnel and their duties. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for processing Applications for Payment. h. Distribution of the Contract Documents. i. Submittal procedures. j. Preparation of record documents. k. Use of the premises and existing building. l. Work restrictions. m. Working hours. n. Owner's occupancy requirements. o. Responsibility for temporary facilities and controls. p. Procedures for moisture and mold control. q. Procedures for disruptions and shutdowns, weather restriction. r. Construction waste management and recycling. s. Parking availability. t. Office, work, and storage areas. u. Equipment deliveries and priorities. v. First aid. w. Security. x. Progress cleaning. 3. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. B. Progress Meetings: Unless decided otherwise by the Owner, progress meetings will be held weekly during the duration of construction. If meetings are held on-site, guidelines set forth by the Governor of the State of Washington and CDC will be strictly enforced and followed. If on- site meetings are not feasible, virtual meetings and video conferencing will be required in their place. 1. Agenda: a. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Quality and work standards. 5) Status of correction of deficient items. 6) Field observations. 7) Status of RFIs. 8) Status of proposal requests. 9) Status of Change Orders. 10) Pending claims and disputes. 11) Documentation of information for payment requests. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PROJECT MANAGEMENT AND COORDINATION 01 31 00 - 6 PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 01 31 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PHOTOGRAPHIC DOCUMENTATION 01 32 33 - 1 SECTION 01 32 33 - PHOTOGRAPHIC DOCUMENTATION PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Preconstruction photographs. 2. Post-construction photographs 1.2 ACTION SUBMITTALS A. Photographs: As indicated here, submit pre and post construction digital photographs to the project website for inclusion in the final close-out package. B. Photograph resolution shall be 5 MP or greater. 1.3 PURPOSE A. As-Built conditions. 1. The Contractor shall document existing conditions prior to commencing construction to document existing damage/deficiencies in the event that construction damage/deficiencies are noted by the Owner or Architect to be corrected. B. Project Completion 1. The Contractor shall document conditions upon Substantial Completion. Photograph conditions documented prior to construction. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT PHOTOGRAPHIC DOCUMENTATION 01 32 33 - 2 PART 2 – PRODUCTS (Not Used) PART 3 – EXECUTION (Not Used) END OF SECTION 01 32 33 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 1 SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples, and other submittals. 1.2 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Architect's responsive action. B. Informational Submittals: Written and graphic information and physical samples that do not require Architect's responsive action. Submittals may be rejected for not complying with requirements. 1.3 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Architect and additional time for handling and reviewing submittals required by those corrections. 1.4 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Architect will furnish one (1) set of PDF files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Architect makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. C. Processing Time: Allow time for submittal review, including time for resubmittals, as follows. Time for review shall commence on Architect's receipt of submittal. No extension of the Contract MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 2 Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including resubmittals. 1. Initial Review: Allow seven (7) business days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Architect will advise Contractor when a submittal being processed must be delayed for coordination. 2. Intermediate Review: If intermediate submittal is necessary, process it in same manner as initial submittal. 3. Resubmittal Review: Allow seven (7) business days for review of each resubmittal. D. Paper Submittals: Paper submittals not accepted by Owner or Architect. E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier, including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Include the following information for processing and recording action taken: a. Project name. b. Date. c. Name of Architect. d. Name of Contractor. e. Name of subcontractor. f. Name of supplier. g. Name of manufacturer. h. Submittal number or other unique identifier, including revision identifier. 1) Submittal number shall use Specification Section number followed by a decimal point and then a sequential number (e.g., 061000.01). Resubmittals shall include an alphabetic suffix after another decimal point (e.g., 061000.01.A). i. Number and title of appropriate Specification Section. j. Drawing number and detail references, as appropriate. k. Other necessary identification. 4. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Architect. F. Options: Identify options requiring selection by Architect. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 3 G. Deviations: Identify deviations from the Contract Documents on submittals. H. Resubmittals: Make resubmittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Architect's action stamp. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers, authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Architect's action stamp. PART 2 - PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: 1. Post electronic submittals as PDF electronic files directly to Project Web site specifically established for Project. a. Architect will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible for preparing certification. Certificates and certifications shall be signed by an officer or other individual authorized to sign documents on behalf of that entity. 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 published 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 catalog cuts. b. Manufacturer's product specifications. c. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 4 g. Notation of coordination requirements. h. Availability and delivery time information. 4. Submit Product Data before or concurrent with Samples. a. PDF electronic file. 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: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. c. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. g. Seal and signature of professional engineer if specified. 2. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. c. Sample source. d. Number and title of applicable Specification Section. 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. 5. Samples for Initial Selection: Submit manufacturer's color charts consisting of units or sections of units showing the full range of colors, textures, and patterns available. a. Number of Samples: Submit one full set(s) of available choices where color, pattern, texture, or similar characteristics are required to be selected from manufacturer's product line. Architect will return submittal with options selected. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 5 E. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 01 77 00 "Closeout Procedures." F. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of architects and owners, and other information specified. G. Welding Certificates: Prepare written certification that welding procedures and personnel comply with requirements in the Contract Documents. Submit record of Welding Procedure Specification and Procedure Qualification Record on AWS forms. Include names of firms and personnel certified. H. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. I. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. J. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. K. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. L. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. M. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. 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. N. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. O. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. P. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. Q. Design Data: Prepare and submit 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 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 6 load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. PART 3 - EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Architect. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 01 77 00 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S ACTION A. General: Owner will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Owner will review each submittal. Owner may forward submittal to Architect without comment or make marks to indicate corrections or revisions required and return it. C. Informational Submittals: Owner will review each submittal. Owner may forward submittal to Architect without comment or make marks to indicate corrections or revisions required and return it. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. 3.3 ARCHITECT'S ACTION A. General: Architect will not review submittals that do not bear Contractor's approval stamp and will return them without action. B. Action Submittals: Architect will review each submittal, make marks to indicate corrections or revisions required, and return it. Architect will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SUBMITTAL PROCEDURES 01 33 00 - 7 C. Informational Submittals: Architect will review each submittal and will not return it, or will return it if it does not comply with requirements. Architect will forward each submittal to appropriate party. D. Incomplete submittals are unacceptable, will be considered nonresponsive, and will be returned for resubmittal without review. E. Submittals not required by the Contract Documents may not be reviewed and may be discarded. END OF SECTION 01 33 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A. Section includes requirements for utilities, support facilities, and security and protection facilities. 1.2 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire prevention program. 1. Contractor responsible for obtaining authorization of project specific Fire Safety Program from Fire Marshal if required. PART 2 - PRODUCTS 2.1 TEMPORARY FACILITIES A. Field Offices, General: Prefabricated or mobile units with serviceable finishes, temperature controls, and foundations adequate for normal loading. B. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 2.2 EQUIPMENT A. Fire Extinguishers: Portable, UL rated; with class and extinguishing agent as required by locations and classes of fire exposures. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 PART 3 - EXECUTION 3.1 TEMPORARY UTILITY INSTALLATION A. Water from Existing System: Water is not available by the Owner for Contractor use. Contractor is responsible for providing all necessary water for construction related fire protection and construction activities required by this contract or by laws and regulations. B. Sanitary Facilities: Sanitary facilities Are not available by the Owner for Contractor use. Contractor is responsible for providing temporary sanitary facilities adequate for all workers in compliance with all codes and regulations. C. Power : Electric power may be available inside and outside the facility. Contractor shall coordinate with City on availability of connections and is responsible for providing extensions of services and all additional necessary power beyond what is made available. 1. Connect temporary service to Owner's existing power source, as directed by Owner. D. Telephone Service: Provide superintendent with cellular telephone or portable two-way radio for use when away from field office. 3.2 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Maintain support facilities until Architect schedules Substantial Completion inspection. Remove before Substantial Completion. Personnel remaining after Substantial Completion will be permitted to use permanent facilities, under conditions acceptable to Owner. B. Traffic Controls: Comply with requirements of authorities having jurisdiction. 1. Protect existing site improvements to remain including curbs, pavement, and utilities. 2. Maintain access for fire-fighting equipment and access to fire hydrants. C. Parking: Park only in areas designated by Owner. D. Project Signs: Provide Project signs as indicated. Unauthorized signs are not permitted. 1. Temporary Signs: Provide other signs as required to inform individuals seeking safe entrance to Project. a. Provide temporary, directional signs for construction as required. E. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 F. Provide protective coverings, barriers, devices, signs, or other procedures to protect to maintain means of egress. G. Individual Project circumstances may require use of other construction aids and miscellaneous facilities, such as scaffolds, platforms, and demolition waste chutes. 3.3 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air, waterway, and subsoil contamination or pollution or other undesirable effects. C. Tree and Plant Protection: Comply with requirements specified in Section 01 56 39 Temporary Tree and Plant Protection. END OF SECTION 01 50 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT TEMPORARY TREE AND PLANT PROTECTION 01 56 39 - 1 SECTION 01 56 39 - TEMPORARY TREE AND PLANT PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section includes general protection of plants that are affected by execution of the Work, whether temporary or permanent construction. 1.2 DEFINITIONS A. Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction. 1.3 QUALITY ASSURANCE A. Preinstallation Conference: Conduct conference at Project site. 1.4 SUBMITTALS A. Tree Protection Plan: submit plan indicating location of existing trees, protection measures, signage location, and cut sheets for fence and sign materials. PART 2 - PRODUCTS 2.1 MATERIALS A. Protection-Zone Signage: Shop-fabricated, rigid plastic or metal sheet with attachment holes prepunched and reinforced; legibly printed with nonfading lettering. PART 3 - EXECUTION 3.1 PROTECTION ZONES A. Protection-Zone Fencing: Install protection-zone fencing along edges of protection zones in a manner that will prevent people from easily entering protected area except by entrance gates. B. Protection-Zone Signage: Install protection-zone signage in visibly prominent locations in a manner approved by Architect. C. Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT TEMPORARY TREE AND PLANT PROTECTION 01 56 39 - 2 D. Maintain protection-zone fencing and signage in good condition as acceptable to Architect and remove when construction operations are complete, and equipment has been removed from the site. 3.2 REPAIR AND REPLACEMENT A. General: Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations, in a manner approved by Architect. 1. Replace vegetation that cannot be repaired and restored to full-growth status, as determined by Architect. END OF SECTION 01 56 39 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 1 SECTION 01 74 19 - CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for the following: 1. Salvaging nonhazardous demolition and construction waste. 2. Recycling nonhazardous demolition and construction waste. 3. Disposing of nonhazardous demolition and construction waste. 1.2 DEFINITIONS A. Construction Waste: Building and site improvement materials and other solid waste resulting from construction, remodeling, renovation, or repair operations. Construction waste includes packaging. B. Demolition Waste: Building and site improvement materials resulting from demolition or selective demolition operations. C. Disposal: Removal off-site of demolition and construction waste and subsequent sale, recycling, reuse, or deposit in landfill or incinerator acceptable to authorities having jurisdiction. D. Recycle: Recovery of demolition or construction waste for subsequent processing in preparation for reuse. E. Salvage: Recovery of demolition or construction waste and subsequent sale or reuse in another facility. F. Salvage and Reuse: Recovery of demolition or construction waste and subsequent incorporation into the Work. 1.3 PERFORMANCE REQUIREMENTS A. General: Achieve end-of-Project rates for salvage/recycling of 50 percent by weight of total non-hazardous solid waste generated by the Work. Facilitate recycling and salvage of materials. 1.4 INFORMATIONAL SUBMITTALS A. Waste Management Plan: Submit plan within 7 business days of date established for commencement of the Work. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 2 B. Waste Reduction Progress Reports: Concurrent with each Application for Payment, submit report. Include the following information: 1. Material category. 2. Generation point of waste. 3. Total quantity of waste in tons. 4. Quantity of waste salvaged, both estimated and actual in tons. 5. Quantity of waste recycled, both estimated and actual in tons. 6. Total quantity of waste recovered (salvaged plus recycled) in tons. 7. Total quantity of waste recovered (salvaged plus recycled) as a percentage of total waste. C. Waste Reduction Calculations: Before request for Substantial Completion, submit calculated end-of-Project rates for salvage, recycling, and disposal as a percentage of total waste generated by the Work. D. Records of Donations: Indicate receipt and acceptance of salvageable waste donated to individuals and organizations. Indicate whether organization is tax exempt. E. Records of Sales: Indicate receipt and acceptance of salvageable waste sold to individuals and organizations. Indicate whether organization is tax exempt. F. Recycling and Processing Facility Records: Indicate receipt and acceptance of recyclable waste by recycling and processing facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. G. Landfill and Incinerator Disposal Records: Indicate receipt and acceptance of waste by landfills and incinerator facilities licensed to accept them. Include manifests, weight tickets, receipts, and invoices. 1.5 WASTE MANAGEMENT PLAN A. General: Develop a waste management plan according to ASTM E 1609 and requirements in this Section. Plan shall consist of waste identification, waste reduction work plan, and cost/revenue analysis. Distinguish between demolition and construction waste. Indicate quantities by weight or volume but use same units of measure throughout waste management plan. B. Waste Identification: Indicate anticipated types and quantities of demolition and construction waste generated by the Work. Include estimated quantities and assumptions for estimates. C. Waste Reduction Work Plan: List each type of waste and whether it will be salvaged, recycled, or disposed of in landfill or incinerator. Include points of waste generation, total quantity of each type of waste, quantity for each means of recovery, and handling and transportation procedures. 1. Salvaged Materials for Reuse: For materials that will be salvaged and reused in this Project, describe methods for preparing salvaged materials before incorporation into the Work. 2. Salvaged Materials for Sale: For materials that will be sold to individuals and organizations, include list of their names, addresses, and telephone numbers. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 3 3. Salvaged Materials for Donation: For materials that will be donated to individuals and organizations, include list of their names, addresses, and telephone numbers. 4. Recycled Materials: Include list of local receivers and processors and type of recycled materials each will accept. Include names, addresses, and telephone numbers. 5. Disposed Materials: Indicate how and where materials will be disposed of. Include name, address, and telephone number of each landfill and incinerator facility. 6. Handling and Transportation Procedures: Include method that will be used for separating recyclable waste including sizes of containers, container labeling, and designated location where materials separation will be performed. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 PLAN IMPLEMENTATION A. General: Implement approved waste management plan. Provide handling, containers, storage, signage, transportation, and other items as required to implement waste management plan during the entire duration of the Contract. B. Training: Train workers, subcontractors, and suppliers on proper waste management procedures, as appropriate for the Work occurring at Project site. 1. Distribute waste management plan to everyone concerned within three days of submittal return. 2. Distribute waste management plan to entities when they first begin work on-site. Review plan procedures and locations established for salvage, recycling, and disposal. 3.2 SALVAGING DEMOLITION WASTE A. Salvaged Items for Reuse in the Work: 1. Clean salvaged items. 2. Pack or crate items after cleaning. Identify contents of containers. 3. Store items in a secure area until installation. 4. Protect items from damage during transport and storage. 5. Install salvaged items to comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make items functional for use indicated. 3.3 RECYCLING DEMOLITION AND CONSTRUCTION WASTE, GENERAL A. General: Recycle paper and beverage containers used by on-site workers. B. Recycling Receivers and Processors: List below is provided for information only; available recycling receivers and processors include, but are not limited to, the following: MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CONSTRUCTION WASTE MANAGEMENT AND DISPOSAL 01 74 19 - 4 1. To be defined by Owner. <Insert names and telephone numbers of local recycling receivers and processors of recyclable materials>. C. Recycling Incentives: Revenues, savings, rebates, tax credits, and other incentives received for recycling waste materials shall accrue to Contractor. D. Procedures: Separate recyclable waste from other waste materials, trash, and debris. Separate recyclable waste by type at Project site to the maximum extent practical according to approved construction waste management plan. 1. Provide appropriately marked containers or bins for controlling recyclable waste until they are removed from Project site. Include list of acceptable and unacceptable materials at each container and bin. a. Inspect containers and bins for contamination and remove contaminated materials if found. 2. Stockpile processed materials on-site without intermixing with other materials. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 3. Stockpile materials away from construction area. Do not store within drip line of remaining trees. 4. Store components off the ground and protect from the weather. 5. Remove recyclable waste from Owner's property and transport to recycling receiver or processor. 3.4 DISPOSAL OF WASTE A. General: Except for items or materials to be salvaged, recycled, or otherwise reused, remove waste materials from Project site and legally dispose of them in a landfill or incinerator acceptable to authorities having jurisdiction. 1. Except as otherwise specified, do not allow waste materials that are to be disposed of accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B. Burning: Do not burn waste materials. C. Disposal: Remove waste materials from Owner's property and legally dispose of them. END OF SECTION 01 74 19 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CLOSEOUT PROCEDURES 01 77 00 - 1 SECTION 01 77 00 - CLOSEOUT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to, the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Section 01 32 33 "Photographic Documentation" for submitting final completion construction photographic documentation. 2. Section 01 78 23 "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Section 01 78 39 "Project Record Documents" for submitting record Drawings, record Specifications, and record Product Data. 1.2 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of Incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.3 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.4 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CLOSEOUT PROCEDURES 01 77 00 - 2 1.5 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits, operating certificates, and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance of materials. Label with manufacturer's name and model number where applicable. a. Schedule of Maintenance Material Items: Prepare and submit schedule of maintenance material submittal items, including name and quantity of each item and name and number of related Specification Section. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 2. Participate with Owner in conducting inspection and walkthrough with local emergency responders. 3. Terminate and remove temporary facilities from Project site, along with mockups, construction tools, and similar elements. 4. Complete final cleaning requirements, including touchup painting. 5. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect, that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CLOSEOUT PROCEDURES 01 77 00 - 3 1.6 FINAL COMPLETION PROCEDURES A. Preliminary Procedures: Before requesting final inspection for determining final completion, complete the following: 1. Submit a final Application for Payment. 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: 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. Inspection: Submit a written request for final inspection to determine acceptance. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Reinspection: Request reinspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.7 LIST OF INCOMPLETE ITEMS (PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. 1.8 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated, or when delay in submittal of warranties might limit Owner's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of the Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2. Identify each binder on the front and spine with the typed or printed title "WARRANTIES," 2020 Maplewood Water Treatment Facility Roof Replacement, and name of Contractor. C. Provide additional copies of each warranty to include in operation and maintenance manuals. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CLOSEOUT PROCEDURES 01 77 00 - 4 PART 2 - PRODUCTS 2.1 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 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturer's written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove spills, stains, and other foreign deposits. c. Rake grounds that are neither planted nor paved to a smooth, even-textured surface. d. Remove tools, construction equipment, machinery, and surplus material from Project site. e. Remove snow and ice to provide safe access to building. f. Clean exposed exterior and interior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT CLOSEOUT PROCEDURES 01 77 00 - 5 Restore damaged construction and permanent facilities used during construction to specified condition. 1. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that that already show evidence of repair or restoration. END OF SECTION 01 77 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT OPERATION AND MAINTENANCE DATA 01 78 23 - 1 SECTION 01 78 23 - OPERATION AND MAINTENANCE DATA PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Product maintenance manuals. 1.2 CLOSEOUT SUBMITTALS A. Operations and Maintenance Manual: 1. Manual Content: Operations and maintenance manual content is specified in individual Specification Sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. a. Architect will comment on whether content of operations and maintenance submittals are acceptable. b. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. 2. Format: Submit operations and maintenance manuals in the following format: a. PDF electronic file. Assemble each manual into a composite electronically indexed file. Submit on digital media acceptable to Architect. b. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically linked operation and maintenance directory. c. Enable inserted reviewer comments on draft submittals. 1.3 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources, and warranties and bonds, as described below. B. Source Information: List each product included in manual, identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT OPERATION AND MAINTENANCE DATA 01 78 23 - 2 C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern, and texture. 4. Material and chemical composition. 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 2.1 MANUAL PREPARATION A. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product, material, and finish incorporated into the Work. B. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. C. Comply with Section 01 77 00 "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 01 78 23 MAPLEWOOD WATER TREATMENT PLANT ROOFING REPLACEMENT PROJECT RECORD DOCUMENTS 01 78 39 - 1 SECTION 01 78 39 - PROJECT RECORD DOCUMENTS PART 1 - GENERAL 1.1 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. 2. Record Specifications. 3. Record Product Data. B. Related Requirements: 1. Section 01 78 23 "Operation and Maintenance Data" for operation and maintenance manual requirements. 1.2 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit two set(s) of marked-up record prints. 2. Number of Copies: Submit copies of record Drawings as follows: a. Initial Submittal: 1) Submit record digital data files. 2) Architect will indicate whether general scope of changes, additional information recorded, and quality of drafting are acceptable. b. Final Submittal: 1) Submit PDF electronic files of scanned record prints. 2) Print each drawing, whether or not changes and additional information were recorded. B. Record Specifications: Submit one annotated PDF electronic files of Project's Specifications, including addenda and contract modifications. C. Record Product Data: Submit annotated PDF electronic files and directories of each submittal. PART 2 - PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and Shop Drawings, incorporating new and revised Drawings as modifications are issued. MAPLEWOOD WATER TREATMENT PLANT ROOFING REPLACEMENT PROJECT RECORD DOCUMENTS 01 78 39 - 2 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity who obtained record data, whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Record data as soon as possible after obtaining it. c. Record and check the markup before enclosing concealed installations. 2. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked-up record prints. 3. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 3. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification, where applicable. B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion, review marked-up record prints with Architect. When authorized, prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1. Annotated PDF electronic file with comment function enabled. 2. Incorporate changes and additional information previously marked on record prints. Delete, redraw, and add details and notations where applicable. 3. Refer instances of uncertainty to Architect for resolution. 4. Architect will furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. 2.2 RECORD SPECIFICATIONS A. Preparation: Mark Specifications 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. Record the name of manufacturer, supplier, Installer, and other information necessary to provide a record of selections made. 4. Note related Change Orders, record Product Data, and record Drawings where applicable. B. Format: Submit record Specifications as annotated PDF electronic file. 2.3 RECORD PRODUCT DATA A. Preparation: Mark Product Data to indicate the actual product installation where installation varies substantially from that indicated in Product Data submittal. MAPLEWOOD WATER TREATMENT PLANT ROOFING REPLACEMENT PROJECT RECORD DOCUMENTS 01 78 39 - 3 1. Give particular attention to information on concealed products and installations that cannot be readily identified and recorded later. 2. Include significant changes in the product delivered to Project site and changes in manufacturer's written instructions for installation. 3. Note related Change Orders , record Specifications, and record Drawings where applicable. B. Format: Submit record Product Data as annotated PDF electronic file. 2.4 MISCELLANEOUS RECORD SUBMITTALS A. 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. B. Format: Submit miscellaneous record submittals as PDF electronic file. PART 3 - EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. B. Maintenance of Record Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours. END OF SECTION 01 78 39 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SELECTIVE DEMOLITION 02 41 19 - 1 SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Demolition and removal of selected portions of building. 2. Salvage of existing items to be reused. 1.2 DEFINITIONS A. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B. Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. C. Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 PREINSTALLATION MEETINGS A. Predemolition Conference: Conduct conference at Project site. 1.4 CLOSEOUT SUBMITTALS A. Refer to Section 01 74 19 Construction Waste Management and Disposal for submittal requirements related to Landfill Records. 1.5 FIELD CONDITIONS A. Owner will occupy portions of building immediately adjacent to selective demolition area. Conduct selective demolition so Owner's operations will not be disrupted. B. Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. C. Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. D. Hazardous Materials: It is not expected that hazardous materials will be encountered in the Work. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SELECTIVE DEMOLITION 02 41 19 - 2 1. If suspected hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous materials will be removed by Owner under a separate contract. E. Storage or sale of removed items or materials on-site is not permitted unless written prior approval is given. F. Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1. Maintain fire-protection facilities in service during selective demolition operations. 1.6 WARRANTY A. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during selective demolition, by methods and with materials so as not to void existing warranties. PART 2 - PRODUCTS 2.1 PEFORMANCE REQUIREMENTS A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning selective demolition. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Standards: Comply with ANSI/ASSE A10.6 and NFPA 241. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify that utilities have been disconnected and capped before starting selective demolition operations. B. Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. C. When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. D. Notify Architect of conditions of building to determine whether removing any element might result in structural deficiency or unplanned collapse of any portion of structure or adjacent structures during selective building demolition operations. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SELECTIVE DEMOLITION 02 41 19 - 3 E. Survey of Existing Conditions: Record existing conditions by use of preconstruction photographs. 1. Comply with requirements specified in Section 01 32 33 "Photographic Documentation." 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A. Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 3.3 PREPARATION A. Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. B. Temporary Facilities: Provide temporary barricades and other protection required to prevent injury to people and damage to adjacent buildings and facilities to remain. 3.4 SELECTIVE DEMOLITION, GENERAL A. General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1. Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 2. Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 3. Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 4. Dispose of demolished items and materials promptly. B. Removed and Reinstalled Items: 1. Clean and repair items to functional condition adequate for intended reuse. 2. Pack or crate items after cleaning and repairing. Identify contents of containers. 3. Protect items from damage during transport and storage. 4. Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C. Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SELECTIVE DEMOLITION 02 41 19 - 4 protected storage location during selective demolition and cleaned and reinstalled in their original locations after selective demolition operations are complete. 3.5 DISPOSAL OF DEMOLISHED MATERIALS A. General: Except for items or materials indicated to be recycled, reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1. Do not allow demolished materials to accumulate on-site. 2. Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. 3. Remove debris from elevated portions of building by chute, hoist, or other device that will convey debris to grade level in a controlled descent. 4. Comply with requirements specified in Section 01 74 19 "Construction Waste Management and Disposal." B. Burning: Do not burn demolished materials. C. Disposal: Transport demolished materials off Owner's property and legally dispose of them. 3.6 CLEANING A. Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 02 41 19 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT ROUGH CARPENTRY 06 10 00 - 1 SECTION 06 10 00 – ROUGH CARPENTRY PART 1 - GENERAL 1.1 SUMMARY A. This Section includes the following: 1. Framing. 2. Wood framing tolerances. 1.2 SUBMITTALS 1.3 REFERENCES A. International Code Council (ICC) 1. International Building Code (IBC) Chapter 23 Wood. B. Western Wood Products Association (WWPA). 1.4 DEFINITIONS A. Exposed Framing: Framing not concealed by other construction. B. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension. C. Lumber grading agencies, and the abbreviations used to reference them, include the following: 1. ALSC: American Lumber Standard Committee. 2. AF&PA: American Forest & Paper Association. 3. ASTM: American Society for Testing and Materials. 4. AWPA: American Wood Protection Association. 5. EPA: Environmental Protection Agency 6. NLGA: National Lumber Grades Authority. 7. NWWDA: Window and Door Manufactures Association. 8. WCLIB: West Coast Lumber Inspection Bureau. 9. WWPA: Western Wood Products Association. 1.5 DELIVERY, STORAGE, AND HANDLING A. Stack lumber flat with spacers between each bundle to provide air circulation. Provide for air circulation around stacks and under coverings. PART 2 - PRODUCTS 2.1 WOOD PRODUCTS, GENERAL A. Lumber: Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT ROUGH CARPENTRY 06 10 00 - 2 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. For exposed lumber indicated to receive a stained or natural finish, mark grade stamp on end or back of each piece. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER & PLYWOOD A. AWPA U1; Use Category UC2 for interior construction not in contact with the ground, Use Category UC3b for exterior construction not in contact with the ground, and Use Category UC4a for items in contact with the ground. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. 2. For exposed items indicated to receive a stained or natural finish, use chemical formulations that do not require incising, contain colorants, bleed through, or otherwise adversely affect finishes. B. Preservative Treatment by Pressure Process - Plywood: 1. Plywood: AWPA C9. Kiln dry after treatment to a maximum moisture content of 18 percent. 2. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. C. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. Do not use material that is warped or does not comply with requirements for untreated material. D. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. 1. For exposed lumber indicated to receive a stained or natural finish, mark end or back of each piece. E. Application: Treat items indicated on Drawings, including but not limited to roof-top deck framing, and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing, flashing, vapor barriers, and waterproofing. 2. Wood sills, sleepers, blocking, furring, stripping, and similar concealed members in contact with masonry or concrete. 3. Wood framing and furring attached directly to the interior of below-grade exterior masonry or concrete walls. 2.3 FIRE-RETARDANT-TREATED MATERIALS A. General: Use materials complying with requirements in this article, that are acceptable to authorities having jurisdiction, and with fire- test-response characteristics specified as determined by testing identical products per test method indicated by a qualified testing agency. B. Fire-Retardant-Treated Lumber and Plywood by Pressure Process: Products with a flame MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT ROUGH CARPENTRY 06 10 00 - 3 spread index of 25 or less when tested according to ASTM E 84, and with no evidence of significant progressive combustion when the test is extended an additional 20 minutes, and with the flame front not extending more than 10.5 feet beyond the centerline of the burners at any time during the test. C. Kiln-dry lumber after treatment to a maximum moisture content of 19 percent. D. Identify fire-retardant-treated wood with appropriate classification marking of qualified testing agency. 2.4 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction, including the following: 1. Blocking. 2. Nailers. B. For items of dimension lumber size except as indicated on structural drawings, provide Construction or No. 2 grade lumber with 19 percent maximum moisture content of any species. C. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. 2.5 FASTENERS A. General: Provide fasteners of size and type indicated on structural drawings, that comply with requirements specified in this Article for material and manufacture. 1. Where rough carpentry is exposed to weather, in ground contact, pressure- preservative treated, or in area of high relative humidity, provide fasteners with hot- dip zinc coating complying with ASTM A 153/A 153M. 2. Fasteners – Treated Wood Locations: Provide stainless steel Type 304, or galvanized steel fasteners. B. Power-Driven Fasteners: NES NER-272. 2.6 MISCELLANEOUS MATERIALS A. Water-Repellent Preservative: NWWDA-tested and -accepted formulation containing 3-iodo- 2- propynyl butyl carbamate, combined with an insecticide containing chloropyrifos as its active ingredient. B. Existing Wood Treatment: Bora-Care used on wood for the protection from mold and wood decay and to prevent mold growth. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT ROUGH CARPENTRY 06 10 00 - 4 A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate furring, nailers, blocking, grounds, and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's "Details for Conventional Wood Frame Construction," unless otherwise indicated. C. Provide blocking and framing as indicated and as required to support facing materials, fixtures, specialty items, and trim. D. Provide fire blocking in furred spaces, stud spaces, and other concealed cavities as indicated and as follows: E. Comply with AWPA M4 for applying field treatment to cut surfaces of preservative- treated lumber. 1. Apply 2 coats of preservative to cut end of lumber. F. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, complying with the following: G. Use common wire nails, unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood; do not countersink nail heads, unless otherwise indicated. 3.2 CONSTRUCTION TOLERANCES - FRAMING A. Framing tolerances include: 1. Maximum misalignment of adjacent framing members shall not exceed 1/4" across the face of the framing members (measured at mid-point of walls between floor and ceiling, 3.3 PROTECTION A. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet, use portable and safe heaters to dry wood, and after wood surfaces are dry, apply EPA- registered borate treatment. Apply borate solution by spraying to comply with EPA- registered label. END OF SECTION 06 10 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT THERMAL INSULATION 07 21 00 - 1 SECTION 07 21 00 - THERMAL INSULATION PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Mineral-wool blanket insulation. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product indicated PART 2 - PRODUCTS 2.1 MINERAL-WOOL BLANKET INSULATION A. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: 1. Fibrex Insulations Inc. 2. Roxul Inc. 3. Thermafiber. B. Unfaced, Mineral-Wool Blanket Insulation: ASTM C 665, Type I (blankets without membrane facing); consisting of fibers; with maximum flame-spread and smoke-developed indexes of 25 and 50, respectively, per ASTM E 84; passing ASTM E 136 for combustion characteristics. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. Comply with insulation manufacturer's written instructions applicable to products and applications indicated. B. Install insulation that is undamaged, dry, and unsoiled and that has not been left exposed to ice, rain, or snow at any time. C. Extend insulation to envelop entire area to be insulated. Cut and fit tightly around obstructions and fill voids with insulation. Remove projections that interfere with placement. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT THERMAL INSULATION 07 21 00 - 2 D. Provide sizes to fit applications indicated and selected from manufacturer's standard thicknesses, widths, and lengths. Apply single layer of insulation units to produce thickness indicated unless multiple layers are otherwise shown or required to make up total thickness. 3.2 INSTALLATION OF INSULATION FOR FRAMED CONSTRUCTION A. Apply insulation units to substrates by method indicated, complying with manufacturer's written instructions. If no specific method is indicated, bond units to substrate with adhesive. END OF SECTION 07 21 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 1 SECTION 07 26 00 – SHEET METAL FLASHING AND TRIM PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Manufactured and field fabricated metal flashings 2. Self-Adhesive Flexible Flashing (SAFF) at interior ceiling panel joints. 3. Roof drainage sheet metal fabrications 4. Pre-manufactured penetration flashings 1.2 SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: Show installation layouts of sheet metal flashing and trim, including plans, elevations, expansion-joint locations, and keyed details. Distinguish between shop- and field- assembled work. 1. Include details for forming, joining, supporting, and securing sheet metal flashing and trim, including pattern of seams, termination points, fixed points, expansion joints, expansion-joint covers, edge conditions, special conditions, and connections to adjoining work. C. Samples: For each exposed product and for each finish specified. D. Maintenance data. E. Warranty: Sample of special warranty. 1.3 DEFINITIONS A. ASTM: American Society for Testing and Materials B. SMACNA: Sheet Metal and Air Conditioning Contractors’ National Association 1.4 QUALITY ASSURANCE A. Sheet Metal Flashing and Trim Standard: Comply with SMACNA's "Architectural Sheet Metal Manual" unless more stringent requirements are specified or shown on Drawings. B. Mockups: Build mockups to verify selections made under sample submittals and to demonstrate aesthetic effects and set quality standards for fabrication and installation. C. Pre-installation Conference: Conduct conference at Project site. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 2 1.5 WARRANTY A. Special Warranty on Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace sheet metal flashing and trim that shows evidence of deterioration of factory-applied finishes within 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 SHEET METALS A. General: Protect mechanical and other finishes on exposed surfaces from damage by applying a strippable, temporary protective film before shipping. B. Stainless-Steel Sheet: ASTM A 240/A 240M or ASTM A 666, Type 304, dead soft, fully annealed; polished directional satin finish. C. Metallic-Coated Steel Sheet: Restricted flatness steel sheet, metallic coated by the hot-dip process and pre-painted by the coil-coating process to comply with ASTM A 755/A 755M. 1. Zinc-Coated (Galvanized) Steel Sheet: ASTM A 653/A 653M, G90coating designation; structural quality. 2. Surface: Manufacturer's standard clear acrylic coating on both sides. 3. Exposed Coil-Coated Finish: a. Three-Coat Fluoropolymer: AAMA 621. Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. 4. Color: As selected by Owner from manufacturer's full range. Owner to provide direction. D. Aluminum Sheet: ASTM B209 alloy as standard with manufacturer for finish required, with temper as required to suit forming operations and performance required; with flat surface. 1. Exposed Coil-Coated Finish: a. Three-Coat Fluoropolymer: AAMA 2605. Fluoropolymer finish containing not less than 70 percent polyvinylidene fluoride (PVDF) resin by weight in both color coat and clear topcoat. Prepare, pretreat, and apply coating to exposed metal surfaces to comply with coating and resin manufacturers' written instructions 2. Color: As selected by Architect from manufacturer's full range. 2.2 SELF ADHESIVE FLEXIBLE FLASHING (SAFF) A. Self-Adhering: Minimum 30 to 40 mils thick, consisting of slip-resisting polyethylene-film top surface laminated to layer of butyl or SBS-modified asphalt adhesive, with release-paper backing; cold applied. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: ASTM D 1970; stable after testing at 240 deg F. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 3 2. Low-Temperature Flexibility: ASTM D 1970; passes after testing at minus 20 deg F. 2.3 MISCELLANEOUS MATERIALS A. General: Provide materials and types of fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required for complete sheet metal flashing and trim installation and recommended by manufacturer of primary sheet metal unless otherwise indicated. B. Fasteners: Wood screws, annular threaded nails, self-tapping screws, self-locking rivets and bolts, and other suitable fasteners designed to withstand design loads and recommended by manufacturer of primary sheet metal. 1. General: Blind fasteners or self-drilling screws, gasketed, with hex-washer head. a. Exposed Fasteners: Heads matching color of sheet metal using plastic caps or factory-applied coating. b. Blind Fasteners: High-strength aluminum or stainless-steel rivets suitable for metal being fastened. c. Spikes and Ferrules: Same material as gutter; with spike with ferrule matching internal gutter width. 2. Fasteners for Stainless-Steel Sheet: Series 300 stainless steel. 3. Fasteners for Zinc-Coated (Galvanized) 24 ga. Minimum Steel Sheet: Hot-dip galvanized steel according to ASTM A 153/A 153M or ASTM F 2329 or Series 300 stainless steel. C. Solder: 1. For Stainless Steel: ASTM B 32, Grade Sn60, with an acid flux of type recommended by stainless-steel sheet manufacturer. 2. For Zinc-Coated (Galvanized) Steel: ASTM B 32, Grade Sn50, 50 percent tin and 50 percent lead or Grade Sn60, 60 percent tin and 40 percent lead. D. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing. Provide permanently elastic, nonsag, nontoxic, non-staining tape 1/2-inch-wide and 1/8 inch-thick. E. Premanufactured Penetration Flashings: 1. Pipe Boots: Premanufactured pleated EPDM cone flashing with corrosion resistant aluminum base and proprietary gasket and fasteners made expressly for the purpose of wrapping penetrations through sheet metal roofing. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 4 2.4 FABRICATION, GENERAL A. General: Custom fabricate sheet metal flashing and trim to comply with recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, geometry, metal thickness, and other characteristics of item indicated. Fabricate items at the shop to greatest extent possible. 1. Obtain field measurements for accurate fit before shop fabrication. 2. Form sheet metal flashing and trim without excessive oil canning, buckling, and tool marks and true to line and levels indicated, with exposed edges folded back to form hems. 3. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed on faces exposed to view. B. Sealed Joints: Form non-expansion but movable joints in metal to accommodate elastomeric sealant. C. Expansion Provisions: Where lapped expansion provisions cannot be used, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. D. Fabricate cleats and attachment devices from same material as accessory being anchored or from compatible, noncorrosive metal. E. Seams: Fabricate nonmoving seams with flat-lock seams. Tin edges to be seamed, form seams, and solder. 2.5 ROOF DRAINAGE SHEET METAL FABRICATIONS A. Hanging Gutters: Fabricate to cross section indicated, complete with end pieces, outlet tubes, and other accessories as required. Fabricate in continuous, seamless sections except as required by thermal expansion/contraction and joints at transitions such as corners and drains. Furnish flat-stock gutter spacers and gutter brackets fabricated from same metal as gutters, of size recommended by SMACNA but not less than twice the gutter thickness. Fabricate expansion joints, expansion-joint covers, and gutter accessories from same metal as gutters. 1. Accessories: Continuous removable stainless steel leaf screen and hardware. B. Downspouts: Fabricate rectangular downspouts complete with mitered elbows. Furnish with metal hangers, from same material as downspouts, and anchors. 1. Hanger Style: Hidden hanger with reinforced gusset and clip. 2. Fabricate from the same material -type, finish and gauge as gutters. C. Conductor Heads: Fabricate conductor heads with flanged back and stiffened top edge and of dimensions and shape indicated complete with outlet tubes exterior flange trim and built-in overflows. Fabricate from the following materials: MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 5 a. Pre-finished metal: 0.032 inch thick (20 ga.). b. Or as noted on the construction documents. PART 3 - EXECUTION 3.1 INSTALLATION, GENERAL A. General: Anchor sheet metal flashing and trim and other components of the Work securely in place, with provisions for thermal and structural movement so that completed sheet metal flashing and trim shall not rattle, leak, or loosen, and shall remain watertight. Use fasteners, solder, welding rods, protective coatings, separators, sealants, and other miscellaneous items as required to complete sheet metal flashing and trim system. 1. Install sheet metal flashing and trim true to line and levels indicated. Provide uniform, neat seams with minimum exposure of solder, welds, and sealant. 2. Install sheet metal flashing and trim to fit substrates and to result in watertight performance. Verify shapes and dimensions of surfaces to be covered before fabricating sheet metal. 3. Space cleats not more than 12 inches apart. Anchor each cleat with two fasteners. Bend tabs over fasteners. 4. Install exposed sheet metal flashing and trim without excessive oil canning, buckling, and tool marks. 5. Install sealant tape where indicated. 6. Torch cutting of sheet metal flashing and trim is not permitted. B. Metal Protection: Where dissimilar metals will contact each other or corrosive substrates, protect against galvanic action by painting contact surfaces with bituminous coating or by other permanent separation as recommended by SMACNA. 1. Coat back side of stainless-steel sheet metal flashing and trim with bituminous coating where flashing and trim will contact wood, ferrous metal, or cementitious construction. 2. Underlayment: Where installing metal flashing directly on cementitious or wood substrates, install a course of felt underlayment and cover with a slip sheet or install a course of polyethylene sheet. C. Expansion Provisions: Provide for thermal expansion of exposed flashing and trim. Space movement joints at a maximum of 10 feet with no joints allowed within 24 inches of corner or intersection. Where lapped expansion provisions cannot be used or would not be sufficiently watertight, form expansion joints of intermeshing hooked flanges, not less than 1 inch deep, filled with sealant concealed within joints. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 6 D. Fastener Sizes: Use fasteners of sizes that will penetrate wood sheathing not less than 1-1/4 inches for nails and not less than 3/4 inch for wood screws. E. Seal joints as shown and as required for watertight construction. F. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre-tin edges of sheets to be soldered to a width of 1-1/2 inches, except reduce pre-tinning where pre-tinned surface would show in completed Work. 1. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 2. Stainless-Steel Soldering: Tin edges of uncoated sheets using solder recommended for stainless steel and acid flux. Promptly remove acid flux residue from metal after tinning and soldering. Comply with solder manufacturer's recommended methods for cleaning and neutralization. G. Rivets: Rivet joints in uncoated aluminum where indicated and where necessary for strength. 1. Install gutter with expansion joints at locations indicated, but not exceeding, 50 feet apart. Install expansion-joint caps. 2. Install continuous gutter screens on gutters with noncorrosive fasteners, removable for cleaning gutters. H. Downspouts: Provide hangers with fasteners designed to hold downspouts securely to walls. Locate hangers at top and bottom and at approximately 60 inches o.c. in between. I. Conductor Heads: Anchor securely to wall with elevation of conductor head rim 1 inch below scupper discharge. 3.2 ROOF FLASHING INSTALLATION A. General: Install sheet metal flashing and trim to comply with performance requirements and SMACNA's "Architectural Sheet Metal Manual." Provide concealed fasteners where possible, set units true to line, and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. 3.3 CLEANING AND PROTECTION A. Clean exposed metal surfaces of substances that interfere with uniform oxidation and weathering. B. Clean and neutralize flux materials. Clean off excess solder and sealants. C. Remove temporary protective coverings and strippable films as sheet metal flashing and trim are installed unless otherwise indicated in manufacturer’s written installation instructions. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT SHEET METAL FLASHING AND TRIM 07 26 00 - 7 END OF SECTION 07 26 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 1 SECTION 07 41 13 - STANDING-SEAM METAL ROOF PANELS PART 1 - GENERAL 1.1 SUMMARY A. The work includes, but is not necessarily limited to, furnishing and installation of all preformed metal roofing, and accessories as indicated on the drawings and specified herein. B. Preinstallation Conference: Conduct conference at Project site. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. B. Statement of Qualifications per below. 1.3 INFORMATIONAL SUBMITTALS A. Product test reports. B. Warranties: Sample of special warranties. C. Shop Drawing 1. Submit complete shop drawings detailing all perimeter flashings and joints in accord- ance with the manufacturer’s standard recommendations. 2. Describe all proposed details that deviate from what is shown on the plans. 3. Details must allow for expansion and contraction. 1.4 CLOSEOUT SUBMITTALS A. Maintenance data. 1.5 DEFINITIONS 1. AMAA: American Architectural Manufacturers Association. 2. ASTM: American Society for Testing and Materials. 3. SMACNA: Sheet Metal and Air Conditioning Contractors’ National Association. 1.6 QUALITY ASSURANCE A. Manufacturers Qualifications 1. Manufacturer shall have a minimum of 10 years’ experience supplying metal roofing to the region where the work is to be done. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 2 2. Comply with current independent testing and certification as specified. 3. Manufacturer shall provide proof of $2,000,000 liability insurance for their metal roof system and comply with current independent testing and certification as specified. 4. The roof panel manufacturer must also subscribe to Underwriters Laboratories’ “Follow Up Service” assuring continuing product compliance with UL requirements. Shipment packaging of panels and attachment clips must bear UL classification markings. 5. Panel manufacturers without full supporting literature; Flashings & Details Guides, Guide Specifications and Technical Support, shall not be considered equal to the specified product. B. Regulatory Agency Requirements 1. Comply with UBC and local Building Code requirements if more restrictive than those specified herein. 1.7 WARRANTY A. Manufacturer: Manufacturer's standard form in which manufacturer agrees to repair or replace components of metal panel systems that fail in materials or workmanship within specified warranty period. B. Contractor’s Warranty 1. Warranty Period: 2 years from date of Substantial Completion. C. Special Warranty on Panel Finishes: Manufacturer's standard form in which manufacturer agrees to repair finish or replace metal panels that show evidence of deterioration of factory- applied finishes within specified warranty period. 1. Finish Warranty Period: 20 years from date of Substantial Completion. D. Special Weathertightness Warranty: Manufacturer's standard form in which manufacturer agrees to repair or replace standing-seam metal roof panel assemblies that fail to remain weathertight, including leaks, within specified warranty period. 1. Warranty Period: 20 years from date of Substantial Completion. PART 2 - PRODUCTS 2.1 PERFORMANCE REQUIREMENTS A. Structural Performance: Provide metal panel systems capable of withstanding the effects of the following loads, based on testing according to ASTM E 1592: 1. Wind Loads: Per Jurisdictional published requirements. . 2. Other Design Loads. 25 psf Snow Load 3. Deflection Limits: For wind loads, no greater than 1/240 of the span. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 3 B. Water Penetration under Static Pressure: No water penetration when tested according to ASTM E 1646 at the following test-pressure difference: 1. Test-Pressure Difference: 6.24 lbf/sq. ft.. C. Wind-Uplift Resistance: Provide metal roof panel assemblies that comply with UL 580 for wind-uplift-resistance class indicated. 1. Uplift Rating: UL 90 2. Fire Classification – Class A (UL) Hail Resistance: MH. D. Thermal Movements: Allow for thermal movements from ambient and surface temperature changes by preventing buckling, opening of joints, overstressing of components, failure of joint sealants, failure of connections, and other detrimental effects. Base calculations on surface temperatures of materials due to both solar heat gain and nighttime-sky heat loss. 1. Temperature Change (Range): 120 deg F, ambient; 180 deg F, material surfaces. 2.2 STANDING-SEAM METAL ROOF PANELS A. General: Provide factory-formed metal roof panels designed to be installed by lapping and interconnecting raised side edges of adjacent panels with joint type indicated and mechanically attaching panels to supports using concealed clips in side laps. Include clips, cleats, pressure plates, and accessories required for weathertight installation. 1. Steel Panel Systems: Unless more stringent requirements are indicated, comply with ASTM E 1514. 2. Configuration: Standing Seam: Roof panels shall consist of integral self-locking standing seams 1-3/4” high spaced 12” on center. 3. Manufacturers: Subject to compliance with requirements, available manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: a. AEP Span; a BlueScope Steel company AEP HP. b. Refer to Section 01 25 00 for Substitution Procedure. 4. Finish Type: Flat Pan. 2.3 UNDERLAYMENT MATERIALS A. Self-Adhering, High-Temperature Underlayment: Provide self-adhering, cold-applied, sheet underlayment, a minimum of 30 mils thick, consisting of slip-resistant, polyethylene-film top surface laminated to a layer of butyl or SBS-modified asphalt adhesive, with release-paper backing. Provide primer when recommended by underlayment manufacturer. 1. Thermal Stability: Stable after testing at 240 deg F; ASTM D 1970. 2. Low-Temperature Flexibility: Passes after testing at minus 20 deg F; ASTM D 1970. 3. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 4 a. Grace Construction Products, a unit of W. R. Grace & Co.; Grace Ice and Water Shield HT Ultra. b. Refer to Section 01 25 00 for Substitution Procedure. B. Synthetic Underlayment: 1. ASTM E96 Vapor Permeable of 30 Perms. 2. Nail Sealability ASTM1970/Section 7.9 and ASTMD7349 Pass a. VaproShield SlopeShield b. Refer to Section 01 25 00 for Substitution Procedure. C. Slip Sheet: Manufacturer's recommended slip sheet, of type required for application. 2.4 MISCELLANEOUS MATERIALS A. Replacement of Existing Sheathing: Plywood Roof Sheathing: Exterior, Structural I sheathing. B. For roof sheathing, provide fasteners of Type 304 stainless steel. C. Miscellaneous Metal Sub-framing and Furring: ASTM C 645; cold-formed, metallic-coated steel sheet, ASTM A 653/A 653M, G90 coating designation or ASTM A 792/A 792M, Class AZ50 coating designation unless otherwise indicated. Provide manufacturer's standard sections as required for support and alignment of metal panel system. D. Panel Accessories: Provide components required for a complete, weathertight panel system including trim, copings, fasciae, mullions, sills, corner units, clips, flashings, sealants, gaskets, fillers, closure strips, and similar items. Match material and finish of metal panels unless otherwise indicated. 1. Closures: Provide closures at eaves and ridges, fabricated of same metal as metal panels. 2. Backing Plates: Provide metal backing plates at panel end splices, fabricated from material recommended by manufacturer. 3. Closure Strips: Closed-cell, expanded, cellular, rubber or crosslinked, polyolefin-foam or closed-cell laminated polyethylene; minimum 1-inch-thick, flexible closure strips; cut or premolded to match metal panel profile. Provide closure strips where indicated or necessary to ensure weathertight construction. E. Flashing and Trim: Provide flashing and trim formed from same material as metal panels as required to seal against weather and to provide finished appearance. Locations include, but are not limited to, eaves, rakes, corners, bases, framed openings, ridges, fasciae, and fillers. Finish flashing and trim with same finish system as adjacent metal panels. F. Butyl-Rubber-Based, Solvent-Release Sealant: ASTM C 1311 G. Roof Curbs: Fabricated from same material as roof panels, nominal thickness; with bottom of skirt profiled to match roof panel profiles and with welded top box and integral full-length cricket. Fabricate curb subframing of 0.060-inch-nominal thickness, angle-, C-, or Z-shaped steel sheet. Fabricate curb and subframing to withstand indicated loads of size and height indicated. Finish roof curbs to match metal roof panels. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 5 H. Panel Fasteners: Self-tapping screws as noted (stainless steel) to withstand design loads. I. Panel Sealants: Provide sealant type recommended by manufacturer that are compatible with panel materials, are nonstaining, and do not damage panel finish. 1. Sealant Tape: Pressure-sensitive, 100 percent solids, gray polyisobutylene compound sealant tape with release-paper backing; 1/2 inch wide and 1/8 inch thick. 2. Joint Sealant: ASTM C 920; as recommended in writing by metal panel manufacturer. 3. Butyl-Rubber-Based, Solvent-Release Sealant: ASTM C 1311. J. Butyl-Rubber-Based, Solvent-Release Sealant: ASTM C 1311 2.5 FABRICATION A. General: Fabricate and finish metal panels and accessories at the factory, by manufacturer's standard procedures and processes, as necessary to fulfill indicated performance requirements demonstrated by laboratory testing. Comply with indicated profiles and with dimensional and structural requirements. B. Provide panel profile, including major ribs and intermediate stiffening ribs, if any, for full length of panel. C. Fabricate metal panel joints with factory-installed captive gaskets or separator strips that provide a weathertight seal and prevent metal-to-metal contact, and that minimize noise from movements. D. Sheet Metal Flashing and Trim: Fabricate flashing and trim to comply with manufacturer's recommendations and recommendations in SMACNA's "Architectural Sheet Metal Manual" that apply to design, dimensions, metal, and other characteristics of item indicated. 2.6 FINISHES A. Panels and Accessories: 1. Three-Coat Fluoropolymer: AAMA 621Fluoropolymer finish containing not less than 70 percent PVDF resin by weight in both color coat and clear topcoat. 2. Concealed Finish: White or light-colored acrylic or polyester backer finish. PART 3 - EXECUTION 3.1 PREPARATION A. Miscellaneous Supports: Install subframing, furring, and other miscellaneous panel support members and anchorages according to ASTM C 754 and metal panel manufacturer's written recommendations. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 6 3.2 UNDERLAYMENT INSTALLATION A. Self-Adhering Sheet Underlayment: Apply primer if required by manufacturer. Comply with temperature restrictions of underlayment manufacturer for installation. Apply at locations noted on Drawings, wrinkle free, in shingle fashion to shed water, and with end laps of not less than 6 inches staggered 24 inches between courses. Overlap side edges not less than 3-1/2 inches. Roll laps with roller. Cover underlayment within 14 days. B. Felt Underlayment: Apply at locations indicated on Drawings, in shingle fashion to shed water, and with lapped joints of not less than 2 inches. C. Slip Sheet: Apply slip sheet over underlayment before installing metal roof panels. D. Flashings: Install flashings to cover underlayment to comply with requirements specified in Section 07 26 00 "Sheet Metal Flashing and Trim." 3.3 METAL PANEL INSTALLATION A. Standing-Seam Metal Roof Panel Installation: Fasten metal roof panels to supports with concealed clips at each standing-seam joint at location, spacing, and with fasteners recommended in writing by manufacturer. 1. Follow roof panel manufacturer’s directions. 2. Install pressure plates at locations indicated in manufacturer's written installation instructions. 3. Secure panels without warp or deflection and do not stretch or compress panel sides. 4. Watertight Installation: a. Apply a continuous ribbon of sealant or tape to seal joints of metal panels, using sealant or tape as recommend in writing by manufacturer as needed to make panels watertight. b. Provide sealant or tape between panels and protruding equipment, vents, and accessories. c. At panel splices, nest panels with minimum 6-inch end lap, sealed with sealant and fastened together by interlocking clamping plates. B. Allowable Erection Tolerance 1. Maximum Alignment Variation: ¼” (inch ) in 40 feet. C. Accessory Installation: Install accessories with positive anchorage to building and weathertight mounting, and provide for thermal expansion. Coordinate installation with flashings and other components. D. Flashing and Trim: Comply with performance requirements, manufacturer's written installation instructions, and SMACNA's. Provide concealed fasteners where possible, and set units true to line and level as indicated. Install work with laps, joints, and seams that will be permanently watertight and weather resistant. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT STANDING-SEAM METAL ROOF PANELS 07 41 13 - 7 3.4 CLEANING AND PROTECTION A. Remove temporary protective coverings and strippable films, if any, as metal panels are installed, unless otherwise indicated in manufacturer's written installation instructions. On completion of metal panel installation, clean finished surfaces as recommended by metal panel manufacturer. Maintain in a clean condition during construction. END OF SECTION 07 41 13 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT FIBER CEMENT TRIM 07 46 46 - 1 SECTION 07 46 46 – FIBER CEMENT TRIM PART 1 - GENERAL 1.1 SUMMARY A. Section includes fiber cement trim. 1.2 SUBMITTALS A. Product Data: For each type of product indicated including but not limited to: 1. Manufacturer’s installation instructions 2. Manufacturer’s standard details B. Product certificates and installation data. C. Research/evaluation reports. D. Maintenance data. E. Qualifications F. Warranties 1.3 QUALITY ASSURANCE A. Labeling: Provide fiber-cement trim that is tested and labeled according to ASTM C 1186 by a qualified testing agency acceptable to authorities having jurisdiction. B. Source Limitations: Obtain each type, color, texture, and pattern of siding, including related accessories, from single source from single manufacturer. C. Submit copies of installer’s experience and qualification indicating that the company has successfully completed a minimum of five (5) projects of similar size and quality within the last five (5) years. D. DELIVERY, STORAGE AND HANDLING 1. Fiber reinforced cement components to be stored under cover and kept dry. Store products stacked on edge, or laid flat on a smooth, level surface. Protect edges and corners from chipping and moisture. 2. Store off ground, under cover and protected from damage. 3. If products become wet, allow to dry thoroughly before installing. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT FIBER CEMENT TRIM 07 46 46 - 2 E. Pre-installation Conference: Conduct conference at Project site. 1.4 WARRANTY A. Provide manufacturer’s standard material warranty indicating that siding will be free from defects and deterioration and continue to perform satisfactorily when maintained in general conformance with the submitted maintenance documents for not less than 30 years from the date of Substantial Competition of the Work. 1.5 EXTRA MATERIALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Furnish full lengths of siding including related accessories, in a quantity equal to 2 percent of amount installed. PART 2 - PRODUCTS 2.1 FIBER-CEMENT TRIM A. General: Factory-primed, ASTM C 1186, Type A, Grade II, fiber-cement board, noncombustible when tested according to ASTM E 136; with a flame-spread index of 25 or less when tested according to ASTM E 84. 1. Basis-of-Design Product: Subject to compliance with requirements, provide or comparable product by one of the following: a. James Hardie – Hardie Trim 1) Thickness: As note on the drawings. 2) Finish: Smooth 3) Length: Maximum lengths provided by Manufacturer to minimize joints 4) Factory primed with manufacture’s standard acrylic primer. b. Refer to Section 01 25 00 for Substitution Procedure. 2. Paintable sealant for trim joints. a. Pecora DynatrolXL I b. Refer to Section 01 25 00 for Substitution Procedure. 2.2 FLASHING: A. Refer to Drawings for types and locations of metal flashings. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT FIBER CEMENT TRIM 07 46 46 - 3 PART 3 - EXECUTION 3.1 EXAMINATION A. Examine substrates for compliance with requirements for installation tolerances and other conditions affecting performance of siding and related accessories. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 INSTALLATION A. General: Comply with siding manufacturer's written installation instructions applicable to products and applications indicated unless more stringent requirements apply. 1. Install trim in accordance with the most recent manufacturer’s written installation instructions. 2. Provide 45-degree chamfered butt joints. 3. At corners: Fill exposed back side of grooved backside of trim with appropriate product recommended by the manufacturer. Prime as required. The use of sealant is not acceptable. 4. Install products with all components true and plumb 5. Fasten to solid backing in accordance with National Evaluation Service Report for specified wind resistance. 6. Scribe to adjacent surface irregularities. 7. Do not install damaged components. 3.3 ADJUSTING AND CLEANING A. Paint all cut ends, notches and holes prior to installation of boards. B. Mask panel trim and paint in accordance with Section 09 91 13 Painting. C. Apply minimum of two coats or as required for acceptable coverage onto primed fiber cement trim. D. Paint trim within 90 days of installation. END OF SECTION 07 46 46 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT JOINT SEALANTS 07 92 00 - 1 SECTION 07 92 00 - JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Silicone joint sealants. 2. Butyl Sealant 1.2 REFERENCES A. American Society for Testing and Materials 1. C920: Standard Specification for Elastomeric Joint Sealant 2. C1193: Standard Guide for Use of Joint Sealants 1.3 PRECONSTRUCTION TESTING A. Preconstruction Field-Adhesion Testing: Before installing sealants, field test their adhesion to Project joint substrates. Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193. 1.4 ACTION SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Joint-Sealant Schedule: Include the following information: 1. Joint-sealant application, joint location, and designation. 2. Joint-sealant manufacturer and product name. 3. Joint-sealant formulation. 4. Joint-sealant color. 1.5 INFORMATIONAL SUBMITTALS A. Field-adhesion test reports. B. Warranties. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT JOINT SEALANTS 07 92 00 - 2 1.6 QUALITY ASSURANCE A. Testing Agency Qualifications: Qualified according to ASTM C 1021 to conduct the testing indicated. B. Field Testing: C. Before installation of sealant, conduct field pull test to verify adhesion for each type of sealant and joint substrate. D. Arrange for sealant manufacturer to conduct pull tests. E. Conduct periodic pull tests throughout the course of construction. F. Submit copies of pull test results. 1.7 WARRANTY A. Special Installer's Warranty: Manufacturer's standard form in which Installer agrees to repair or replace joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. B. Special Manufacturer's Warranty: Manufacturer's standard form in which joint-sealant manufacturer agrees to furnish joint sealants to repair or replace those that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: 5 years for urethane and 15 years for silicone from date of Substantial Completion. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A. VOC Content of Interior Sealants: Sealants and sealant primers used inside the weatherproofing system shall comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Architectural Sealants: 250 g/L. 2. Sealant Primers for Nonporous Substrates: 250 g/L. 3. Sealant Primers for Porous Substrates: 775 g/L. B. Low-Emitting Interior Sealants: Sealants and sealant primers used inside the weatherproofing system shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT JOINT SEALANTS 07 92 00 - 3 C. Liquid-Applied Joint Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied joint sealant specified, including those referencing ASTM C 920 classifications for type, grade, class, and uses related to exposure and joint substrates. D. Stain-Test-Response Characteristics: Where sealants are specified to be nonstaining to porous substrates, provide products that have undergone testing according to ASTM C 1248 and have not stained porous joint substrates indicated for Project. 2.2 SILICONE SEALANT A. General 1. Basis-of-Design Product: Subject to compliance with requirements, provide: a. Pecora 890FTS b. Refer to Section 01 25 00 for Substitution Procedure. 2. Type: Single component. 3. Color: Light Gray 2.3 BUTYL SEALANT A. Gun-grade and butyl sealant tape as supplied by Metal Panel Manufacturer. 1. Basis-of-Design Product: As recommended in published installation instruction by the metal panel manufacturer. 2.4 JOINT SEALANT BACKING A. Cylindrical Sealant Backings: ASTM C 1330, bi-cellular polyethylene foam backer rod (aka hybrid Backer rod) size and density to control sealant depth and otherwise contribute to producing optimum sealant performance. B. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer. 2.5 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT JOINT SEALANTS 07 92 00 - 4 C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 - EXECUTION 3.1 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions. 1. Remove laitance and form-release agents from concrete. 2. Clean nonporous joint substrate surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. B. Joint Priming: Prime joint substrates where recommended by joint-sealant manufacturer or as indicated by preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint- sealant bond; do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant or primer with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.2 INSTALLATION A. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions indicated. B. Install sealant backings of kind indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch, twist, puncture, or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. C. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. D. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT JOINT SEALANTS 07 92 00 - 5 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. E. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins, tool sealants according to requirements specified in subparagraphs below to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint profile per Figure 8A in ASTM C 1193, unless otherwise indicated. F. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.3 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed and cured sealant joints as follows: a. Perform tests for each kind of sealant and joint substrate. 2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix X1 in ASTM C 1193. B. Evaluation of Field-Adhesion Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. END OF SECTION 07 92 00 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT EXTERIOR PAINTING 09 91 13 - 1 SECTION 09 91 13 - EXTERIOR PAINTING PART 1 - GENERAL 1.1 SUMMARY A. Section includes surface preparation and the application of paint systems on exterior substrates. 1.2 ACTION SUBMITTALS A. Product Data: For each type of product. Include preparation requirements and application instructions. B. Samples: For each type of paint system and each color and gloss of topcoat. 1.3 MAINTENANCE MATERIAL SUBMITTALS A. Furnish extra materials that match products installed and that are packaged with protective covering for storage and identified with labels describing contents. 1. Paint: one (1) gal. of each material and color applied. PART 2 - PRODUCTS 2.1 PAINT, GENERAL A. Material Compatibility: 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer, based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. VOC Content: Provide materials that comply with VOC limits of authorities having jurisdiction. 2.2 CEMENT BOARD TRIM A. Latex, Exterior Grade paint. B. Paint colors include: 1. Match AEP Spans’ – Cool Leaf Green at fascia trim. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT EXTERIOR PAINTING 09 91 13 - 2 2.3 METAL PRIMERS A. Rusted Steel treatment and primer. 1. Coroseal 2. Refer to Section 01 25 00 for substitution Procedure. 2.4 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of the Work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Wood: 15 percent. C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Proceed with coating application only after unsatisfactory conditions have been corrected. 1. Application of coating indicates acceptance of surfaces and conditions. 2.5 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Manual" applicable to substrates and paint systems indicated. B. Clean substrates of substances that could impair bond of paints, including dust, dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and re-prime substrate with compatible primers or apply tie coat as required to produce paint systems indicated. 2.6 APPLICATION A. Apply paints according to manufacturer's written instructions and recommendations in "MPI Manual." B. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking, runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 2.7 CLEANING AND PROTECTION A. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT EXTERIOR PAINTING 09 91 13 - 3 B. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. PART 3 – EXECUTION (Not Used) END OF SECTION 09 91 13 MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT FALL PROTECTION 11 81 29 - 1 SECTION 11 81 29 FALL PROTECTION PART 1 - GENERAL 1.1 SUMMARY A. Section includes fall protection equipment including delegated design. 1.2 REFERENCES A. ANSI/IWCA 1-14.1: Window Cleaning Safety Standard B. ANSI/ASSE Z359: Safety Requirements for Fall Arrest Systems, Subsystems and Components. C. OSHA 29 Appendix C: Safety and Health Regulations for personal Fall Arrest Systems. 1. Include as part of each alternate, miscellaneous devices, accessory objects, and similar items incidental to or required for a complete installation whether or not indicated as part of alternate. 1.3 ADMINISTRATIVE REQUIREMENTS A. Coordinate with selected roofing material adjacent to anchorages. The roofing warranty shall be maintained. Flexible boots are required at roofing penetrations to allow for temporary deflection during testing and use. 1.4 SUBMITTALS A. Submit under provisions of Section 01 25 00 Substitution. B. Product Data: manufacturer’s data sheet on each product to be used, including: 1. Preparation instructions and recommendations. 2. Installation methods. C. Shop Drawings 1. Manufacturer's Engineering Services: Manufacturer shall provide product information in appropriate file format to facilitate the design process and incorporate system solutions into project documents. 2. Provide project specific, scaled, engineered stamped shop drawings and calculations including layout, dimensions, loading and structural requirements. 3. Include analytical structural calculations of the connection and the supporting structure's capacity including service / fatigue design, testing, and ultimate / failure load combinations for each type of anchorage. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT FALL PROTECTION 11 81 29 - 2 4. Roof plans with maintenance drop locations showing routing of temporary equipment supplied by the maintenance contractor such as ropes and counterweight beams. 5. Elevations indicating intermittent stabilization anchors. 6. Sections at each attachment to the primary structural system. 7. Details of each fastener. 8. Include applicable information of adjacent supporting structure. D. Certifications 1. Include a letter certified by an engineer registered in the project's state noting that the primary structural system has adequate capacity to support the transient equipment loading when combined with the applicable dead and live loads. 2. Manufacturer Insurance Certificate(s): Include product liability specifically for suspended maintenance and fall protection equipment. 3. Installer Insurance Certificate(s): Include workmen's compensation, comprehensive general liability, and comprehensive automobile liability. PART 2 - PRODUCTS 2.1 GENERAL A. Product 1. Acceptable Manufacturer: Subject to compliance with requirements, provide: a. Super Anchor. b. Refer to Section 01 25 00 for Substitution Procedure. 2.2 SYSTEM DESIGN REQUIREMENTS A. Design and anchorage layout to comply with OSHA, ANSI, IWCA, applicable state regulatory requirements, and other project requirements as necessary. B. Provide graphical design indicating areas of the building to be serviced. Provide complete coverage for the type of service required and service methods. C. Fall Protection Anchorages: 1. Capable of sustaining a minimum ultimate load of 5,000-pound force in any direction the load may be applied for fall arrest. PART 3 - EXECUTION 3.1 EXAMINATION A. Verify existing substrates match the recommendations of the manufacturer. MAPLEWOOD WATER TREATMENT PLANT ROOF REPLACEMENT FALL PROTECTION 11 81 29 - 3 B. Verify bearing surfaces are even, plumb, and true. Uneven bearing surfaces may lead to loosening of anchorages during load testing and rejection of anchorage. C. Do not begin installation until substrates have been properly prepared. 3.2 INSTALLATION A. Sequence and coordinate with other ongoing work, allowing appropriate notice to other trades and inspectors B. Install anchors and fasteners in strict accordance to manufacturer requirements. C. Torque fasteners with a calibrated torque wrench in strict accordance to manufacturer requirements. D. Fasteners shall be vibration proof through the use of permanent thread locking compound, deformed thread nuts, or damaged threads. Split ring lock washers are not acceptable without additional retention as noted. E. Coordinate installation with the Roofing Contractor and General Contractor to verify installation will result in a warrantable building envelope. F. Coordinate installation with the Roofing Contractor to verify installation will result in a warrantable building envelope. G. Coordinate installation with the General Contractor to verify installation will result in a warrantable building envelope. H. Prevent galvanic action and other forms of corrosion by insulating metals from direct contact with incompatible materials. 3.3 FIELD QUALITY CONTROL A. Load test, 100 percent of adhesive anchors shall be tensioned tested to an equivalent of the maximum anchor test load with a calibrated scale or calibrated hydraulic test apparatus. B. Equipment shall be initially load tested under the direct supervision of a licensed engineer in accordance with ANSI, OSHA, and IWCA requirements. C. Each anchor shall be inspected for conformance to manufacturer requirements, building envelope, looseness, and signs of permanent deflection during load testing. D. OSHA and ANSI/IWCA I-14.1 require that anchors first be certified and subsequently inspected on an annual basis. Coordinate with the Owner, manufacturer and local inspectors as required to maintain compliance. END OF SECTION 11 81 29 CONSTRUCTION PLANS CITY OF RENTONPROJECT INFORMATIONPROJECT PHOTOGRAPHVICINITY MAPMaplewood Water Treatment Plant Roof ReplacementProject No. WTR-27-04102 Fall 2020OWNER / CLIENTCITY OF RENTON1055 SOUTH GRADY WAYRENTON, WASHINGTON 98057PROJECT ADDRESS4032 SE MAPLE VALLEY HIGHWAYRENTON, WASHINGTON 98057ABBREVIATIONSAFF ABOVE FINISH FLOORALT ALTERNATEAPPROXAPPROXIMATE(LY)BLDGBUILDINGBTWNBETWEENCLCENTER LINECLGCEILINGCLRCLEARCONCCONCRETECONTCONTINUOUSDIA(Ø)DIAMETERDSDOWNSPOUTDWG(S)DRAWINGSEQEQUAL(E)EXISTINGEAEACHEXTEXTERIORFAFLUID APPLIEDFECFIRE EXTINGUISHER CABINETHBHOSEBIBHWHOT WATERGCGENERAL CONTRACTORGWBGYPSUM WALLBOARDHORIZHORIZONTALHCHANDICAPPEDINSULINSULATIONINTINTERIORLFLINEAR FEETMAX MAXIMUMMINMINIMUMMTLMETALNICNOT IN CONTRACTNTSNOT TO SCALEOCON CENTEROFOVERFLOWOHOVERHANG(HEAD)OPPOPPOSITEPPTPRESERVATIVE PRESSURE-TREATEDQUANTQUANTITYREQ'DREQUIREDREVREVERSE(D)SAFFSELF-ADHESIVE FLEXIBLE FLASHINGSISQUARE INCHSFSQUARE FEETSMSSHEET METAL SCREWSIMSIMILARSLSLOPE(D)SMSHEET METALSSTSTAINLESS STEELTEMPTEMPORARYTYPTYPICALUNOUNLESS NOTED OTHERWISEVFY.VERIFYV.I.F.VERIFY IN FIELDW/WITHWPWATERPROOFINGWRBWEATHER RESISTIVE BARRIERSCOPE OF REPAIR DESCRIPTIONROOF REPLACEMENT FOR AN EXISTING ONE-STORY BUILDING THAT IS APPROXIMATELY 9,700SQUARE-FEET IN AREA AND LESS THAN 30 FEET IN HEIGHT. IT IS CONSTRUCTED OF FULLY GROUTED,REINFORCED CMU BEARING WALLS AND STEEL ROOF FRAMING. THE EXISTING ROOF ASSEMBLYCONSISTS OF FIBERGLASS REINFORCED ASPHALT SHINGLES AND UNDERLAYMENT, OVER PLYWOODSHEATHING AND METAL PAN DECKING. ROOF FEATURES INCLUDE FIXED SKYLIGHTS, ROOF HATCHES,VENTS AND DRAINS VIA ALUMINUM GUTTERS AND RAIN LEADERS. THE PROJECT INCLUDES OFREMOVAL OF ROOFING AND 14 SKYLIGHTS AND THE INSTALLATION OF A NEW STANDING SEAM,PRE-FINISHED METAL ROOF AS WELL AS THE SEALING OF JOINTS BETWEEN INTERIOR METAL CEILINGPANELS. THE BUILDING WILL REMAIN OPERATIONAL DURING CONSTRUCTION.SHEET INDEXJURISDICTIONAL APPROVALSCODE INFORMATIONORIGINAL PERMIT: W-2953A2APPLICABLE CODES COMPLIANCE: 2015 INTERNATIONAL BUILDING CODE AS AMENDED BY THE CITY OF RENTON 2015WASHINGTON ENERGY CODE AS AMENDED BY THE CITY OF RENTONCURRENT CODE:2015 INTERNATIONAL BUILDING CODE* 2015 UNIFORM PLUMBING CODE*2015 INTERNATIONAL FIRE CODE*2015 WASHINGTON ENERGY COD*E2009 ICC A117.1 ACCESSIBLE AND USABLE BUILDING FACILITIES** AS AMENDED BY LOCAL JURIDICTIONSHEETTITLEG0.00PROJECT INFORMATIONG0.10A1.00A2.00A2.10A3.00PROGRESS06-03-2020SITE PLANROOF DETAILSEXISTING BUILDING ELEVATIONSBUILDING SECTIONSG0.20REPRESENTATIVE PHOTOSA4.00EXISTING BUILDING ELEVATIONSROOF PLAN AND DEMOLITION NOTESROOF DETAILSA4.10LEGAL DESCRIPTION / PARCEL NUMBERPOR OF NW 14 OF NW 14 OF GL 10LY OF STATE HIGHWAY AND NORTH OF R R R/W AND VACATED CORNERROAD LESS BEGINNING ON N LN 147 FEET EAST FROM NW CORNER TH E ALG N LN 142.70 FEET TH S27-37-50 WEST 146.21 FEET TH N 57-47-10 WEST 101.63 FEET OF CENTERLINE OF CREEK THEN NLYALONG SD C/L TO BEG EXCEPT SWLY 10 FET.PARCEL NUMBER: 222305-9010DRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-04102 PROJECTINFORMATIONG0.00MAPLEWOOD WATERTREATMENT FACILITYARCHITECTOAC SERVICES, INC.2200 1ST AVE SOUTH, SUITE 200SEATTLE, WA 98134PHONE: 206-285-4300FAX: 206-285-4371CONTACT INFORMATIONCONTACTCOMPANYTITLEPHONEMICHAEL MITCHELL, P.ECITY OF RENTONPROJECT MANAGER425-430-7265GEORGE STAHLCITY OF RENTONWATER MAINTENANCE MANAGER425-430-7400CRAIG PRAYCITY OF RENTONWATER MAINTENANCE SUPERVISOR425-430-7400ABDOUL GAFOURCITY OF RENTONWATER ENGINEERING MANAGER425-430-7210STEVE MEYERSCITY OF RENTONGOLF COURSE SUPERVISOR425-430-6806CHRISTIAN GORRY, P.E.OAC SERVICES CONSULTANT206-330-6466DOUG SAITO, AIAOAC SERVICES CONSULTANT206-618-9388PERMIT SET07-06-2020GENERAL NOTES1.A PRECONSTRUCTION CONFERENCE AND 24-HOUR NOTICE WILL BE REQUIRED PRIOR TOSTARTING CONSTRUCTION. REFER TO SP 1-08.0(1) AND SPEC SECTION 01 31 00.2.ALL WORK MATERIAL SHALL BE IN CONFORMANCE WITH THE STANDARDS AND SPECIFICATIONSOF THE CITY OF RENTON UTILITY ENGINEERING STANDARDS AND THE 2018 EDITION OF THEROAD, BRIDGE AND MUNICIPAL CONSTRUCTION PREPARED BY WSDOT/APWA STANDARDS ANDSPECIFICATIONS, AS APPROVED AND MODIFIED BY THE CITY OF RENTON IN THE RENTONSTANDARD PLANS & SPECIFICATIONS. A SET OF APPROVED PLANS SHALL BE KEPT ON SITE ATALL TIMES DURING CONSTRUCTION.3.ALL WORK WITHIN THE SITE SHALL BE SUBJECT TO THE INSPECTION OF THE CITY ENGINEER ORDESIGNATED REPRESENTATIVE. REFER TO SP 1-05.6.4.THE CONTRACTOR IS RESPONSIBLE FOR KEEPING THE BUILDING INTERIOR DRY AND UNDAMAGEDDURING THE ROOF REPLACEMENT ACTIVITIES. CONTRACTOR SHALL PROVIDE TEMPORARYPROTECTION DURING INTERVALS WHERE THE ROOF DECKING OR SHEATHING IS EXPOSED TOTHE ELEMENTS TO PROTECT THE EQUIPMENT WITHIN THE TREATMENT FACILITY FROM DAMAGEDUE TO WEATHER. REFER TO SPEC SECTION 06 10 00.5.A COPY OF THE APPROVED PLANS AND PROJECT SPECIFICATIONS MUST BE KEPT ON SITEWHENEVER CONSTRUCTION IS IN PROGRESS.6.CONTRACTOR SHALL BE RESPONSIBLE FOR ALL SAFETY PRECAUTIONS AND THE METHODS,TECHNIQUES, SEQUENCES, AND PROCEDURES REQUIRED TO PERFORM THE WORK.7.REFER TO SP 1-07.1, SP 1-07.4, & SP 1-08.4 FOR HEALTH AND SAFETY MEASURE REQUIREMENTSASSOCIATED WITH COVID-19.8.CONTRACTOR SHALL RESTORE ALL AREAS DISTURBED BY CONSTRUCTION TO CONDITIONSEQUAL OR BETTER TO THOSE FOUND PRIOR TO CONSTRUCTION.9.THE CONTRACTOR SHALL CLEAN UP ALL AREAS AFFECTED BY CONSTRUCTION ACTIVITIES TOTHE SATISFACTION OF THE CITY PRIOR TO THE END OF EACH WORKING DAY, OR MOREFREQUENTLY IF REQUIRED BY THE CITY. THIS INCLUDES REMOVAL OF ALL DUST, MUD, ROCKS,ASPHALT DEBRIS, AND REFUSE FROM STREETS, SIDEWALKS, DRIVEWAYS, AND ANY OTHERAREAS AFFECTED BY CONSTRUCTION ACTIVITIES.10.CONTRACTOR IS RESPONSIBLE FOR PREPARING COMPLETE AS-BUILT RECORD DRAWINGS.REFER TO SPEC SECTION 01 78 39.11.UNLESS NOTED AS EXISTING OR (E) ALL COMPONENTS SHOWN SHALL BE CONSIDERED NEW ANDTO BE PROVIDED AND INSTALLED AS PART OF THE WORK.12.DIMENSIONS SHOWN ARE FOR CONVENIENCE ONLY AND THE CONTRACTOR IS RESPONSIBLE FORVERIFYING ALL FIELD CONDITIONS.BID SET09-10-2020 REPRESENTATIVEPHOTOSG0.20 VIEW OF EXISTING NORTHWEST GABLED ELEVATIONEXISTING VIEW OF EXPOSED METAL CEILING AT PANEL JOINTEXISTING VIEW OF EXPOSED METAL CEILINGSOUTHWEST VIEW OF EXISTING BUILDINGDRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-04102 024'48161REMOVE (E) SHINGLED ROOF ASSEMBLY INCLUDING FLASHINGS. ROOFASSEMBLY INCLUDES ASPHALT SHINGLES AND SELF-ADHERED ICE ANDWATER MEMBRANE APPLIED TO THE ENTIRE ROOF. REMOVE AND REPLACEDAMAGED PLYWOOD SHEATHING, OTHERWISE (E) PLYWOOD SHEATHING ANDMETAL DECKING TO REMAIN. REFER TO SPECIFICATIONS FOR ADDITIONALINFORMATION REGARDING SHEATHING INSPECTION AND REPLACEMENT.2REMOVE (E) GUTTERS AND DOWNSPOUTS3REMOVE (E) SKYLIGHT AND CURB AND PATCH (E) METAL DECKING AND SHEATHING4REMOVE (E) WOOD FASCIA BLOCKINGDEMOLITION SCHEDULE5REMOVE (E) FLASHING. REMOVE AND PREP (E) SKYLIGHTS TO RECEIVE NEW METALROOFING. CAREFULLY STORE SKYLIGHTS AND REINSTALL.1LOW ROOF = 3625 SF / 150 = 24.5 SF X 144 = 3528 SI - 2,761 SI / 4 = 882 SI REQUIRED(1" RIDGE VENT) 20 SI NET FREE ARE PER FOOT X 69' LF = 1,380 SI2HIGH ROOF = 8,844 SF / 150 = 59 SF X 144 SI = 6,676 - 8,496 SI / 4 = 2,124 SI REQUIRED(1" RIDGE VENT) 20 SI NET FREE ARE PER FOOT X 115 LF = 2,300 SIROOF VENTILATION CALCULATIONS1REFER TO SPECIFICATION SECTION 11 89 29 - FALL PROTECTION FOR PLACEMENTAND INSTALLATION REQUIREMENTS.FALL ARREST49'-8"(E) 48" X 48" SKYLIGHT TO BEREMOVED, UNO(E) ROOF VENTILATORS TO REMAIN(E) 48" X 72" SKYLIGHTS (3) -SEE NOTE 5(E)SLOPE 3:1276'-8" HIGH ROOF73'-4732" LOW ROOFLOW ROOF RIDGEHIGH ROOF RIDGE A4.0012A4.008A4.101A4.104ROOFTO WALLFASCIATERMINATIONSIMILAR(E) ROOF VENT, TYPICAL OF 6A4.002RAKE/SOFFITGUTTER/SOFFITCRICKETS (3)(E) SKYLIGHT TO BEREMOVED, TYPICAL OF 14(E) SKYLIGHTS TO BEREMOVED - TYP. OF 14LINE OF (E) UPPER ROOFLINE OF (E) LOWER ROOF11222333333333333344444244555A4.102/5/8A4.006TYPICALA4.003RIDGEVENTLINE OF (E) CMU WALL BELOWGUTTER/SOFFITA4.007RIDGEVENT(E) VENTA4.101PLUMBING VENT-TYP.(E) VENTPLUMBINGVENT - TYP.115'-4"(E) COLUMNS BELOWA2.00A2.00BA2.10C D A2.10 PROJECTNORTHA4.1016REMOVE (E) FLASHING , PROTECT (E) PIPE TO REMAIN66A4.002RAKE/SOFFITA4.007GUTTER/SOFFIT66A4.007GUTTER/SOFFITV.I.F.(E)SLOPE 3:12V.I.F.(E)SLOPE 3:12V.I.F.(E)SLOPE 3:12V.I.F.A4.002RAKE/SOFFITCEILING PANEL JOINTSAPPROX. 10' O.C. -TYP.V.I.F.A4.107(INTERIOR)TYP.A4.107APPROX. 10'O.C. - V.I.F.1NOTIFY ENGINEER IF PLYWOOD SHEATHING DECAY IS UNCOVERED DURING DEMOLITION. DECAY IS GENERALLYDEFINED HERE AS WET OR WATER STAINED SHEATHING THAT CAN BE PENETRATED WITH A SCREWDRIVER TO DEPTHSGREATER THAN OR EQUAL TO 14 INCH.SHEATHING INSPECTION AND REPLACEMENT2DECAYED SHEATHING TO BE REPLACED TO MATCH EXISTING - 1 LAYER OF 1 INCH CDX AND ONE LAYER OF 58" CDX.STAGGER JOINTS BETWEEN LAYERS 12 INCHES IN EACH DIRECTION. FASTEN PLYWOOD TO STEEL DECKING AT 12 "O.C. IN THE FIELD AND 6" O.C. AT THE PERIMETER W/#10 SCREWS.3OBTAIN WRITTEN VERIFICATION FROM ENGINEER PRIOR TO COVERING PLYWOOD WITH NEW ROOFING COMPONENTS.A4.1011(INTERIOR) TYP.A4.1011TYP. (INTERIOR)A4.007A4.104A4.1012A4.1012A4.1043A4.003(INTERIOR)TYP.A4.005TYPICALA4.1044REFER TO SPECIFICATION SECTION 06 10 00 - ROUGH CARPENTRY FOR ADDITIONAL INFORMATION ON PROTECTINGAND TREATING WATER DAMAGED WOOD WITH BORATE.DRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-04102 ROOF PLAN ANDDEMOLITION NOTESA1.001SCALE: NTSROOF PLAN RECTANGULAR ALUMINUMDOWNSPOUT, PROVIDEDOWNSPOUT ADAPTER ASREQUIRED, TYPICAL(E) CIRCULAR ROOF VENT, CLEANPRIME AND PAINT(E) SKYLIGHTS REMOVEDMETAL ROOF, TYPICAL(E) SKYLIGHTS (3) TO BE REMOVEDAND REINSTALLED(E) GRADE, VARIES(E) GRADE, VARIES(E)PLUMBING VENT W/NEWFLASHINGS(E) LOUVER(E) BRICK VENT(E) CMU COURSING(E) FLOOD LIGHTMETAL ROOF(E) SKYLIGHTS REMOVED(E)ROLL UP OVERHEAD DOORRECTANGULAR ALUMINUMDOWNSPOUT(E) SKYLIGHTS REMOVEDALUMINUM GUTTERA4.101TYPICALA4.101SIMILAR28'-6" V.I.F.RECTANGULAR ALUMINUMDOWNSPOUT, TYPICALRECTANGULAR ALUMINUMDOWNSPOUT(E) VENTSRECTANGULAR ALUMINUMDOWNSPOUTRECTANGULAR ALUMINUMDOWNSPOUT- CONNECT TO (E)STORM LINES - TYP.024'4'8'16'ALUMINUM GUTTERMETAL ROOFING19'-0" V.I.F. 20'-10" V.I.F. 21'-5"V.I.F.EXISTINGBUILDINGELEVATIONSA2.00ASCALE: NTSEAST ELEVATIONBSCALE: NTSWEST ELEVATIONDRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-04102 (E) LOUVERSRIDGE VENT(E) CIRCULAR ROOF VENT, CLEANPRIME AND PAINT, TYPICALCONTINUOUS RIDGE VENT(E) CMU COURSING(E) SKYLIGHT TO BE REMOVEDALUMINUM GUTTER, TYPICALPROVIDE ALUMINUM DOWNSPOUTADAPTER AS REQUIRED, TYPICALALUMINUM DOWNSPOUT(E) FLOOD LIGHT(E) GRADE, VARIES(E) PLUMBING VENT - TYP,(E) CONCRETE(E) BRICK VENT(E) GRADE, VARIESMETAL ROOF, TYPICAL(E) SKYLIGHT TO BE REMOVEDPROVIDE DOWNSPOUT ADAPTERAS REQUIRED, TYPICAL(E) CIRCULAR ROOF VENT(E) SKYLIGHT TO BE REMOVEDAND REINSTALLED, REFER TOROOF PLAN FOR ADDITIONALINFORMATION, TOTAL 3ALUMINUM DOWNSPOUT, TYPICALRECTANGULAR ALUMINUMDOWNSPOUTRECTANGULAR ALUMINUMDOWNSPOUT ALUMINUM GUTTER(E) PLUMBING VENTRECTANGULAR ALUMINUMDOWNSPOUT024'4'8'16'28'-912" METAL ROOFINGEXISTING BUILDING ELEVATIONSA2.10DSCALE: NTSNORTH ELEVATIONCSCALE: NTSSOUTH ELEVATIONDRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-04102 A4.003(E) FILTER ROOM 101(E) PUMP ROOM 102(E) ELEC.ROOM 104(E) BLOWERROOM 105(E) CHLORINE CONTACT CHAMBER(E) BACKWASH BASIN(E) CHLORINE CONTACT BASIN(E) R30 BATTINSULATION(E) METAL CEILING, REFER TO DETAILFOR SEALING OF (E) METAL CEILING LAPSGRADEGRADE(E) CHLORINE CONTACT CHAMBER(E) FILTER ROOM 101(E) MAIN GIRDERS(E) R30 BATTINSULATION(E) CHLORINECONTACTCHAMBER(E) ROOF VENT(E) SKYLIGHT TO BEREMOVED ANDINFILLED, TYPICAL(E) METAL CEILINGDECKING OVER OPENWEB JOISTSALUMINUMDOWNSPOUT(E) R30 BATTINSULATION(E) PUMP ROOM 102(E) METAL CEILINGDECKING OVER OPENWEB JOISTSCONTRACTOR TO VERIFY THAT (E) SEALANT ISPERFORMING AS ORIGINALLY INTENDED, TYPICAL ATSIMILAR CONDITIONSA4.003A4.107A4.1012A4.1012TYP.ALUMINUMDOWNSPOUTBUILDING SECTIONSA3.00DRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-041022SCALE: NTSNORTH SOUTH BUILDING SECTION1SCALE: NTSEAST WEST BUILDING SECTION AT LOW ROOF3SCALE: NTSEAST WEST BUILDING SECTION AT HIGH ROOF 24 GAUGE PRE-FINISHED ZEE CLOSURE BY METALROOFING MANUFACTURER PROVIDE 4" LAPS WITH 3BEADS OF SEALANTCONTINUOUS BUTYL SEALANT TAPE24 GA. PRE-FINISHED METAL FLASHING WITH HEMMEDDRIP BY METAL ROOFING MANUFACTURER(E)ROOF CURB4" LAP MIN. VERIFY IN FIELD 1" MIN.4" WIDE X 4" DEEP ALUMINUM GUTTERJOGGLE CLEAT PER PANEL MANUFACTUREROVER CONT. BUTYL TAPEPAN HEAD STAINLESS STEEL SCREWS AT 12" O.C.-SET LEG OF GUTTER IN FULL BED OF BUTYLSEALANT PRIOR TO ATTACHMENTFIBER CEMENT FASCIA, PAINTED, SECURE TO(E) STEEL WITH STAINLESS STEEL SCREWS AT24" O.C.., PAINTED TO MATCH FASCIA COLORLAP UNDERLAYMENT OVER (E) TUBE STEELAPPLY 38" BEAD OF NON SKINNING BUTYLSEALANT ON BOTH SIDES AND TOP OF MALEPANEL RIB BEFORE ENGAGING FEMALE RIB OFNEXT PANELMETAL ROOFING(E) METAL DECKING(E) 1" ROOF SHEATHINGFIELD CUT AND TURN UPPANEL MINIMUM 112"SHEET METAL RAKEFLASHING, PROVIDE FULLYSOLDERED BOOT FLASHINGAT ALL CORNERS ANDTRANSITIONS- REFER TO6/A4.00 FOR ADDITIONALINFORMATIONTURN-UP ROOF PANEL ATRAKE CONDITIONROOF SHEATHING CONT. BUTYL SEALANTTAPE AND 18" STAINLESSSTEEL POP RIVETSG-90 GALV CONTINUOUSCLEAT, SECURED W/PANHEAD STAINLESS STEELSCREWS AT 12"O.C. - GAUGEPER MANUFACTURER3/4"(E) METAL SOFFIT, CONTRACTOR TO VERIFYMANUFACTURER. REFER TO SHEET A1.00 FORMINIMUM VENTING REQUIREMENTS(E) METAL SOFFIT, CONTRACTOR TO VERIFYMANUFACTURER. REFER TO SHEET A1.00 FOR MINIMUMVENTING REQUIREMENTSALUMINUM GUTTER OUTLET2" DIA. ALUMINUM DOWNSPOUTFIBER CEMENT FASCIA,PAINTED(E) FRAMED ASSEMBLYA4.001124 GAUGE PRE-FINISHED ZEE CLOSURE APROVIDE 4" LAPS WITH 3 BEADS OF SEALANTCONTINUOUS BED OF SEALANTCONTINUOUS BUTYL SEALANT TAPE24 GA PRE-FINISHED METAL FLASHING WITH HEMMEDDRIP BY ROOFING MANUFACTURERFACE OF (E) CMU WALL24 GAUGE PRE-FINISHED METAL FLASHING BPROVIDE 4" LAPS WITH 3 BEADS OF SEALANT4"12" WIDE BY 1" DEEP KERF12" SEALANT JOINT WITH BACKER ROD, DUSTED WITHMORTAR MIXGUTTER STRAP EQ. SPACED AT A MAXIMUM OF24" O.C.(E) STEEL OUTRIGGER(E) STEEL ANGLE, PREP TO RECEIVE PAINT(E) TUBE STEEL FASCIA18" STAINLESS STEEL POP RIVETEDCONNECTION18" STAINLESS STEEL POP RIVET AT 12" O.C.GASKETED STAINLESS STEEL SCREWS AT 12" O.C.SECURE MFR'S. RECEIVER CLIPPAN HEAD STAINLESS STEELSCREWS AT 12"O.C. AND CONT.NON-SKINNING BUTYL SEALANTTYPICALPAN HEAD STAINLESS STEEL SCREWS AT 12" O.C.FACE OF (E) CMU WALLTOP OF (E) ROOF SHEATHING18" STAINLESS STEEL POP RIVET AT 12" O.C.24 GAUGE, PRE-FINISHED METAL SIDE WALLFLASHING BY METAL ROOFING MANUFACTURERCONTINUOUS BED OF SEALANTMETAL ROOFINGA4.0011A4.00A4.001AA4.00A4.001AA4.00A4.001BA4.00A4.001B(E) METAL ANGLEAND TUBE STEEL 18" STAINLESS STEELPOP RIVETSSTAINLESS STEEL SCREWS PER MANUFACTURESPUBLISHED INSTALLATION INSTRUCTION1-1/2" MIN. 1-1/2" MIN.CONTINUOUS BUTYL SEALANT TAPESTAINLESS STEEL SCREWS PER MANUFACTURESPUBLISHED INSTALLATION INSTRUCTION1" MAX.STAINLESS STEEL LEAF GUARD, TYPICALUNDERLAYMENTBEARING PLATE PERMANUFACTURER'S REQUIREMENTG-90 GALVANIZED METALPANEL CLIP PROVIDED FROMMETAL ROOFINGMANUFACTURER AS PART OFAPPROVED ASSEMBLYUP TURNEDLEG OF PANELSTAINLESS STEEL PANCAKEHEAD FASTENERS, REFER TONOTE BELOWNOTES:1. FASTENER REQUIREMENTS ATTACHMENT CALCULATIONS (SIZE AND QUANTITY)TO BE SUBMITTED FOR REVIEW BY LICENSED ENGINEERED IN THE STATE OFWASHINGTONVERIFY THAT ADJOININGPANELS ARE FULLY ENGAGEDNON SKINNING BUTYL SEALANT38"METAL ROOFINGFIBER CEMENT FASCIAFOLDED RAKE FLASHINGSECURE FASCIA TO STEELTUBE WITH STAINLESS STEELSCREWS AT 12" O.C.,ATTACHMENTS TO BELOCATED BEHIND FLASHINGS FOLDED DOWN TOCLOSE ENDGUTTER NOT INDICATED FOR CLARITY OFRAKE FLASHING TERMINATION2"MFR'S PRE-FINISHEDMETAL RIDGE CAPHWH SCREW WITHSEALING WASHER12" CONTINUOUS VENTSEALED TO Z FLASHINGG-90 GALVANIZED . ZFLASHING - GAUGE PERMANUFACTURERCUT (E) ROOF SHEATHINGAND METAL DECKING TOPROVIDE 2" CONTINUOUSVENTING(E) SHEATHING(E) STEEL FRAMING(E) METAL DECKING(E) METAL CEILING6"SOFFITEXTERIORMETAL ROOFSLIP SHEET PER MFR. (NOTSHOWN)BREATHABLE UNDERLAYMENTHIGH TEMPERATURE SELF ADHERING MEMBRANE(E) ROOF SHEATHING(E) METAL DECKING(E) STEEL OUTRIGGER(E) VENTED METAL SOFFIT PANELSOFFITEXTERIORINTERIOREXTERIORMETAL ROOFSLIP SHEET PER MFR. (NOTSHOWN)BREATHABLE UNDERLAYMENTHIGH TEMPERATURE SELF ADHERING MEMBRANE(E) ROOF SHEATHING(E) METAL DECKINGSEAL (E) INTERIOR DECK JOINTS(E) STEEL ROOF STRUCTUREINTERIOR1A1BROOF ASSEMBLY AT SOFFIT AND RAKE CONDITIONSROOF ASSEMBLY AT INTERIOR CONDITIONEXTERIORREMOVE AND REINSTALL METAL CLOSUREAS REQUIRED TO REMOVE AND REPLACESEALANT. INSTALL NEW CONT. BEAD OFSILICONE SEALANT - TYPPAN HEAD STAINLESSSTEEL SCREWS AT 12" O.C.MFR'S CLOSURESTRIPS, SECURE INPLACE WITH SEALANTCONTINUOUS BEAD OFSEALANT OR DOUBLESIDE BUTYL TAPEUNDERLAYMENTPREMANUFACTUREDVENTHORIZONTAL FOLDED TABTO SHINGLE WITH ROOFINGASSEMBLY4.001B4" MIN.FOLDED LEGFULLY SOLDERED, 24 GA. , G-90GALVANIZED SHEET METALSADDLE FLASHING, INSTALLEDON TOP OF (E) ROOF SHEATHING6"4"COORDINATE WITH (E) CONDITIONS ANDDEPTH OF FASCIA, INTENT IS THAT FASCIAEND TO COVER LEG OF FLASHINGA4.007GUTTER NOT SHOWN REFERTO DETAIL CALLOUTA4.001A4.008FOLDED DOWN TO CLOSEENDA4.008SIM.FASCIA FLASHINGSEAL ALL JOINTSAT Z-FLASHINGW/NON-SKINNINGBUTYL SEALANTROOF DETAILSA4.00DRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-041021211SCALE: NTSPANEL CLIP7SCALE: NTSFASCIA AND GUTTER SECTION DETAIL3SCALE: NTSRIDGE VENT6SCALE: NTSRAKE TO FASCIA CORNER FLASHINGSCALE: NTSROOF FASCIA TO WALL INTERFACE FLASHING5SCALE: NTSROOF TO CURB INTERFACE DETAIL8SCALE: NTSROOF TO WALL INTERFACE DETAIL2SCALE: NTSROOF RAKE DETAIL1SCALE: NTSTYPICAL ROOF ASSEMBLY AMETAL DECKING CEILING COVERPLATE, PROFILE TO MATCH (E)SELF ADHEREDMEMBRANE AT JOINTS1"1"(E) METAL CEILINGA38" MIN.B14" MINIMUM BOND BREAKER* RATIO OF A:B SHOULD BE MINIMUM 2:1 * VERIFY SEALANT RATIO REQUIREMENTS WITH SEALANT MANUFACTURER* RATIO OF A:BSHOULD BE MINIMUM2:1A38" MINBCSEALANT JOINT AS SCHEDULEDBACKER ROD AS SCHEDULED,25% LARGER THAN JOINT1. DIMENSIONS A AND C MUST BE AT LEAST 38".2. TOOL JOINT SURFACE CONCAVE3. DIMENSION "A" MAXIMUM PER MANUFACTURER'S PUBLISHED RECOMMENDATIONS4.PROVIDE ONSITE SEALANT PULL TESTS ONALL SEALANT TYPES AND SUBSTRATES. TESTTO BE PERFORMED AFTER SEALANT(S) HAVEFULLY CUREDCASECTION AT CEILING PANEL LAP(E) METAL CEILING(E) FOAM CLOSURE(E) BRACKET(E) CMU WALLSELF ADHERED MEMBRANEMETAL DECKING CAPPOP RIVET AT 24 " O.C.SELF ADHERED MEMBRANE24 GA. PRE-FINISHED METALANGLE W/ HEMMED EDGESFASTENED AT 36" O.C. W/316"x1-3/4" COATED STEELMASONRY SCREWS THROUGHSLOTTED HOLES, PRE-DRILLPER INSTALLATIONINSTRUCTIONSNOTES:1. PRIOR TO THE INSTALLATION OF THE METAL ROOF REVIEW THE EXISTING PENETRATIONS SO THE PENETRATION DOES NOT CONFLICT WITH THE PANELRIBS.2.SUBSTRATE MUST BE CUT OUT ADEQUATELY SO THAT THE ROOF JACK IS ONLYATTACHED TO THE ROOF PANEL.METAL ROOFING(E) PIPE PENETRATIONWOOD SHEATHINGSUBSTRATE,CLEARANCE MUST BE 1"LARGER THAN ROOFJACKUNDERLAYMENTVERIFY (E) HOLE IS 1" MINIMUM LARGERTHAN PENETRATION, PIPE MUST BE INTHE "BROAD" FLAT OF THE PANELSTAINLESS STEEL CLAMP,PROVIDED AS PART OFPRE-MANUFACTUREDROOF JACK ASSEMBLYROOF JACK,INSTALL PERMANUFACTURERSPUBLISHEDINSTRUCTIONSCONT. SILICONE SEALANTCAP FLASHING WITH HEMMEDDRIPNEW SHEET METAL CRICKET,PRIMED AND PAINT TO MATCHMETAL ROOFING IN COLOR ANDTEXTUREUNDERLAYMENTNON-SKINNING BUTYLSEALANT, TYPICALSTAINLESS STEEL,GASKETED SCREWSAT 12" O.C., TYPICALJOGGLE CLEAT -SEE 7/A4.00 FOR ADDITIONALINFORMATIONVERIFY DIM. DEPENDING ONLENGTH OF PANEL, VERIFY WITHPANEL MANUFACTURERSLOPE 3:12 (E)CRICKET, MINIMUM SLOPE3:12(E) SKYLIGHT CURBA4.105/8METAL ROOFINGMANUFACTURER'S 24GAUGE,PRE-FINISHED METALAPRON FLASHING,REFER TO 5/A4.00FOR ADDITIONALINFORMATIONA4.001BHNOTE:1.MAINTAIN 1:2, HEIGHT:WIDTH RATIOW6"8" MIN.TARGET OF SELF-ADHEREDFLASHING MIN. 24" BEYONDR.O.ALL DIRECTIONS*NOTES:*INTEGRATE UNDERLAYMENT ANDSELF-ADHERED FLASHING IN AWATER-SHEDDING MANNER -TYP.1"1"COORDINATE CURBHEIGHT WITH (E) CURBCUSTOM FABRICATED - FULLYSOLDERED 24 GAUGE,PAINT-GRIP GALVANIZEDMETAL SADDLE FLASHING.SUBMIT SHOP DRAWING TOMFR. FOR APPROVAL ASPART OF WARRANTED ROOFASSEMBLYMINIMUM 6" LAP WITH 3 BEADS OF SEALANT EACH WAYCRICKET4"TARGET OF HIGHTEMPERATURE SAFF,INTEGRATE W/UNDERLAYMENT (NOTSHOWN) IN AWATER-SHEDDINGMANNER. REFER TO 5/A4.10FOR ADDITIONALINFORMATION.4.105SLOPE DOWN4" ALUMINUM SPLICE,SET IN FULL BED OFSILICONE SEALANTALUMINUM GUTTEROUTLET SET IN A BED OFSEALANTA4.007ALUMINUM GUTTERBED AND SEAL ALUMINUM GUTTERSPLICE WITH SEALANT, TYPICALPOP RIVET ONE SIDE ONLY ASINDICATED, PAINT TO MATCHGUTTER COLOR3 0 °PREFINISHED 24GA FLASHINGFOLDEDVERTICAL LEGUPREFER TO SECTIONVIEW ABOVE FORINTEGRATINGFLASHING WITHUNDERLAYMENTFOLDED LEG TOSPRING TO KERFIN (E) CMUBLOCKFLASH LEG TOFOLD BEHINDFLASHINGSEAL CORNER WITHNON SKINNINGBUTYLFOLDED LEG TOSPRING TO KERFIN (E) CMUBLOCK3132"DIVERTERFLASHINGDIVERTERUNDERLAYMENT LAPPED UPVERTICAL LEG OF DIVERTERFLASHINGKERFED JOINT IN(E) CMUDIVERTERFLASHING2 PART FOLDEDPREFINISHEDDIVERTER FLASHINGVERTICAL LEG OFDIVERTER FLASHING,ROOFINGUNDERLAYMENT NOTSHOWN1" DEEP x 12"WIDE KERF IN (E)CMUALUMINUM GUTTERBELOWHORIZONTALFLASHING ABOVEMETAL ROOFING ENDTERMINATIONFLASHING BELOWKERF FORFASCIA SADDLEFLASHINGABABA4.007REFER TO DETAILFOR ADDITIONAL INFORMATIONA4.008REFER TO DETAILFOR ADDITIONAL INFORMATIONELEVATION VIEWPLAN VIEWSECTION VIEWISOMETRIC VIEW OF 2 PART FLASHINGCONTINUOUS 12"SEALANT JOINTWITH BACKERROD AT (E) CMUMETAL ROOFINGMETAL ROOFINGUNDERLAYMENTPAN HEAD SCREWS 12" O.C. ALLSIDES, SECURE EXTERIOR GRADEPLYWOOD (E) METAL DECKING2"MIN6"(E) OPENING(E) ROOF SHEATHING(E) METAL DECKING3 CONTINUOUS BEADS OF SILICONESEALANTFLAT HEAD RIVETS AT EVERYOTHER METAL DECKING RIBS ANDAT 12" O.C. AT SIDES(E) STEEL C-CHANNEL(E) 2 12" METAL STUDS WITH INSULATION(E) R-30 INSULATION(E) OPEN WEB ROOF JOIST(E) METAL CEILINGFLAT HEAD RIVETS AT EVERYOTHER METAL DECKING RIBS ANDAT 12" O.C. AT SIDES, INSTALL IN ANEAT STRAIGHT LINEMETAL DECKINGEXTERIOR GRADE SHEATHING, THICKNESS TO MATCH EXISTINGR-48 MINERAL WOOLBLANKET INSULATIONMETAL CEILING, PRIME AND PAINT TOMATCH EXISTING IN COLOR AND TEXTUREMETAL DECKINGCUSTOM FABRICATEDALUMINUM END CAPA4.001BA4.005NOTE: LEAF GUARD NOT SHOWN FOR CLARITY OF DETAILROOF DETAILSA4.10DRAWNDESIGNCHECKCOPYRIGHT © 2020 OAC SERVICES, INC.THESE DOCUMENTS, THE IDEAS AND DESIGNS INCORPORATEDHEREIN AS AN INSTRUMENT OF SERVICE, ARE THE PROPERTY OFOAC SERVICES, INC. AND ARE NOT TO BE USED IN WHOLE OR INPART WITHOUT WRITTEN AUTHORIZATION OF OAC SERVICES, INC.2200 1st Avenue South #200, Seattle, WA 98134 t: 206.285.4300 f: 206.285.4371 w: www.oacsvcs.comOAC PROJ. No.MAPLEWOOD WATER TREATMENT PLANT Roof Replacement RENTON WASHINGTON2019393.002020-06-03 60% REVIEW SET2020-07-06 PERMIT SET41600WTR-27-0410211SCALE: NTS11SCALE: NTSCEILING TO WALL TRANSITION10SCALE: NTSTYPICAL SEALANT JOINT7SCALE: NTSMETAL CEILING PANEL JOINTS4SCALE: NTSGUTTER ISOMETRIC1SCALE: NTSPIPE PENETRATION ISOMETRIC5SCALE: NTSSECTION VIEW AT SKYLIGHT8SCALE: NTSCRICKET AND CURB FLASHING AT SKYLIGHT2SCALE: NTSPLAN VIEW OF SKYLIGHT FLASHING6SCALE: NTSROOF DIVERTER FLASHING12SCALE: NTS(E) SKYLIGHT INFILL SECTION