Loading...
HomeMy WebLinkAboutContract v..r *ale CAG-03-138 CITY OF RENTON COMMUNITY SERVICES DEPARTMENT CONTRACT AGREEMENT THIS AGREEMENT is made as of the lIF1A day of , 2003, between the CITY OF RENTON, a municipal corporation of the State of Was mgton, hereinafter referred to as "CITY" and Lloyd A. Lynch, Inc. , hereinafter referred to as "CONTRACTOR", to remove the existing multi- layers of built-up roofing,disposal of same and installing a new modified bitumen roof coating system over the entire roof, including replacement of flashings and coping, at The Renton Museum, 235 Mill Avenue South, Renton, Washington. The City and Contractor agree as set forth below. 1. Scope of Services The Contractor will provide all material and labor necessary to perform all work described in the Project Specification book. 2. Changes in Scope of Services The City, without invalidating the Contract, may order changes in the Services consisting of additions, deletions or modifications, the Contract Sum being adjusted accordingly. Such changes in the work shall be authorized by written Change Order signed by the City and the Contractor. 3. Time of Performance. The Contractor shall commence performance of the Contract no later than ten (10)calendar days after Contract's final execution, and shall complete the full performance of the Contract not later than 30 calendar days from the date of commencement. 4. Term Of Contract. The Term of this Agreement shall end at completion of the enclosed scope of work. This Agreement may be extended to accomplish change orders, if required, upon mutual written agreement of the City and the Contractor. 5. Contract Sum. The total amount of this Contract is the sum of $72,352.00 which includes Washington State Sales Tax. 6. Method of Payment Payment by the City for the Services will only be made after the Services have been performed and a voucher or invoice is submitted in the form specified by the City. Payment will be made thirty(30)days after receipt of such voucher or invoice. The City shall have the right to withhold payment to the Contractor for any work not completed in a satisfactory manner until such time as the Contractor modifies such work so that the same is satisfactory. 7. Employment. The Contractor's employees are not employees of the City of Renton. 8. Assignment and Subcontract The Contractor shall not assign or subcontract any portion of this Contract without express written consent of the City of Renton. 9. Record Keeping and Reporting. The Contractor shall maintain accounts and records which properly reflect all direct and indirect costs expended and services provided in the performance of this Agreement. The Contractor agrees to provide access to any records required by the City. 10. Hold Harmless. The Contractor shall indemnify, defend and hold harmless the City, its officers, agents, employees and volunteers, from and against any and all claims, including claims from third parties, losses or liability, or any portion thereof, including attorneys fees and costs, arising from injury or death to persons, including injuries, sickness, disease or death to Contractor's own employees, or damage to property occasioned by a negligent act, omission or failure of the Contractor. 11. Insurance. The Contractor shall secure and maintain in force throughout the duration of the Contract Commercial General Liability insurance in the amount of$2,000,000;Auto Liability insurance in the amount of$1,000,000; Excess Liability insurance in the amount of$1,000,000; and Workers' Comp coverage. The City of Renton shall be named as an additional insured on the policy. A certificate of insurance evidencing the contractor's insurance coverage shall be delivered to the City before executing the Work on this Agreement. 12. Compliance with Laws The Contractor and all of the Contractor's employees shall perform the services in accordance with all applicable federal, state, county and city laws, codes and ordinances. 13. Conflicts. In the event of any inconsistencies between contractor proposals and this contract, the City of Renton contract shall prevail. 14. Prevailing Wage Rates. By executing this Contact, the Contractor agrees to comply with the State prevailing wage requirements as set forth in the Contract Documents. This Agreement is entered into as of the day and year written above. CONTRACTOR CITY OF RENTON Signature �'+; Signature Lynn Lynch, President Jesse Tanner Mayor Printed Name and Title Printed Name and Title Lloyd A. Lynch Inc. Business Name Attest P.O. Box 1305 Bonnie I Walton City Clerk Mailing Address Printed Name and Title Woodinville WA 98072-1305 city State Zip 425-485-5596 Telephone SECTION 00900-AFFIDAVIT OF COMPLIANCE CITY OF RENTON AFFIDAVIT OF COMPLIANCE Susan Ha brandt herby confirms and declares that I• It is the company policy to offer equal opportunity to all qualified employees and applicants for employment without regard to the race, disability. creed,color,sex,national origin,age,or II. The company complies with all applicable federal,state and discrimination in employment local Taws governing non- III- When applicable,the company will seek out and negotiate with minority and women contractors for the award of subcontracts. Susan Hagbrandt, Office Assistant Print Represent Name and Toe Repn:seMative's Sg (Soul conbacbr shat mbnt ttds signed form wrfth signed contract) ROOF REPLACEMENT MUSEUM 00W-1 AFFl)AVIT OF COMPLIANCE SE _V 00910.136 T I"HE C[TY OP RENi FORM KNOW All MEN BY THESE PRESENTS; Bond No. 1 62 56 98 That we,the Undersigned Lloyd A. Lynch, Inc. as PlWp4 and Great American Insurance Company mmatim wed and e*try under the jaws of#*State of Ohio cocporadon,W quAW undar the laws of the State of WaWngbn to become as a =*actors w1h muraco eorporauon%as surety are A*and severalty halo and f �the Ck of ReWonin the peWsm- .352.00 Seventy Two Thousand Thre Hu red FiftyTwo & No/100 mid We bind owseh/es am otwSte, ,;*WnmftatM qF Pe=�OfNiter sum an th►+es,as the case may be RentorL obkatiDn is mWed'into In Pty of the statutes of the Stet®of Was�gtoR the OMfnance of the City of Dated at Spokane W4sltlnQtgt,111jg_l5 ttgay of September 2W3 Nevertheless.the conddons of tha above obNa5m are such that: WHEREAS.under and pursuant to Public Wodm CW*jc:bW Contact CAG W°vik8 bra Of oval of the existin multila ers of built-up roofing, disposal of same and and installing a new modified bitumen roing s stem over the entire roof,including replacement of fleshings and co ing, at the Renton Museum. is th fin"a born forthe taithiui Pe bnwice of itie cmhaat;and iNHEREAS•the PilciPd has act,or is about to accept,the the undedake too Provided for its the manner and wittrin the time set �'��>�rfc therein NM,TMEREFORF,0#*prk)*W SW y Pe&nn all of the withtn the time ttrereb set or wi�>irr such e*sfons of#as s of saW fact in the and Pay Of hbonxr-6 Wdm=�s�wntradom and magi ,and EA under * and shag s std seid prindpa[or from any or expe r of c�of SM�4 and SW hold said Cky of t�� dWW0tS appearing or developing in the material or WWMk-r�P- O.Wknied under or from penod of one yearafWks ao # eof bytbe 0Yof RentD%then and m event this"1gWW shalt be void:but otherwise I shall be and remain in U foroe and effect. Lloyd A. Lynch, Inc. Great American Insurance Company �Y 6912-220th Street S.W., Ste 315 Mountlake Terrace, WA 98043 Sluetys Address L nn L arch, President c Name and Tme is Jo Ann Mikkelsen Attorne -In-Fact Name and Ttde R00FREPLAC8fiWAl1SEUM BOND TO 7W C"40FRWON FORM GREAT AME)iICAN® INSURANCE COMPANIES TERRORISM COVERAGE RIDER NOTICE-DISCLOSURE OF TERRORISM COVERAGE`AND PREMIUM The Terrorism Risk Insurance Act of 2002 establishes a program within the Department of the Treasury,under which the federal government shares,with the.insurance industry, the risk of loss from future terrorist attacks. The Act applies when the Secretary of the Treasury certifies that an event meets the definition of an Act of Terrorism. The Act provides that to be certified, an Act of Terrorism must cause losses of at least five million dollars and must have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest to coerce the government or population of the United States. To be attached to and form part of Bond No, 1 62 56 98 , effective September 15, 2003 In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Great American Insurance Company, its affiliates (including, but not limited to Great American Alliance Insurance Company, Great American Insurance Company of New York and Great American Assurance Insurance Company)is the surety. The United States Government,Department of the Treasury,will pay a share of terrorism losses insured under the terms of the Act. The federal share equals 90% of that portion of the amount of such insured losses that exceeds the applicable insurer retention. This Coverage Part/Policy covers certain losses caused by terrorism. In accordance with the Federal Terrorism Risk Insurance Act of 2002, we are required to provide you with a notice disclosing the portion of your premium, if any, attributable to the coverage arising from losses for Terrorist Acts Certified under that Act. The portion of your annual premium that is attributable to coverage for Terrorist Acts Certified under the Act is : $:00. GMU AKRICAN INSURANCE CAMpANY" 580 WALNUT STREET•CINCINNATI, OHIO 45202.513-369-5000•FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than No.0 13 83 2 FIVE POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREAT AMERICAN INSURANCE COMPANY,a corporation organized and existing under and by virtue of the laws of the State of Ohio,does hereby nominate,constitute and appoint the person or persons named below its true and lawful attorney-in-fact,for it and in its name,place and stead to execute in behalf of the said Company,as surety,any and all bonds, undertakings and contracts of suretyship,or other written obligations in the nature thereof;provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name Address Limit of Power WALTER W. WOLF JUDITH C. KAISER—SMITH ALL OF ALL JO ANN MIKKELSEN JUDITH A. RAPP JAMES E. MAJESKEY, II SPOKANE, WASHINGTON UNLIMITED This Power of Attorney revokes all previous powers issued in behalf of the attorney(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 29th day of January, 1999 Attest GREAT AMERICAN INSURANCE COMPANY STATE OF OHIO, COUNTY OF HAMILTON —ss: On this 29th day of January, 1999 before me personally appeared DOUGLAS R. BOWEN, to me known, being duly sworn, deposes and says that he resided in Cincinnati, Ohio, that he is the Vice President of the Bond Division of Great American Insurance Company,the Company described in and which executed the above instrument;that he knows the seal;that it was so affixed by authority of his office under the By-Laws of said Company,and that he signed his name thereto by like authority. This Power of Attorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated March 1, 1993. RESOL VED: That the Division President,the several Division Vice Presidents and Assistant Vice Presidents,or any one of them, be and hereby is authorized,from time to time,to appoint one ormore Attorneys-In-Fact to execute on behalf of the Company,as surety,any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof to prescribe their respective duties and the respective limits of their authority,and to revoke any such appointment at any time. RESOL VED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any power of attorney or certificate of either given for the execution of any bond, undertaking,contractor suretyship,or other written obligation in the nature thereof,such signature and seal when soused being hereby adopted by the Company as the original signature of such officer and the original seal of the Company,to be valid and binding upon the Company with the same force and effect as though manually affixed. CERTIFICATION I, RONALD C. HAYES,Assistant Secretary of Great American Insurance Company,do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of March 1, 1993 have not been revoked and are now in full force and effect. Signed and sealed this 15th day of September 2003 S1029S(11'97) dw .r ROOF REPLACEMENT for the �. MUSEUM �Y N CITY OF RENTON COMMUNITY SERVICES DEPARTMENT FACILITIES DIVISION 1055 SOUTH GRADY WAY RENTON,WASHINGTON August 20,2003 PROJECT SPECIFICATIONS CITY OF RENTON Community Services Department A 1 0 Committed to Enriching Lives 0 MEMORANDUM [DATE: August 28, 2003 : All Bid Participants OM: Greg Stroh, Facilities Manager Ph 425-430-6614 SUBJECT: Addendum to the Contract Roof Replacement for the Museum ROOF REPLACEMENT of the MUSEUM 235 Mill Avenue South Renton, Washington ADDENDUM #1: Please include the following in the base bid. 1. Remove and replace surface mounted counter flashing at low roof decks. Match existing. 2. Raise fan exhaust curbs as needed on lower SW roof deck to obtain an 8 inch minimum curb height above new finished roof. 3. Remove structural cricket at upper roof and replace as detailed on new tapered insulation plan provided. 4. Replace drains at upper roof. 5. Owner to clear drains prior to work. 6. Scuppers at lower roof decks shall be retrofitted as needed to accommodate new taper system. 7. Warranty shall be 20-year full system warranty to include insulation. CADocuments and Settings\gstroh\My Documents\Contract Docs\Misc Museum Roof Proj docs\Museum Roof Contract dots\Museum Roof Addendum.doc w. ROOF REPLACEMENT - MUSEUM tw TABLE OF CONTENTS TITLE NUMBER OF PAGES Tableof Contents.................................................................................................................................2 DIVISION 0-BIDDING REQUIREMENTS,CONTRACT FORMS,AND CONDITIONS OF THE CONTRACT -� 00020 Synopsis of Bidding Information.......................................... .....................................2 ............. ." 00030 Invitation To Bid.................................................... ..........1 ....................................................... 00040 Bid Submittal Checklist..................................................................................... .......1 .............. 00100 Instructions to Bidders...................................... .......3 00300 Bid Form-Form Of Proposal..................................... ................4 ........................................... 00400 Non-Collusion,Anti-Trust,&Minimum Wage Form...............................................................1 Contract................................................................................................................. .....1 .......... 00700 General Conditions..................................................................... .......1 .................................... 00800 Special Conditions........................................... ...... „.-.1 .... ...................................................... 00900 Fair Practices Policy Affidavit of Compliance Form...............................................................1 00910 Bond To The City Of Renton Form........................................................................................1 00920 Insurance Requirements.......................................................................................................3 aw WSON 1 -GENERAL REQUIREMENTS 01010 Summary of Work and Sequences..................................... ......1 ............................................. 01028 Change Orders........................................................ .1 01500 Construction Facilities,Utilities,and Temporary Controls.....................................................2 ................................................... 01700 Project Closeout......................................................................................................... . .....2 DIVISION 2-SITEWORK 02000 Existing Asbestos....................... 02070 Selective D emolition 2 ......................................................................... ROOF REPLACEMENT MUSEUM TC-1 TABLE OF CONTENTS ROOF REPLACEMENT - MUSEUM TABLE OF CONTENTS DIVISION 7-THERMAL AND MOISTURE PROTECTION 07525 SBS Modified Bitumen Roofing..................................................... 07621 Sheet Metal Flashing and Copings j. ......................................................2 DRAWINGS " Museum Roof Plan aw aw + + ROOF REPLACEMENT MUSEUM TC-2 TABLE OF CONTENTS rr wo 110 ow rrr w rr r +rw ar BIDDING REQUIREMENTS, CONTRACT FORMS, AND .w CONDITIONS OF THE CONTRACT DIVISION 0 aw .m SECTION 00020-SYNOPSIS OF BIDDING INFORMATION us aw A. PROJECT: ROOF REPLACEMENT City of Renton Museum 235 Mill Avenue South "' Renton,WA 98055 B. OWNER: City of Renton "" 1055 South Grady Way Renton,WA 98055 'w C. OWNERS REPRESENTATIVE: Greg Stroh, Facilities Manager aw Community Services Department City of Renton 1055 South-Grady Way so Renton,WA 98055 Phone{425)430-6614 "" FAX {425)430-6603 D. BIDS DUE: Thursday, September 4, 2003 2:30 P.M. �' Renton City Hall- Seventh Floor-City Clerks Office After Bids are received and time-stamped by the City Clerk, the bids will be opened in the Conference Room ow #521 on the Fifth Floor of City Hall im E. TENTATIVE SCHEDULE OF WORK: The following dates represent the tentative schedule for the Work to be performed under this contract 40 Plans Available for Bidding Thurs August 28, 2003 Pre-Bid Site Walk-Thru 10:00 AM Thurs August 28, 2003 Bids Due 2:30 PM Thurs September 4, 2003 Commence Work F. TIME OF CONSTRUCTION: Thirty(30)calendar days. Liquidated damages thereafter at one-hundred G. BID SECURITY: dollars($100)per day. None 40 „r, 00020-1 ROOF REPLACEMENT MUSEUM SYNOPSIS OF BIDDING INFORMATION ar H. PERFORMANCE BOND&PAYMENT BOND: 100%of contract amount I. WAGES: Pay state prevailing wages rates. J. TYPE OF CONTRACT: Single lump-sum contract encompassing all work END OF SECTION 00020-2 ROOF REPLACEMENT M LW)M SYNOPSIS OF BIDING INFORMATION .rr CITY OF RENTON CALL FOR BID ROOF REPLACEMENT for the RENTON MUSEUM Sealed bids will be received until 2:30 p.m.,Thursday,September 4,2003,at the Office of the City Clerk,7b floor, and will be opened and publicly read in conference room#521 on the 5a' floor,Renton City Hall, 1055 South for the City of Renton Museum located ate 235 Wa�ReAvenuWA e �ORfor n, Replacement Washington rr The project consists of removing the existing multi-layers of built-up roofing,disposal of same and installing a new modified bitumen roof coating system over the entire roof,including replacement of flashings and coping. (Approximately 70 squares.) A pre-bid walk-thru will be held on Thursday,August 28th,at 10:00 AM,at the Museum.Bid documents will be handed out at the pre-bid walk-thru. Attendance by bidders is mandatory. Questions shall be addressed to Greg Stroh,Facilities Department, 1055 So.Grady way,Renton, WA 98055,phone(425)430-6614. The City reserves the right to reject any and all bids and to waive minor irregularities in the bid process. The City's Fair Practices,Non-Discrimination and Americans with Disability Act Policies shall apply. Bonnie I.Walton City Clerk Published: Daily Journal of Commerce August 22 and 25,2003 a .r .r rrr r. wr aw SECTION 00040-BID SUBMITTAL CHECKLIST to The following items are required to be submitted for the Bid. Other forms not listed below but included in these Specifications are for informational purposes and need only be executed by the successful Contractor. LIST OF REQUIRED SUBMITTALS aw ❑ Bid Proposal Form (Section 00300) ❑ Combined Affidavit and Certification{Section 00400) ❑ Contractor's Certificate of Insurance(Section 00920) .. +� ROOF REMCEMEWT MUSEUM 00030-1 WVRATION TO B1D r SECTION 00100 - INSTRUCTIONS TO BIDDERS A. BIDDERS REPRESENTATIONS aw The Bidder,by making a Bid represents that he has read and understands the Bidding Documents and the Bid is made in accordance therewith.He has also visited the site, �. become familiar with local conditions under which the Work is to be performed and has correlated the bidders personal observations with the requirements of the proposed Contract Documents. Bid shall include Work in conformance with all applicable State Laws,Municipal Ordinances,and the rules and regulations of all authorities having jurisdiction over the construction of the Project. B. BIDDING DOCUMENT INTERPRETATIONS Bidders requiring clarification or interpretation of the Bidding Documents shall contact the City's Representative at least four days prior to the date of bids due. Interpretations, corrections,and changes to the Bidding Documents will be made by Addendum issued no later than three days before bids due. C. SUBSTITUTIONS •, Substitutions not accepted. D. BID FORMS • Bids shall be submitted on forms identical to the form included with the Bidding Documents. All blanks on the bid form shall be filled in by typewriter or manually in ink. • Bid shall be accompanied by a signed Non-Collusion,Anti-Trust, and Minimum Wage Form (Specifications Section 00400). • Bid shall be accompanied by Contractor's Certificate of Insurance per Specifications Section 00920. Bids lacking these insurance documents will be considered non-responsive. .• aw E. SUBMISSION OF BIDS va Bids shall be submitted in a sealed envelope and marked with the words°Sealed Bid Enclosed". The envelope shall also identify the project name,bidders name,and the name of the person designated to receive the bid. qr ROOF REPLACEMENT MUSEUM 00100.1 MISTRUCnM TO BIDDERS E. SUBMISSION OF BIDS Bids shall be submitted in a sealed envelope and marked with the words"Sealed Bid Enclosed". The envelope shall also identify the project name,bidders name,and the name of the person designated to receive the bid. Bids shall be deposited at the designated location up to the time and date for receipt of Bids. Bids received after the time and date for receipt of Bids will be returned unopened. F. OPENING OF BIDS ► Bids shall be publicly opened and an abstract of the Bids made available to the Bidders. The City reserves the right to reject any and all bids and waive any informalities or irregularities in the bids received. The City further reserves the right to Award a Contract in whatever manner is in the City's best interest. G. AWARD OF BID It is the intent of the Owner to award a Contract to the lowest responsible Bidder provided the Bid has been submitted in accordance with the requirements of the Bidding Documents and does not exceed the funds available. WA H. POST-BID INFORMATION AND DOCUMENT SUBMITTAL After Bids are opened,the Bidder to whom award of a Contract is under consideration shall submit to the City's Representative,additional documents requested in the specifications including: Standard Form of Agreement(AIA Form A101 ) City of Renton Business License Performance Bond and Payment Bond(Section 00910) City of Renton Affidavit of Compliance(Section 00900) The following document must be submitted prior to commencement of the Work and no later than 10 days after receipt of Notification of Intent To Award Contract: Statement of Intent to Pay Prevailing Wages I. NOTICE TO PROCEED A Notice To Proceed shall be given after the building permit is approved,the City Council, City Attorney,Risk Manager approves the Contract,and the Contract is signed by the Mayor. ROOF REPLACEMENT MUSEUM 00100.3 INSTRUanONS TO BIDDERS r�Y .. J. TIME OF CONSTRUCTION After the designated date of Start of Work, Contractor shall proceed with promptness and dispatch and shall be substantially complete within thirty(30)calendar days. .. K. LIQUIDATED DAMAGES . For each calendar day after date established by the above allowed time that any portion of the work remains incomplete(in the City's sole judgment)the sum of One Hundred Dollars($ 100.00) not to be construed in any sense a penalty, but as fixed,agreed liquidated damages incurred by the City for failure of the Contractor to meet the scheduled completion dates. L. CHANGE ORDER When extra work is performed under an approved Change Order and paid for by acceptable lump sum or mutually agreed prices,the contractor will be limited to a markup of 10%overhead and profit. When extra work is performed as above by a subcontractor to the general contractor,the general contractor shall be limited to a 10%markup on the subcontractors work. No further markup shall be permitted to cover any other miscellaneous costs. �w ROOF REPLACEMENT MUSEUM 00100-3 INSTRUCTIONS TO BIDDERS .r SECTION 00300-BID FORM r. am FORM OF PROPOSAL ( BID ) for the ow ROOF REPLACEMENT of the MUSEUM 235 Mill Avenue South Renton,Washington 10 Bids Due: 2:30 P.M. Thursday, September 4, 2003 To: City Clerk, Room#728 Seventh Floor of City Hall .r 1055 South Grady Way Renton,WA 98055 The undersigned hereby certifies that they have carefully examined the Contract Documents as defined in the General Conditions entitled "Roof Replacement for the City of Renton Museum,235 Mill Avenue South, Renton,WA and have examined the site of the work and the location where said work is to be done,and fully understands the manner in which payment is proposed to be made for the-cost thereof, hereby proposes to furnish all materials and to perform all labor which may be required to complete said work within the time fixed,and upon the terms and conditions provided in said Contract Documents for consideration of the following amount: A. BASE BID aw For all work shown in the Contract Documents,the sum of$ Washington State Sales Tax: $ Grand Total Base Bid: S B. ALTS E BIDS ALTE TE NU BER AN ESCRIP ON: ERNAT 1: EDUCT a sum of . Washi ton State ales Tax: $ Grand Total mate ft d' ROOF REPLACEMENT MUSEUM 00300.1 BID FORM ilk ALTER TE#2 ADD a su of $ W ingt State Sal Tax: /010� rand T tal Alte to#2: $ B. CONDITIONS OF PROPOSAL 1. Determination of Low Bidder. The owner reserves the right to'Award a Contract based on the Contractor's Proposal Amounts for Base Bid and/or Breakdown, in whatever manner is in the Owner's best interest. 2. Overhead and Profit: All of the above Bid Prices shall include overhead and profit. 3. Sales Tax: AN of the above Bid Prices shall include Washington State Sales Tax. C. PERIOD OF BID VALIDITY/ACCEPTANCE OF BID 1. BASE BID The undersigned hereby agrees that this BID as described in paragraph"A"shall be a valid and firm offering for the period of sixty(60)days from closing time for the"Receipt Of Bids." Acceptance of Bid: Within sixty(60)days after the opening of Form Of Proposal,the City will act either to accept the Proposal from the lowest responsive,responsible Bidder,or to reject all Bids. The City reserves the right to request extensions of such Bid acceptance period. The acceptance of a Bid will be evidenced by a written Notice of Intent to Award Contract to the Bidder whose Bid is under consideration for acceptance,together with a request to furnish a bond(if required),evidence of insurance to execute the agreement set forth in the Contract Documents,and other designated documents. D. EXECUTION OF CONTRACT If written"Notice of Intent to Award Contract"is mailed,telegraphed,facsimile,or delivered to the undersigned within the"period of Bid Validity"noted above,or any time thereafter before this Bid is withdrawn,the undersigned will,within ten(10)days after the date of such notification,execute a Contract in the form of the AIA Document Al 01 "STANDARD 00300-2 ROOF REPLACEMENT MUSEUM BID FORM FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR-STIPULATED dw SUM", 1997 edition E. TIME FOR COMPLETION The undersigned hereby agrees to"FINAL COMPLETION"of all Work outlined in the Contract Documents within thirty(30)calendar days after receipt of Notice to Proceed with established Start Date. F. LIQUIDATED DAMAGES If the Contractor fails to complete the Work by the FINAL COMPLETION DATE (or such extension of that date which might be granted by the Owner), he agrees to abide by all provisions of the Contract. In addition,Liquidated Damages in the amount of One Hundred Dollars($100.00)will be assessed for each calendar day that the Contractor exceeds the"FINAL COMPLETION DATE G. ADDENDUM RECEIPT Receipt of the following"ADDENDA"to the CONTRACT DOCUMENTS is acknowledged: Addendum No. Date Addendum No. Date ROOF REPLACEMENT MUSEUM 00300-3 siu FORM rin H. EXECUTION OF PROPOSAL Name of Firm State License Registration No. Address City State Zip Code ■r Telephone__L 1 FAX ( ) The undersigned designates the above as the firm and address to which"NOTICE OF CONTRACT AWARD"maybe mailed,hand delivered or delivered via facsimile. NOTE: If a Bidder is a corporation,write state of incorporation;and if a partnership,give full names and addresses of all partners below. The undersigned certifies that the above is a firm and valid BID to accomplish all Work and comply with all rr requirements of the Contract Documents. Date Signature Title I. ENCLOSURES PROVIDED BY CONTRACTOR The Contractor shall provide the following enclosure with this Form of Proposal: 1. Non-Collusion Affidavit,Assignment of Antitrust Claims To Purchaser,Minimum Wage Affidavit Form,which is located in this Specification Section 00400. 2. Certificate of Insurance as specified in Section 00920. r END OF BID FORM 00300-4 ROOF REMACEMENr MUSEUM BID FORM SECTION 00400 - NON-COLLUSION, ANTI-TRUST, AND MINIMUM WAGE FORM NON-COLLUSION AFFIDAVIT Being duly sworn,deposes and says,that he is the identical person who submitted the forgoing 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 the other Bidder or Bidders. .. AND CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER r. Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are in fact usually bome by the purchaser. Therefor,vendor hereby assigns to purchaser any and all claims for such overcharges 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 contact. 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 1,the undersigned,having been duly swum,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:that I have read the above and foregoing statement and certificate,know the contents thereof and the substance as set forth therein is true to my knowledge and belief. FOR: NON-COLLUSION AFFIDAVIT,ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER AND MINIMUM WAGE AFFIDAVIT ROOF REPLACEMENT—MUSEUM Name of Bidders Fffm Srgrrte of Aul med RepreseMa"of Bidder Subscribed and sworn to before me on this day of .20 Notary Public in and for the State of Washington Residing at w ooaoa1 ROOF REPLACEMENT MUSEUM NON-COLLUSION,ANTI-TRUST, MINIMUM WAGE FORM wr SECTION 00500-CONTRACT STANDARD FORM 2 pages of City of Renton approved contract follows. VW 00500-1 ROOF REPLACEMENT MUSEUM GENERAL CONDMONS f � CITY OF RENTON COMMUNITY SERVICES DEPARTMENT CONTRACT AGREEMENT THIS AGREEMENT is made as of the day of .2003,between the ` CITY OF RENTON,a municipal corporation of the State of Washington,hereinafter referred to as'CITY' and (Contractor Name) ,hereinafter referred to as*CONTRACTOR% to remove the existing multi- layers of built-up roofing,disposal of same and installing a new modified bitumen roof coating system over the entire roof,including replacement of flashings and coping,at The Renton Museum,235 Mill Avenue South,Renton, Washington. The City and Contractor agree as set forth below. 1. Scope of Services. The Contractor will provide all material and labor necessary to perform all work described in the Project Specification book. 2. Changes in Scope of Services. The City,without invalidating the Contract,may order changes in the Services consisting of additions,deletions or modifications,the Contract Sum being adjusted accordingly. Such changes in the work shall be authorized by written Change Order signed by the City and the Contractor. 3. Time of Performance. The Contractor shall commence performance of the Contract no later than ten (10)calendar days after Contracts final execution,and shall complete the full performance of the Contract not later than (30 or 60 or 90 days) calendar days from the date of commencement. +w 4. Term Of Contract.The Term of this Agreement shall end at completion of the enclosed scope of work. This Agreement may be extended to accomplish change orders,if required,upon mutual written agreement of the City and the Contractor. 5. Contract Sum. The total amount of this Contract is the sum of 000.000.00)_wh ich includes UW Washington State Sales Tax. 6. Method of Payment. Payment by the City for the Services will only be made after the Services have been performed and a voucher or invoice is submitted in the form specified by the City. Payment will be made thirty(30)days after receipt of such voucher or invoice. The City shall have the right to withhold payment to the Contractor for any work not completed in a satisfactory manner until such time as the Contractor modifies such work so that the same is satisfactory. 7. Employment.The Contractors employees are not employees of the City of Renton. "' 8. Assignment and Subcontract. The Contractor shall not assign or subcontract any portion of this Contract without express written consent of the City of Renton. 40 w M 9. Record Keeping and Reporting The Contractor shall maintain accounts and records which properly reflect all direct and indirect costs expended and services provided in the performance of this Agreement. The Contractor agrees to 9 ag provide access to any records required by the City. 10. Hold Harmless. The Contractor shall indemnify,defend and hold harmless the City,its officers, agents,employees and volunteers,from and against any and all claims,including claims from third parties,losses or liability,or any portion thereof,including attorneys fees and costs,arising from injury or death to persons,including injuries,sickness,disease or death to Contractor's own employees,or damage to ag property perty occasioned by a negligent act,omission or failure of the Contractor. 11. Insurance. The Contractor shall secure and maintain in force throughout the duration of the Contract Commercial General Liability insurance in the amount of$2,000,000;Auto Liability insurance in the amount of$1,000,000;Excess Liability insurance in the amount of$1,000,000;and Workers'Comp coverage. The City of Renton shall be named as an additional insured on the policy. A certificate of insurance he contractor's insurance coverage rage shall be delivered to the City before executing the Work on this Agreement. 12. Compliance with Laws. The Contractor and all of the Contractor's employees shall perform the services in accordance with all applicable federal,state,aunty and city laws,codes and ordinances. 13. Conflicts. In the event of any inconsistencies between contractor proposals and this contract,the City of Renton contract shall prevail. 14. Prevailing Wage Rates. By executing this Contact, the Contractor agrees to amply with the State prevailing wage requirements as set forth in the Contract Documents. This Agreement is entered into as of the day and year written above. CONTRACTOR CITY OF RENTON side „" Jesse Tanner Mayor PfMW►game and Tree ftdod Name and Tide Business Name Abd Bonnie 1.Walton City Clerk MW"Address Rhied Name and Tide CdY st* Zip Telephone SECTION 00700-GENERAL CONDITIONS 101 STANDARD FORM The General Conditions of the Contract for Construction, 1997,AIA Document A-201,as follows, Articles 1 through 14 inclusive. They are included as part of the contract. The Contractor and all subcontractors shall read and be governed by them,with enclosed modifications. 36 pages of AIA document A-201 follows aw W ow w VW aw 00700-1 + ROOF REPLACEMENT MUSEUM GENERAL CONDITIONS rr SECTION 00800-SPECIAL CONDITIONS ow ARTICLE 1 -COMPLIANCE WITH WAGE RATES AND FILING OF"INTENT TO PAY PREVAILING WAGES"HEREINAFTER CALLED"INTENT"AND "AFFIDAVIT OF WAGES PAID" N. 2.1 'Prevailing Wages on Public Works'-The Contractor and Subcontractors shall comply with 39.12 RCW and amendments"Prevailing Wages on Public Works."The prevailing rate wages go to be paid to all workers,laborers,or mechanics employed in the performance of any part of this Contract shall be in accordance therewith. w. 2.2 Current prevailing wage data will be famished by the Industrial Statistician upon request. Requests shall be made to the State of Washington Department of Labor and Industries. The IM Contractor is responsible for paying the appropriate wage rates. 2.3 The Contractor,and all Subcontractors,on or before the date of commencement of work, shall file a statement under oath with the City and with the Director of Labor and Industries �` certifying the rate of hourly wages paid to each classification of laborers,workers,or mechanics employed to perform work under this Contract shall not be less than the prevailing rate of wages WW determined by the Washington State Labor and Industries. Such statement and any supplemental statements which may be necessary shall be filed in accordance with the practices and procedures required by the Department of Labor and Industries. 2.4 Copies of all"Intents"shall be on file with the Contractor,the Industrial Statistician,and the City. .. 2.5 "Affidavits of Wages Paid'-upon completion of project,the Contractor shall fully execute and file'Affidavit of Wages Paid"with the Washington State Department of Labor and Industries .w and any other agencies required by law. Sample copy enclosed herein. Copies shall be provided to the City prior to Final Completion,Final Payment and release of MW Retainage. Each affidavit of wages paid must be certified by the Industrial Statistician of the Department of Labor and Industries before it is submitted. am 2.6 AN costs and fees for and associated with the"Intent to Pay Prevailing Wages'and "Affidavits of Wages Paid'are to be paid by the Contractor. ARTICLE 2-STATE LICENSING LAW �. The Contractor agrees to amply with all requirements of Chapter 18.27 RCW. The Contractor agrees and covenants to furnish unto the Owner proper evidence that the Contractor has fully complied with the State Licensing Law of the State of Washington,Chapter 18.27 RCW,and a Contractor's Certificate of Registration shall be in full force and effect throughout the work project herein above enumerated,prior to starting work. 00800-1 aw ROOF RER ACEMW WJSEM SPECIAL CONDITIONS r ARTICLE 3-NON-DISCRIMINATION The Contractor shall offer equal opportunity to all qualified employees and applicants for employment without regard to the race,creed,color,sex,national origin,age,or disability. „ Successful designated bidder shall fill out and complete the AFFIDAVIT OF COMPLIANCE FORM included herein and submit with the signed Contract. ARTICLE 4-CITY OF RENTON BUSINESS LICENSE Prior to signing a contract the contractor agrees to purchase a City of Renton Business License and maintain the license in full force and effect throughout the work of the project. License may be purchased from the City Finance Department located on the First Floor of the City Hall Building, 1055 South Grady Way, Renton,WA. rr END OF SECTION 00800-2 ROOF REPU►CEMEW MUSEUM SPECIAL CONDITIONS SECTION 00900-AFFIDAVIT OF COMPLIANCE CITY OF RENTON w AFFIDAVIT OF COMPLIANCE tw ow herby confirms and declares that rr I. It is the company policy to offer equal opportunity to all qualified employees and applicants for employment without regard to the race, creed,color,sex,national origin,age,or disability. aw 11. The company complies with all applicable federal,state,and local laws governing non- discrimination in employment. go III. When applicable,the company will seek out and negotiate with minority and women contractors for the award of subcontracts. %W Print Representative Warne and Title err Representative's signawm rrr err war (Sucfit cm*a*r shat subat tits sgned form wtlh signed contract) aw +rr 00900-1 ON ROOF REPLACEMENT MUSEUM AFFIDAVIT OF COMPLIANCE SECTION 00910-BOND TO THE CITY OF RENTON FORM i. KNOW ALL MEN BY THESE PRESENTS: .w That we,the undersigned No 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$ for the payment of which sum on .. demand we bind ourselves and our successors,heirs,administrators or person motives,as the case may be. This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of o. Renton. Dated at .Washington,this day of 92003 VW Nevertheless,the conditions of the above obligation are such that aw WHEREAS,under and pursuant to Public Works Construction Contract CAG- providing for construction Of Pr*ct Nam the principal is required to furnish a bond for the faithful performance of the contract;and WHEREAS,the principal has accepted,or is about to accept;the contract,the undertake lo perform the work therein provided for in the manner and within the time set forth; NOW,THEREFORE,if the principal shall faithfully perform all of the provisions of said contract in the manner and within the time therein set forth,or within such extensions of time as may be granted under said contract,and shall pay all laborers,mechanics,subcontractors and materialmen,and all persons who shall supply said principal or subcontractors with provisions and supplies for the carrying on of said work,and shall hold said City of Renton harmless from any damage or expense by reason of failure of performance as specified in the contract or from defects appearing or developing in the material or workmanship provided or performed under the contract within a period of one year after its acceptance thereof by the City of Renton,then and in that event this obligation shall be void;but otherwise it shall be and remain in full fake and effect Principal Surety Signature Surety's Address r Name and Title Agenrs Signature 4W Name and Title 00910.1 ROOF REPLACEMENT MUSEUM BOND TO THE CITY 4OF RENTON FORM low CONTRACTORS INSURANCE REQUIREMENTS MW aw The CONTRACTOR shall carry the following limits of liability as required below: wo Commercial General liability AV General Aggregate" $2,000,000 aw Products/Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 PersonaVAdvertising 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 Automobile Liability Bodily Injury/Property Damage $1,000,000 *• (Each Accident) Workers'Compensation wo Statutory Benefits-Show Washington Labor&Industries Number Umbrella LiaU ft Each Occurrence Limit $1,000,000 " General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 UW Rer-Less $ i iow,ow A00Fegat $ 41W aw 00920-2 ROOF REPLACEMENT MUSEUM INSURANCE REQUIREMENTS wr aw SECTION 00920-CONTRACTORS INSURANCE AND RELATED REQUIREMENTS MINIMUM INSURANCE COVERAGE AND REQUIREMENTS The CONTRACTOR shall obtain and maintain the minimum insurance coverage set forth below. By requiring such minimum insurance,CITY OF RENTON shall not be deemed or construed to have assessed the risks that may be applicable to the CONTRACTOR under the Contract. The CONTRACTOR shall assess its own risks and if it deems appropriate and/or prudent,maintain higher limits and/or broader coverage. (1) Commercial General Liability-Acord Form or equivalent,written on an occurrence basis, including: • Premises and Operations (Including CG 2503 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 (2) Automobile Liability including all • Owned Vehicles • Non-Owned Vehicles • Hired Vehicles (3) Workers'Compensation • Statutory Benefits -Show Washington Labor&Industries Number (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as err broad as primary. 00920-1 ROOF REPLACEMENT MUSEUM INSURANCE REQUIREMENTS r ADDITIONAL REQUIREMENTS CONTRACTOR shall Name CITY OF RENTON,and its officers,officials,agents,employees and volunteers as Additional Insureds(ISO Form CG 2010 or equivalent).CONTRACTOR shall provide CITY aw OF RENTON Certificates of Insurance and copies of policies,if at our sole discretion it is deemed appropriate Further, all policies of insurance described above shall: „V 1) Be on a primary basis nor contributory with any other insurance coverage and/or self-insurance carried by CITY OF RENTON. 2) Include a Waiver of Subrogation Clause. .. 3) Severability of Interest Clause(Cross Liability) 4) Policy may not be non4enewed,canceled or materially changed or altered unless forty-five{45) days prior written notice is provided to CITY OF RENTON. Notification shall be provided to CITY •• OF RENTON by certified mail. An example of an acceptable cancellation clause is as follows: my "Should any of the above described policies be canceled before the expiration date thereof,the issuing company will endeaveFto mail 45 days written notice to the certificate holder named to the 10 left. Buf#ailure is rnail suGh notiGe shall impose A9 Gbli��Fl OF liability of any kind upon 'its agents OF MpFe!594AWS o. The CONTRACTOR shall promptly advise the CITY OF RENTON in the event any general aggregate or VW other aggregate limits are reduced below the required per occurrence limit. At his or her own expense the CONTRACTOR will reinstate the aggregate limits to comply with the minimum requirements and shall furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. 60 Required insurance coverage shall be maintained throughout the term of this contract,except Automobile Liability and Workers'Compensation,for a period of two(2)years after the date of substantial completion W of the project. On all Certificates of Insurance,the Certificate Holder shall be listed as'City of Renton,Washington, *„ Attention:Greg Stroh Facilities Manager' WW 00920-3 err ROOF REPLACEMENT MUSEUM INSURANCE REC REAENTS we. rr aw w o vw f4w vw raw or vw w aw GENERAL REQUIREMENTS .o DIVISION 1 or fm SECTION 01010-SUMMARY OF WORK .w rw PART 1 -GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS ow A. Work of this Contract includes removing multi-layers of built-up roof and installing a new two4ayer modified bitumen roof coating and similar work. Work shall w" include a manufacturer and contractors warranty for the work required by the contract documents and includes all labor necessary to produce such work,and aw all materials and equipment incorporated in such work. Contractor's work shall be performed as indicated,specified herein and as necessary to provide a complete project. aw B. Unless otherwise indicated,the work includes, but is not limited to the following: 1. Providing and payment for labor, materials,equipment,tools, machines, facilities,and services necessary for proper execution and completion of w work. 2. Paying required taxes. 3. Maintaining required egress in accordance with governing Codes and .w Ordinances throughout the work. C. Do not employ on work: 1. Unfit persons or persons not skilled in assigned tasks. .0 1.02 CONTRACT "" A. Construct work under a single fixed-price Contract. See Bid Form. 1.03 WORK SEQUENCE A. All efforts shall be made to perform all work without abnormally disturbing, inconveniencing,or interrupting the usage of the building, pedestrians,and �" vehicular traffic. 1.04 OBJECTIONS TO APPLICATION OF PRODUCTS Contractor and subcontractors submitting bids for this Project are required to thoroughly familiarize themselves with specified products and installation procedures and submit to Architect any objection in writing no later than seven (7)days prior to Bid Date. Submittal of Bid constitutes acceptance of products and procedures specified. ow w END OF SECTION wr 01010-1 WAP ROOF RElUCEMEW MUSEUM SUMMARY OF WORK rw SECTION 01028-CHANGE ORDERS aw ow PART 1 -GENERAL 40 1.01 SUBMITTALS A. Change Order Forms: AIA G701 to be completed by City's Representative. 4W 1.02 DOCUMENTATION OF CHANGE IN CONTRACT SUM/PRICE AND CONTRACT TIME ON A. Submit detailed records of work to be done including time and materials. Provide full information required for evaluation of proposed changes,and to substantiate costs of changes in the Work. Document each quotation for a change in cost or 40 time with sufficient data to allow evaluation of the quotation. B. On request,provide additional data to support computations: 1. 1. Quantities of products,labor, and equipment 2. Taxes,insurance and bonds. 3. Overhead and profit. 4. Justification for any change in Contract Time. 5. Credit for deletions from Contract,similarly documented. C. When extra work is performed under an approved Change Order and paid for by acceptable lump sum or mutually agreed prices,the contractor will be limited to a r markup of 10%overhead and profit. When extra work is performed as above by a subcontractor to the general contractor,the general contractor shall be limited to a 10%markup on the r subcontractors work. No further markup shall be permitted to cover any other miscellaneous costs. VW 1.03 CHANGE PROCEDURES A. The City's Representative may issue a Proposal Request which includes a 1W detailed description of a proposed change with supplementary or revised Drawings and specifications,a change in Contract Time for executing the change and the period of time during which the requested price will be considered valid. *W Contractor will prepare and submit an estimate within 5 days. B. The Contractor may propose a change by submitting a request for change to the r City's Representative,describing the proposed change and its full effect on the Work,with a statement describing the reason for the change, and the effect of the r Contract/Sum Price and contract. aw 01028.1 r ROOF REJUCE1rEW MUSEUM. CHANGE ORDERS 1.04 CORRELATION OF CONTRACTOR SUBMITTALS A. Promptly revise Construction Schedule and Application for Payment forms to record each authorized Change Order as a separate line item and adjust the Contract Sum. err END OF SECTION so ROOF REPLACEMENT WMEW 01028-2 CHANGE ORDERS SECTION 01500-CONSTRUCTION FACILITIES,UTILITIES, aw AND TEMPORARY CONTROLS aw PART 1 -GENERAL to 1.01 ELECTRICAL SERVICE A. Arrangements may be made to obtain electrical power from the existing building system. City will pay for cost of electricity. AV 1.02 WATER A. Arrangements may be made to obtain water from the existing building system. City will pay for cost of water. 103 SANITARY FACILITIES A. Usage of existing public facilities in the general area is acceptable. .. 1.04 BARRIERS&FENCE A. Make provisions to prevent public entry to the portion of the site being used for staging of construction equipment. Limit use of site within a fenced area fumished and installed by the contractor. Protect existing sidewalks,plantings,building,and adjacent properties from damage by operations. B. Fenced area shall be located over hard-surfaced areas only. 1.05 CLEANING DURING DEMOLITION �. A. Control accumulation of waste materials and rubbish dumping. Periodically dispose off- site in authorized dump sties. 1.06 STAGING AREA aw A. Contractor may utilize the alley way asphalt parking area along the west side of the building for staging,access to the roof,and storage of equipment. B. Protect the existing building from any marring,scrapes,holes,or damage of any kind. Any damaged area due to the contractors work shall be replaced by the contractor. wo C. Provide for periodic removal of dumpster contents. ow 1.07 POLLUTION CONTROL 01500-1 ROOF REPLACEMENT MUSEUM CONSTRUCTION FACUMS,UTILrmES aw AND TEMPORARY CONTROLS aw A. Provide methods,means,and facilities to prevent contamination of soil,water,and atmosphere from discharge of noxious,toxic substances,and pollutants produced by any construction operations. END OF SECTION 46 +wi err 01500-2 ROOF REPLACEMENT WJMUM CONSTRUCTION FACWES,U rWES AND TEMPORARY CONTROLS SECTION 01700-PROJECT CLOSEOUT a PART 1-GENERAL MW 1.01 SUBMISSIONS FOR FINAL COMPLETION ow A. General: Submit the following documents: 1. In progress payment request coincident with or first following date claimed, show either 100%completion for portion of Work claimed as"Final Completion",or list incomplete items,value of incompletion,and reasons for ow being incomplete. 2. Include supporting documentation for completion as indicated in these Contract Documents. AW 3. Submit statement showing accounting of changes to the Contract Sum. 4. Complete final cleaning up requirements,including touch-up of maned surfaces. 9W 5. Submit updated final statement,accounting for additional(final)changes to Contract Sum. 6. Submit final payment request with final releases and supporting ON documentation not previously submitted and accepted. 7. Submit certified copy of City Representative's final punch list of itemized work to be completed or corrected,stating that each item has been completed or otherwise resolved for acceptance,endorsed and dated by City's Representative. 8. Payment and Release of Liens B. Inspection Procedures: Upon receipt of Contractor's request,City s Representative AW will either proceed with inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection,City's Representative will either prepare certificate of Final Completion,or advise Contractor of work which must be performed prior to 00 issuance of certificate;and repeat inspection when requested and assured that work has been substantially completed. Results of completed inspection will form initial "punch list"for final acceptance. Mt 1.02 FINAL ADJUSTMENT OF ACCOUNTS .. A. Submit a final statement of accounting to City's Representative. B. Reflect all adjustments to Contract Sum. Indicate following: 1. The original Contract Sum. 2. Additions and deductions resulting from: " a. Previous Change Orders. b. Deductions of uncorrected Work. C. Other adjustments. 01700.1 err ROOF REPLACEMENT MUSEUM PROJECT CLOSEWT �i 3. Total Contract Sum,as adjusted. 4. Previous Payments. 5. Sum remaining due. 1.03 FINAL APPLICATION FOR PAYMENT A. Submit final Application for Payment in accordance with procedures and requirements of Owner. 1. Submit"Affidavit of Wages Paid'from Contractor and all subcontractors. 2. Lien waiver from General Contractor for entire contract. 3. Proof of Payment of taxes from the State Dept of Revenue END OF SECTION 01700-2 ROOF RER ACEW-K MUSEUM PROJECT CLOSEOUT No r .w «r w dw me err im qw aw ow r ON TECHNICAL w SPECIFICATIONS or DIVISIONS 2 THROUGH 16 0. aw SECTION 02000 EXISTING ASBESTOS .. 4W WW Samples of roofing were taken from the Renton Museum. The samples were tested by Med-Tox Northwest Laboratory Services and were found to contain no asbestos(see attached report). Am Therefore,no abatement procedures need to be employed in the removal of the existing roof. AW AW .w w ow "W aw .r 02W-1 w. ROOF RER ACEW-K WJSElMA EXISTMIG ASBESTOS .r SAFE OMRO&Off OF AMERICA,W.&% AIE D=TQX NORTHWEST 'r Advanced Roofing Materials 9 Batch Received: 08/12/2003 24326 - 98th Ave. S. Samples Analyzed: 08/15/2003 Kent, WA 98031 Report Date: 08/15/2003 "m MED-TOX Job No:L-5365(2) Attention: Lowell Whittum 1fW ANALYSIS: ASBESTOS IN BULK SAMPLES FIBER IDENTIFICATION KEY MET11OD: POLARIZED LIGHT MICROSCOPY (PLM)/ ASBESTOS NON-ASBESTOS DISPERSION STAINING wr EPA 600/M4-82-020 AND EPA/600/R-93/116 C = Chrysotile CE = Cellulose LOCATION:Museum AM = Amosite W = Wollastonite CR = Crocidolite F = Fiberglass CLIENT PO #: AN = Anthophyllite M = Mineral Wool TR - Tremolite ND - None Detected AC = Actinolite r Sample ID Asbestos Lab No. Client No. Percent Brief Physical Description 0308087B 001 ND(1) Layer 1 - Silver coating: 5% CE, r metal particles, asphalt. Layer 2 - Black tar: ND, asphalt. Layer 3 - Black felt: 30% F, &V asphalt. Layer 4 - Black tar: ND, asphalt. Layer 5 - Tan fiberboard: 99$ CE. VW No asbestos was detected in this material. yrr ' rr wrr +s ra ory Analyst(s) Kim Brooks aw 2020•A•Street SE•Suite#102•Aubum.Wad*oon 98002•PHONE(253)351-0677•FAX(253)351-0688•E-mat medtoxnw@nWLcom Website:www.medwxrrw.com rr NOTES: "ND(1)" means no asbestos detected; method limit of detection is 1%. • The EPA considers materials that contain less than 1% asbestos not to be a hazard. irr • Unless otherwise stated within the report, each sample was examined at standard temperature and pressure in the Med-Tox Northwest laboratory for all asbestos minerals(i.e.,chrysotile, amosite, lrr crocidolite, anthophyllite, tremolite, and actinolite). Only those asbestos minerals detected are listed. rtlr • Soils, vinyl floor tiles, and slurry-based materials (e-g-, be inhomogeneous due to the nature of their preparation. my-0n�doweled-on materials)can on 10% of the sample load to help ensure the accuracy of data.Quality control checks are performed • For samples containing >0 but <10% asbestos, point counting by the PLM method is recommended by the EPA (NESHAP, 40 CFR Part 61). • The coefficient of variation for PLM asbestos les �P typically ranges from 0.10 to 0.50. Variation increases as asbestos % decreases. • Vinyl floor tile samples may contain asbestos fibers too small to be detected by PLM. Negative at results, and results of <1% asbestos, are not considered conclusive by the EPA. More sensitive analytical methods, such as TEM, are recommended for such samples. Samples are archived for 1 year following analysis and then properly disposed of as hazardous waste. • This report verifies, with respect to asbestos content, only the samples is not accountable for the completeness with which a sample represents�l mated laboratory • This test report is not valid unless it bears the name of a NVLAP approved signatory. Any reproduction of this document must include the entire document in order to be valid. • Neither the NVLAP accreditation of this laboratory nor this report can be used to claim product to endorsement by NVLAP or any agency of the U.S. Government. • Unless otherwise specified within the report, all samples� p analyzed were in good condition upon 0 receipt by the laboratory. • Thank you for using Med-Tox Northwest laboratory ervices. If you have an rY y y questions regarding this report,'please feel free to contact us. 2020'A'St. SE,Suite 102,Auburn,WA 98002 (253)351-0677n�/� s %%ADAM%DATA%aWwcT.oranV.ABu ABNOM 8/6M3 NVLAP Lab CD&102021-0 r SECTION 02070-SELECTIVE DEMOLITION .w .w PART 1 -GENERAL 1.01 SECTION INCLUDES 1W A Remove existing built up roof. B. Remove deteriorated roof deck as necessary. to 1.02 RELATED SECTIONS to A. Coordinate related work specified in other parts of the Project Manual,including but not limited to following: No Division 07525 - Modified Bitumen Roofing 1.03 QUALITY ASSURANCE A. Special Requirements of Regulatory Agencies: 1. Comply with all governing requirements and regulations regarding dust,dirt tracking, noise,routing of trucks and similar regulations. ow 1.04 SALVAGE STORAGE,TRANSPORTATION,AND HANDLING A. Truck all debris from the demolition work off the project site to a location approved by the State and Federal agencies which have jurisdiction. The demolition contractor shall utilize an agency approved dumpsite and shall hold the Owner harmless in the event the dumpsite is challenged. 1.05 JOB CONDITIONS aw A. Protection: 1. Erect barriers,fences,overhead protection,walkways,guard rails,chutes,shoring and the like to protect personnel,construction to remain,if applicable. +• 2. Do not damage adjacent existing construction. B. Maintain safety of existing mechanical,electrical systems at all times. PART 2-PRODUCTS 2.01 SALVAGE ROOF REPLACEMENT MUSEUM 02070-1 SELECTIVE DEMOLITION low MW A. Demolished material shall be considered to be property of the contractor and shall be completely removed from the job site. PART 3-EXECUTION 3.01 EXAMINATION +rir A. Verify demolition may safely and appropriately begin. r B. Obtain required permits and permission from local governing authorities and Owner prior to commencing work. 3.02 PREPARATION A. Protection of existing structure: 1. Do not interfere with existing or neighboring buildings, normal activities,in-so-far as possible.. a. Protect existing and adjacent structures and facilities from damage. 2. Cooperate with occupants in maintaining their continuous operations. 3. Perform demolition by methods that will protect persons,existing materials,and adjacent structures. 3.03 DISPOSAL A. Remove demolition debris. B. Transport demolitiorWebris off-site and al leg IY dispose of. Maintain hauling routes dean and free of any debris resulting from work of this Section. 3.04 DAMAGED WORK A. Repair or replace entirely, as required by Architect,any portion of work damaged during demolition. END SECTION ROOF REPLACEMENT MUSEUM 02070.2 SELECTIVE DEM(Xm0N Renton Fire House Specification 3248 0823 .r SOPREMA SYSTEM 3248 SECTION 07525 SBS MODIFIED BITUMEN ROOFING g' PART 1 GENERAL 1.01 SUMMARY war A The work generally involves removing existing roofing materials and providing a two-ply reinforced S.B.S. Modified membrane Torch applied over rigid insulation to woodiconcrete decking complete with related flashings, scuppers, insulation, and performing such incidental or 1W other work as many be necessitated by these operations. 1.02 REFERENCES tr A. ANSUASTM D41 -Asphalt Primer Used in Roofing, Dampproofing,and Waterproofing. Qw B. ANSUASTM D312-Asphalt Used in Roofing. C. ANSUASTM D2178-Asphalt Impregnated Glass Mat Used in Roofing and Waterproofing. ow D. Sheet Metal and Air-Conditioning Contractors National Association, Inc.(SMACNA) E. CGSB 37GP56M Classification:Type 2,Class C,Grade 1 F. FS HH-1-530-Insulation Board,Thermal(Urethane) G. Underwriters Laboratories(UL)-Fire Hazard Classifications `W 1.03 SYSTEM DESCRIPTION A. Concrete(lower decks) ow System 3248 Description: Two ply-base and top-S.B.S. Modified Membrane—Torch applied Coverboard—Dens-Deck,Adhered so Insulation—Tapered insulation,average R-20,Adhered Concrete Decking B. Wood Decking No System 3248 Description: Two ply-base and top-S.B.S. Modified Membrane—Torch applied Coverboard—Dens-Deck Mechanically attached Aw Insulation—R-30 Mechanically attached Wood Decking 1.04 SUBMITTALS aw A. Manufacturer's product data sheets and installation instructions on all materials proposed for use. B. Specimen copy of the manufacturer's standard warranty. wo Page 1 lim Renton Fire House Specification 3248 to 08/20/!)3 C. Submit two 124nch square samples of membrane illustrating the color and thickness to be used. ` 1.05 QUALIFICATIONS A. Applicator's Qualifications: 1. Approved by the manufacturer prior to the bidding period and throughout the installation 01 and able to present a copy of his certification upon request by the Architect or Owner. a. Applicator must have installed at least fire roofs of the same materials and methods specified for this project. 1.06 REGULATORY REQUIREMENTS err A. Underwriters Laboratories, Inc.(UL) 1. Class A fire hazard classification. B. Work shall conform to all Local, State,and Federal Regulations. 1.07 PRE4NSTALLATION CONFERENCE A. Convene prior to commencing work of this section at a time and location to be determined by the Owner. 1. All parties responsible for work of this Section are required to attend including the Owner, Contractor, and any other trades involved in the roofing work. 2. Review installation procedures and coordination required with related Work. 3. Inspect and make notes of job conditions prior to installation. 1.08 DELIVERY,HANDLING AND STORAGE A. Deliver all materials and store in their unopened original packaging, bearing the manufacturer's name, related standards and any other specification or reference accepted as standard. B. Carefully store on end materials delivered in rolls with selvage edges up, a minimum of 64nches above grade. Store metal flashings and counterflashings in such a way as to prevent wrinkling, twisting,scratching and other damage. 1.09 QUALITY ASSURANCE A. Submit certification by the manufacturer of the system materials used that these Specifications and the Drawing Details are acceptable to them for the deck and surfacing to which they are to be applied. B. Inspection: Prior to, during and at completion of the installation, an inspection shall be made by a representative of the manufacturer in order to ascertain that the roofing system has been installed according to their published specifications, standards and details. 1. Warranty will be issued upon approval of the installation(See 1.11 of this section). 1�fl Page 2 SECTION 01700-PROJECT CLOSEOUT Wo PART 1-GENERAL 1.01 SUBMISSIONS FOR FINAL COMPLETION A. General: Submit the following documents: 1. In progress payment request coincident with or first following date claimed, show either 100%completion for portion of Work claimed as"Final Completion",or list incomplete items,value of incompletion,and reasons for � ► being incomplete. 2. Include supporting documentation for completion as indicated in these Contract Documents. 3. Submit statement showing accounting of changes to the Contract Sum. 4. Complete final cleaning up requirements,including touch-up of maned surfaces. ow 5. Submit updated final statement,accounting for additional(final)changes to Contract Sum. No 6. Submit final payment request with final releases and supporting documentation not previously submitted and accepted. 7. Submit certified copy of City Representative's final punch list of itemized work to be completed or corrected,stating that each item has been oompleted or otherwise resolved for acceptance,endorsed and dated by City's Representative. 8. Payment and Release of liens B. Inspection Procedures: Upon receipt of Contractor's request,City's Representative will either proceed with inspection or advise Contractor of prerequisites not fulfilled. Following initial inspection,City's Representative will either prepare certificate of Final Completion,or advise Contractor of work which must be performed prior to issuance of certificate,and repeat inspection when requested and assured that work has been substantially completed. Results of completed inspection will form initial "punch fist'for final acceptance. 1.02 FINAL ADJUSTMENT OF ACCOUNTS A. Submit a final statement of accounting to City's Representative. " B. Reflect all adjustments to Contract Sum. Indicate following: 1. The original Contract Sum. 2. Additions and deductions resulting from: a. Previous Change Orders. b. Deductions of uncorrected Work. C. Other adjustments. 01700-1 + + ROOF REKACEMWMUSEUM PROJECT(LOSEOUT �r 3. Total Contract Sum,as adjusted. 4. Previous Payments. " 5. Sum remaining due. 1.03 FINAL APPLICATION FOR PAYMENT A. Submit final Application for Payment in accordance with procedures and requirements of Owner. 1. Submit"Affidavit of Wages Paid"from Contractor and all subcontractors. 2. Lien waiver from General Contractor for entire contract. rr 3. Proof of Payment of taxes from the State Dept of Revenue END OF SECTION rr wig wr OV00-2 ROOF REPLACEMENT MUSS HIN�i PROJECT q oSEOUT +err aw rr to vw Ow ow err qw io to TECHNICAL SPECIFICATIONS DIVISIONS 2 THROUGH 16 ow SECTION 02000 EXISTING ASBESTOS AW aw "o Samples of roofing were taken from the Renton Museum. The samples were tested by Med-Tox Northwest Laboratory Services and were found to contain no asbestos(see attached report). an Therefore,no abatement procedures need to be employed in the removal of the existing roof. 02000-1 ROOF REMCEMW MUSEM EXI3 W ASBESTOS SAFE 9MRMMENi OFAMERICA.INC.As . Aj ED=TOX NORTHWEST Advanced Roofing & Materials Batch Received: 08/12/2003 24326 - 98th Ave. S. Samples Analyzed: 08/15/2003 Kent, WA 98031 Report Date; 08/15/2003 MED-TOX Job No:L-5365(2) Attention: Lowell Whittum ANALYSIS: ASBESTOS IN BULK SAMPLES FIBER IDENTIFICATION KEY METHOD: POLARIZED LIGHT MICROSCOPY (PLM)/ ASBESTOS NON-ASBESTOS DISPERSION STAINING EPA 600/M4-82-020 AND EPA/600/R-93/116 C = Chrysotile CE = Cellulose LOCATION:Museum AM = Amosite W - Wollastonite CR = Crocidolite F = Fiberglass CLIENT PO #. AN = Anthophyllite M = Mineral Wool TR = Tremolite ND = None Detected AC = Actinolite ow Sample ID Asbestos Lab No. Client No. Percent Brief Physical Description 0308087B 001 ND(1) Layer 1 - Silver coating: 5% CE, m� metal particles, asphalt. Layer 2 - Black tar: ND, asphalt. Layer 3 - Black felt: 30V F, asphalt. Layer 4 - Black tar: ND, asphalt_ Layer 5 - Tan fiberboard: 99t CE. No asbestos was detected in this material. wr rr ow am '/ 'A — ra ory Analyst(s) : Kim Brooks �w 2020 W Sbvo SE•Su0e#102•Aubum,WaO*Oon 98002• (253)351-0677•FAX(253)351-Of 88•E-mai:medt=w@msn com Webske:www.meftxnw.com r,r NOTES: • "ND(1)" means no asbestos detected; method limit of detection is 1 • The EPA considers materials that contain less than 1% asbestos not to be a hazard. • Unless otherwise stated within the report, each sample was examined at standard temperature and pressure in the Med-Tox Northwest laboratory for all asbestos minerals(i.e.,chrysotile, amosite, crocidolite, anthophyllite, tremolite, and actinolite). Only those asbestos minerals detected are listed. • Soils, vinyl floor tiles, and slurry-based materials e. ( g., spray-on and troweled-on materials)can be inhomogeneous due to the nature of their preparation. Quality control checks are performed on 10% of the sample load to help ensure the accuracy of data. • For samples containing >0 but <10% asbestos, point counting by the PLM method is recommended by the EPA (NESHAP, 40 CFR Part 61). • The coefficient of variation for PLM asbestos samples typically ranges from 0.10 to 0.50. Variation increases as asbestos % decreases. • Vinyl floor the samples may contain asbestos fibers too small to be detected by PLM. Negative results,and results of <1% asbestos, are not considered conclusive by the EPA. More sensitive analytical methods, such as TEM, are recommended for such samples. Samples are archived for 1 year following analysis and then properly d' • unposed of as hazardous waste. • This report verifies, with respect to asbestos content, only the samples analyzed. The laboratory is not accountable for the completeness with which a sample represents the actual material. • This test report is not valid unless it bears the name of a NVLAP approved signatory. • Any reproduction of this document must include the entire document in order to be valid. • Neither the NVLAP accreditation of this laboratory nor this report can be used to claim product endorsement by NVLAP or any agency of the U.S. Government. • Unless otherwise specified within the report, all samples analyzed were in good condition upon receipt by the laboratory. • Thank you for using Med-Tox Northwest laboratory services. If you have any questions regarding this report,-please feel free to contact us. 2020'A'St.SE,Suite 102,Auburn,WA 98002 (253)351-0677 �/1�JJw MDAWDATA%ictWCTWW%ABU ABN0TM 8/6/03 lWJ�j NVLAP Lab Code 102021-0 46 SECTION 02070-SELECTIVE DEMOLITION PART 1 -GENERAL 1.01 SECTION INCLUDES m A Remove existing built up roof. B. Remove deteriorated roof deck as necessary. i 1.02 RELATED SECTIONS ime A. Coordinate related work specified in other parts of the Project Manual,including but not limited to following: am Division 07525 - Modified Bitumen Roofing 1.03 QUALITY ASSURANCE r A. Special Requirements of Regulatory Agencies: iv 1. Comply with all governing requirements and regulations regarding dust,dirt tracking, noise,routing of trucks and similar regulations. 1.04 SALVAGE STORAGE,TRANSPORTATION,AND HANDLING A. Truck all debris from the demolition work off the project site to a location approved by the State and Federal agencies which have jurisdiction. The demolition contractor shall utilize an agency approved dumpsite and shall hold the Owner harmless in the event the dumpsite is challenged. 1.05 JOB CONDITIONS A. Protection: 1. Erect barriers,fences,overhead protection,walkways,guard rails,chutes,shoring and the like to protect personnel,construction to remain,if applicable. 2. Do not damage adjacent existing construction. B. Maintain safety of existing mechanical,electrical systems at all times. PART 2-PRODUCTS 2.01 SALVAGE ROOF FOLACEW-W MUSEUM 02070.1 SELECTM DEMarrarr A. Demolished material shall be considered to be property of the contractor and shall be completely removed from the job site. PART 3-EXECUTION 3.01 EXAMINATION A. Verify demolition may safely and appropriately begin. B. Obtain required permits and permission from local governing authorities and Owner prior to commencing work. 3.02 PREPARATION A. Protection of existing structure: 1. Do not interfere with existing or neighboring buildings,normal activities,in-so-far as possible.. a. Protect existing and adjacent strictures and facilities from damage. 2. Cooperate with occupants in maintaining their continuous operations. 3. Perform demolition by methods that will protect persons,existing materials,and adjacent structures. 3.03 DISPOSAL A. Remove demolition debris. B. Transport demolitioNdebris off-site and legally dispose of. Maintain hauling routes dean and free of any debris resulting from work of this Section. 3.04 DAMAGED WORK A. Repair or replace entirely,as required by Architect, any portion of work damaged during demolition. END SECTION ROOF 118WEM Hr MUSEM 02070-2 SELEM E_DEMpLMON Renton Fire House r Specification 3248 08/25+63 SOPREMA SYSTEM 3248 SECTION 07525 dw SBS MODIFIED BITUMEN ROOFING to PART 1 GENERAL 1.01 SUMMARY to A. The work generally involves removing existing roofing materials and providing a two-ply reinforced S.B.S. Modified membrane Torch applied over rigid insulation to wood/concrete 10 decking complete with related flashings, scuppers, insulation, and performing such incidental or other work as many be necessitated by these operations. 1.02 REFERENCES rr A. ANSI/ASTM D41 -Asphalt Primer Used in Roofing, Dampproofing,and Waterproofing. B. ANSI/ASTM D312-Asphalt Used in Roofing. C. ANSI/ASTM D2178-Asphalt Impregnated Glass Mat Used in Roofing and Waterproofing. D. Sheet Metal and Air-Conditioning Contractors National Association, Inc. (SMACNA) E. CGSB 37GP56M Classification:Type 2,Class C,Grade 1 F. FS HH-1-530-Insulation Board,Thermal(Urethane) G. Underwriters Laboratories(UL)-Fire Hazard Classifications 1.03 SYSTEM DESCRIPTION A. Concrete(lower decks) System 3248 Description: Two ply-base and top-S.B.S. Modified Membrane—Torch applied Coverboard—Dens-Deck,Adhered Insulation—Tapered insulation, average R-20,Adhered Concrete Decking B. Wood Decking System 3248 Description: Two ply-base and top-S.B.S. Modified Membrane—Torch applied Coverboard—Dens-Deck Mechanically attached Insulation—R-30 Mechanically attached Wood Decking 1.04 SUBMITTALS �r A. Manufacturer's product data sheets and installation instructions on all materials proposed for use. B. Specimen copy of the manufacturer's standard warranty. do Page I Renton Fire House Specification 3248 0820/t?3 C. Submit two 124nch square samples of membrane illustrating the color and thickness to be used. 1.05 QUALIFICATIONS to A. Applicator's Qualifications: 1. Approved by the manufacturer prior to the bidding period and throughout the installation and able to present a copy of his certification upon request by the Architect or Owner. a. Applicator must have installed at least five roofs of the same materials and 16 methods specified for this project 1.06 REGULATORY REQUIREMENTS A. Underwriters Laboratories, Inc.(UL) 1. Class A fire hazard classification. fill B. Work shall conform to all Local, State,and Federal Regulations. to 1.07 PRE-INSTALLATION CONFERENCE A. Convene prior to commencing work of this section at a time and location to be determined by the ig Owner. 1. All parties responsible for work of this Section are required to attend including the Owner, Contractor, and any other trades involved in the roofing work. 2. Review installation procedures and coordination required with related Work. 3. Inspect and make notes of' conditions lob prior to installation. 1.08 DELIVERY,HANDLING AND STORAGE A. Deliver all materials and store in their unopened original packaging, bearing the manufacturer's name, related standards and any other specification or reference accepted as standard. B. Carefully store on end materials delivered in rolls with selvage edges up, a minimum of 64nches above grade. Store metal flashings and counterflashings in such a way as to prevent wrinkling, twisting,scratching and other damage. 1.09 QUALITY ASSURANCE A. Submit certification by the manufacturer of the system materials used that these Specifications and the Drawing Details are acceptable to them for the deck and surfacing to which they are to be applied. B. Inspection: Prior to, during and at completion of the installation, an inspection shall be made by a representative of the manufacturer in order to ascertain that the roofing system has been installed according to their published specifications, standards and details. 1. Warranty will be issued upon approval of the installation(See 1.11 of this section). Pa ge 2 Renton Fire Horse Specification 3248 oa'' r 1.10 JOB CONDITIONS A. Surfaces on which the roofing membrane system is to be applied shall be clean,smooth, dry,free of fins,sharp edges,loose and foreign materials,oil and grease. err 1.11 WARRANTY A. Upon completion of the work, furnish to the Owner via the Contractor the manufacturer's written and signed standard system warranty, certifying the performance of his products and the consistency of the properties of such products affecting their performance for a period of (2o) years from date of acceptance and that installation of the product is in accordance with manufacturer's requirements. Warranty shall contain no exclusions for random occurrences of rr ponding water. B. The Contractor is to guarantee all work against defects in materials and workmanship for a period ,r of(2)two years following final acceptance of the Work. 1.12 SITE PROTECTION ow A. During roofing work, exposed surfaces of finished walls and ground shall be protected with tarps in order to prevent damage. Contractor shall assume full responsibility for any damage. PART 2 PRODUCTS 2.01 GENERAL r A. Base Bid: 1. Soprema Inc, System 3248 Base Flashing Specification 3248 a. MEMBRANE A. Membrane Base Ply: SOPRALENE FLAM 180 1. Description: Flashing membrane shall have a non-woven polyester reinforcement and thermofu: elastomeric asphalt Both sides shall have a thermofusibie plastic film.This membrar to be applied by torching only. 2. Components: Reinforcement shall be 3.68 ibs/sq. non-woven polyester. Elasbmeric asphalt i be a mix of selected bitumen and SBS thermoplastic polymer. 3. Physical Properties: a. Tensile strength: Longitudinal-119 Ibs./in. Transversal-88 Ibs./in. +rr +�+■ Page 3 Renton Fire House Specification 3248 0820/03 b. Ultimate elongation, Longitudinal, 58% Transversal, 64% C. Static puncture strength-67 lbs. d. Low temperature flexibility, no cracking at-22 degrees F. e. SBS elongation-1500% f. Load strain product: Longitudinal-6902 Transversal-5632 g. Approximate roll weight-79 lbs(35.8 kgs) h. Approximate thickness-120 mils(3 mm) B. Membrane Top Ply.SOPRALENE FLAM 180 FR GR 1. Description: Roofing membrane shall have non-woven polyester reinforcement and thermofu: elastomeric asphalt The topside shall be self-protected with colored granules. 46 underside shall be protected by a themwfusible film. This membrane is to be applies torching only. a. Color to be white 2. Components: Reinforcement shall be 3.68 lbs/sq. nonwoven polyester. Elastomeric asphalt: r be a mix of selected bitumen and SBS thermoplastic polymer. 3. Physical Properties: a. Tensile strength: Longitudinal-119 IbsAn. Transversal-88 lbs.fin. b. Ultimate elongation, Longitudinal, 58% Transversal, 64% C. Static puncture strength-67 lbs. d. Low temperature flexibility,no cracking at-22 degrees F. e. SBS elongation-1500% f. Load strain product Longitudinal-6902 Transversal-5632 g. Approximate roll weight-98 lbs(46.9 kgs) h• Approximate thickness-140 mils(3.5 mm) i Pa qe 4 Renton Fire House Specification 3248 0820/03 C. Base Ply Flashing:SOPRALENE FLAM 180 1. Description: Flashing membrane shall have non-woven polyester reinforcement and thermofu; elastomeric asphalt Both sides shall have a themwfusible plastic film. This membrar to be applied by torching only. too 2. Components: Reinforcement shall be 3.68 Ibslsq. non-woven polyester. Elastomeric asphalt be a mix of selected bitumen and SBS thermoplastic polymer. to 3. Physical Properties: a. Tensile strength: Longitudinal-119 Ibs.rn. do Transversal-88 lbs./in. b. Ultimate elongation, Longitudinal, 58% "" Transversal, 64% C. Static puncture strength-67 lbs. an d. Low temperature flexibility,no cracking at-22 degrees F. to e. SBS elongation-1500% f. Load strain product: Longitudinal-6902 (Ar Transversal-5632 g. Approximate roll weight-79 ibs{35.8 kgs) h. Approximate thickness-120 mils(3 mm) F. Top Ply Flashing:SOPRALENE FLAM 180 FR GR 1. Description: Roofing membrane shall have non-woven polyester reinforcement and thermofu: w elastomeric asphalt The topside shall be self-protected with colored granules. underside shall be protected by a thermofusible film. This membrane is to be applies torching only. a. Color to be white 2. Components: Reinforcement shall be 3.68 Ibs/sq. non-woven polyester. Elastomeric asphalt •rr be a mix of selected bitumen and SBS thermoplastic polymer. 3. Physical Properties: a. Tensile strength: Longitudinal-119 Ibs.ln. Transversal-88 lbs./in. +Y+► Page 5 Renton Fire House Specification 3248 16 0820/103 b. Ultimate elongation, Longitudinal, 58% Transversal, 64% C. Static puncture strength-67 lbs. d. Low temperature flexibility, no cracking at-22 degrees F. e. SBS elongation-1500% f. Load strain product Longitudinal-6902 Transversal-5632 g. Approximate roll weight-98 lbs(46.9 kgs) h. Approximate thickness-140 mils(3.5 mm) 2.04 INSULATION A. Ridged board insulation: Roof insulation shall be UL and FM approved. 1. Maintain a maximum panel size of 4 feet by 4 feet where insulation is to be installed in oil Adhesive. 2. Maintain a maximum panel size of 4 feet by 8 feet where insulation is to be installed with fasteners. 3. Thickness of individual panels to be a maximum of 2.7 inches. Provide multiple layers as required to achieve overall thickness indicated on drawings. 4. Tapered insulation is required at various locations-see roof plan for areas. Minimum average aged R-value is to be R-20. Minimum thickness: %inch. Slope:1/2 inch. B. Polyisocyanurate: A closed cell, rigid polyisocyanurate foam core material, integrally laminated Between glass fiber facers,in compliance with ASTM C 128, type IL I. Multimax FA by RMAX, Inc.: Dallas,TX C. Cover Board: Y4 inch Pre-primed Dens-Deck: Roof board shall be a glass mat faded, so noncombustible,water-resistant treated gypsum core panel for use in commercial roof assemblies. 2.05 PRIMER A. Asphalt Primer. ELASTOCOL 500 1. Primer shall be applied on all dissimilar materials except insulation. 2. Description: Black bituminous varnish. Pa ge 6 Renton Fire House 10110 Specification 3248 0820/03 3. Composition:Asphalt modified bitumen with thermoplastic polymers and volatile solvents. ON 2.06 A. FASTENERS A Fasteners: Factory-coated steel fasteners and metal plates complying with corrosion-resistance Or provisions of FM 4470, designed for fastening roofing board to substrate, tested by manufacturer for required pullout strength, and acceptable to roofing system manufacturer. err B. Masonry.Nad-in expansion type device with zinc body,plated steel nail, mushroom head and"enough to embed into the masonry a minimum of 1 4nch. do 2.07 A Adhesive:HViI Insulation Adhesive ON 1. Adhesive shall be used to adhere insulation and cover board to the concrete decking. 2. Description: One part single component highly elastomeric, moisture cured, law rise ON urethane adhesive. Wit contains no solvents and does not require special tools or applicators. 3. Composition: Urethane based liquid applied insulation foam. ON ON 2.07 MISCELLANEOUS A . Water Cut-Off:Soprema SBS Mastic N B. Sopralene Flam 180 for gusset material. C. Traffic Topping: Soprawalk. to PART 3 EXECUTION ON 3.01 SURFACE INSPECTION AND PREPARATION A Before commencing work, all surfaces shall be smooth, dean, dry and free of any debris that Of would adversely effect the installation of the membrane. B. Before commencing work, the Owner's representative, together with the roofing contractor, shall inspect and approve the deck condition as well as verticals on parapet wails, roof drains, stack ON vents,vent outlets and others,building joints,etc. C. Verify that the work of other trades has been properly completed. ar D. Do not install materials in conditions of inclement weather. 3.02 SURFACE PREPARATION rr A. Wood Decks.Verify slope and condition of wood decking. B Concrete Decks:Verify slope and condition of concrete decking. Pa ge 7 .d Renton Fire House Specification 3248 0820/'73 3.03 INSTALLATION A. Install roofing membrane on dean and dry surfaces, in accordance with the manufacturer's requirements and recommendations. B. Perform roofing work on a continuous basis as surface and weather conditions allow. C. Protect adjoining surfaces against any damage that could result from roofing installation. ' D. Install only as much roofing as can be completed in one day. If weather conditions do not permit such completion, exposed areas shall be temporarily weatherproofed to prevent any water im infiltration from damaging other materials already installed, in particular,thermal insulation. 3.04 EQUIPMENT A. Maintain all equipment and tools in good working order. 3.05 ASPHALT PRIMER APPLICATION A. Prime all dissimilar surfaces to which asphalt or membrane will come in contact Apply at the rate of 150-200 sq. ft/gallon. Coat all metal flashings and fascia with primer which will come in contact with membrane. 3.07 INSTALLATION OF INSULATION A. Insulation shall be applied in multiple layers of Polyi yanurate with an "R" value of 5.56/ inch, with all joints staggered,overlay shall have all joints staggered over primary insulation. 1. Overlay shall consist of 1 layer of Dens-Deck. rr B. Apply only as much insulation as can be covered the same day with roofing membrane. At the conclusion of each day's work, seal exposed edges of the insulation. Cut and remove seal upon continuation of the work. C. Taper boards a distance of 18 inches back from roof drains for positive drainage. 3.08 ASPHALT A. N/A 3.09 BASE PLY INSTALLATION A. Unroll base ply membrane on primed Dens deck for alignment. Each sheet shall have three(3)inch side and six(6)inch end laps. 1. Begin at low point of roof. 2. Place membrane so edge lap will be centered on drain. B. Reroll base plies (halfway) one end at a time to insure proper alignment and torch weld onto an apprc substrate, in accordance with recommendations of SOPREMA. C. Application shall provide a smooth surface,free of air pockets,wrinkles,fishmouths or tears. di W Page 8 Renton Fine House Speciricahbn 3248 ,., 0820ro3 D. Seal all laps by running a hot trowel along the edge of the seam. ow E. Run base ply tight up against any vertical surfaces such as curbs, parapets,and vents. 3.10 BASE PLY FLASHING INSTALLATION io A. Prior to application,the vertical surface receiving the base ply flashing shall receive a coat of primer at of 150-200 sq.ft/gallon. This primer coating must bed before a g. the dry application of the base sheet flashing. aw 1. For gusset application refer to 3.22 of this section. B. Lay base ply flashing in strips three (3)feet wide to the vertical surfaces, extending onto the flat surface of roof a minimum of four(4) inches. Side laps shall be three (3) inches and shall be staggered a minimur four(4)inches with the laps of the base ply. C. Torch weld base ply flashing directly on its support from bottom to top followed by the torching of the roof tie D. After installation of base ply flashing, check all lap seams on the flashing by running a heated trowel along edge of the seams. tw 1. THOROUGHLY SEAL ALL VOIDS IN THE CORNERS AND SEAMS. we 3.11 TOP PLY INSTALLATION A. Once the base ply has been completed and does not show any defects, install the top ply. err B. Care must be taken to insure good alignment of the first roll. A 45 degree cut shall be made on the selvage edge of underlying membrane prior to application to insure a good seal between the membranes. 1. If low point is at a drain then the first piece must have granules embedded flinches wide along the full length and 64nches at end laps. dw C. Torch weld top ply in accordance with recommendations of Soprema, onto the base ply membrane. 1. During this application, simultaneously melt both surfaces forming an asphalt bead that pushes out in front of the top sheet D. Do not to bum the membrane and their respective reinforcements. E. Top ply shall have side laps of three(3) inches and end laps of six(6) inches. Prior to installation of following ply, embed surface granules on laps by torch heating the membrane surface and pressing the granules into the melted asphalt with a hot trowel. G. Ensure the two membranes are perfectly welded, without air pockets, wrinkles, fishmouths or tears. r H. After installation of the top ply, check all lap seams on the top ply using the edge of a hot trowel. Correct any defect 1. During installation,avoid asphalt seepage greater than 1/4 inch at seams. 1.. Cover any asphalt seepage with a sprinkling of loose granules,color to match membrane. ow Pa ge 9 Renton Fire House Specification 3248 08/'20/03 3.12 TOP PLY FLASHING INSTALLATION A. Lay top ply flashing in strips three(3)feet wide. 1. Side laps shall be three (3) inches and shall be staggered a minimum of four (4) inches from tops laps. B. Torch weld top ply flashing in accordance with recommendations of SOPREMA, directly on its base proceeding from bottom to top followed by the torching of the roof tie-in. M C. Using a chalk line, lay-out a straight line on the top ply surface, parallel to the roof edge, six(6) inches it the roof from the base of the cant strip or right angle to be flashed. im D. Using a torch and heated flat trowel, embed the surface granules into the heated and soft bitumen from chalk line to the edge of the top ply,and to the top of the cant or right angle. di E. Extend top ply flashing down the vertical surface and onto the flat roof at a distance of six (6) inches, to extent of the area of embedded granules. For ease of application,cut roll into required lengths and use wide roll three(3)feet down length of roof, maintaining specified three(3)inch laps. 1. Firmly press flashing into position using a damp sponge. F. Thoroughly seal all voids in the comers and seams. G. Application shall provide a smooth surface,free of air pockets,wrinkles,fishmouths or tears. H. Duri ng installation,avoid asphalt seepage greater than 1i4 inch at seams. 1. Cover asphalt seepage with a sprinkling of loose granules, color to match membrane. 3.13 WATER CUT-OFF A. At the end of the day's work, and when precipitation is eminent, a water cut-off shall be constructed at all open edges. Construct the cut-off with the same membrane and asphalt as that used for the roofing system. Cut-off must be able to withstand extended periods of wet weather. The water cut-offs shall be completely removed prior to resuming the installation of the roofing system. 3.14 CLEANING A Clean-up and remove daily from the site all wrappings, empty containers, paper, loose particles and other debris resulting from these operations. B. Remove asphalt markings from finished surfaces. C. Repair or replace any defaced or disfigured finishes caused by work of this section. 3.16 PROTECTION A. Provide traffic ways,erect barriers,fences,guards, rails,enclosures,chutes and the like to protect personnel, roofs and structures,vehicles and utilities. 3.16 ROOF DRAINS A. Provide a smooth transition from drain bowl to deck surface. 46 Page 10 Renton Fire House Specification 3248 ++r. 0820/03 1. Taper undedayment back from drain a minimum of 184nches to provide for positive *W drainage. 2. Prime all metal surfaces. 40 3. Using a trowel,set a 6-inch wide layer of mastic around the drain bowl edge as water cut- off. rr B. Install base ply membrane with lap centered on bowl and as specified under 3.08 of this section ensuring a tight seal at drain. 00 1. Install a fully primed,304nch square sheet of Mb.lead flashing set in mastic. 2. Torch into place a reinforcing sheet of base ply material three feet square centered on drain. .r 3. Extend membranes 1-inch beyond the inside edge of the drain bowl and temporarily secure with clamping ring. 4W C. Install top ply as specified under 3.10 of this section. 1. Extend membrane 14nch beyond the inside edge of the drain bowl. r 2. Position membrane so as to avoid the occurrence of any seams at drains. so 3. Seal off drain by running a hot trowel along the edge and firmly pressing against the rim. D. Install clamping ring and drain covers supplied with drain. 40 E. Test all drains for proper flow and watertightness. Correct defects. a. CURBS Wo A Raise curbs as needed to obtain a minimum curb height of 8 inches above finished roof. 3.20 COPING/PARAPETS `" A Provide and install new coping metal at parapets 1. See drawings MW 1. END OF SECTION ■rr " Page 11 am SECTION 07621 -SHEET METAL FLASHING AND COPINGS Aw ow PART 1 -GENERAL 1.01 SECTION INCLUDES 4. A. Installation of sheet metal flashings and copings including rooft wall flashings,equipment curbs,equipment flashings,roof copings,sheet o metal comer caps,and general sheet metal counter-flashings 1.02 REFERENCES so NRCA National Roofing Contractors Association-Roofing and Waterproofing Manual go SMACNA Sheet Metal and Air Conditioning Contractor's National .. Association-Architectural Sheet Metal Manual 103 QUALITY ASSURANCE A. Installerqualifications: 1. Company installing roofing and specializing in sheet metal flashing work with at least 3 years of experience in the trade. PART 2-PRODUCTS 2.01 MATERIALS „® A. Galvanized steel-ASTM A 525. Minimum 24-gage unless otherwise indicated on Drawings. B. Provide miscellaneous accessory materials,tools, and equipment to complete aw the sheet metal flashing and trim work inching,but not limited to,the following: 1. Fastener. Stainless steel with soft neoprene washers at exposed im fasteners. Replace all removed existing fasteners with stainless steel fasteners. 2. Bedding compound and sealant: Dow Coming#795 Silicon or as .r recommended by modified bitumen roofing manufacturer to maintain 20 year roofing warranty. 4. Solder: ASTM B 32. 40 5. Flux: FS O-F-506 do 2.02 FABRICATION ROOF REPLACEMENT WSEW 07621-1 SHEET WAL RASHM to aw 1rr A. Form sections true to shape,accurate in size,square,and free from distortion or defects. B. Solder and seal pre-fabricated metal joints. After soldering,remove flux. Wipe „ and wash solder joints clean. Do not solder any in-place sheet metal joints. 2.03 FINISH A. Only finish with matching paint the re-worked roof coping overflow shown in detail 121A10. All other sheet metal finish shall remain as-is. , PART 3-EXECUTION 3.01 EXAMINATION A. Verify installation conditions as satisfactory to receive work of this section. Do not install until unsatisfactory conditions are corrected. B. Verify roof openings,curbs,pipes,sleeves,ducts,or vents through roof are solidly set, and cant strips. C. Verify membrane termination and base flashings are in place,seated,and secure. go 3.02 PREPARATION A. Field measure conditions prior to fabricating work. •r B. Install starter and edge strips and cleats, if necessary,before starting installation. C. Lap and seal joints with sealant. D. Ft flashings tight in place. Make comers square,surfaces true and straight in planes, and lines accurate to profiles. 3.03 INSTALLATION A. Conform to Drawing details included in SMACNA manual. Provide cover plates at joints and accommodate expansion. END OF SECTION " ROOF REPLACEMExr MUSEUM 07621-2 SHEET METAL FLASHWG to Im dl. 40 , ti { .r r N i aw r M � Y dw N CD + N O A C)4 + r p W � � w till! � b ii a 29 o � � U a � a � No o o x u u lr. A. .r . : .. .. .. .. ... ... .. .. : .. .. .. . .. : .. r ...............:....€.... .f�:....:....€... .. ... .. .. .. .. .. ... ... :.........:........ ........... :........ ................ ....... ... ....................................... ... ... ....................................... ... ... . ... . ... . ..:... ...:... ...:... ..: .... .. .... ............ .. .............. ............ : .� . .....................................:.......................................:...............................................................................:.............................:.........:............................................... ............................ iiil :....:...: € € ...:...................:...................:........ : : .. .. :...................'-...... .:. :. €. .. ....:. ....:.... .. .w :.........:........ - ... �•.. ..............:........ .. � - .. .. . .. .. .. .. ...............................................:.........:.............................................. ... ................... ... ............... ... ilia {III .. .. .. .. ......... ..�. .. .. .. .. .. .. .. :.........:.........:......... ........:.........:.........:.........:....... ... ..... ....... ._.... .. , L ow ............. .. .. .. .. .. .... .. .. .. .. .N .................. .. .... .. low . ....... ......... :.........:........ >n � . ....:....:.... .... ... . .. ` �, . . . o .. ... ... .. .............. .. .......................... ................................................................................... ....................................... ... ... ... Alm.. ... ... ... ............. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. • .. .. .. ®R .............. ..�.�{.:. . .... .....".... .. .. .. .. ... .. .. .. .. .. .. .. .. Cr 4dF. aw `;........y�. •:..-..... ..:...................�.. . ;.... ................... ................... ................... .................... ... ' Ow �... . ,.._...... ....... _ y ...... wrr :... ...z:... ... ... ►....:.... ......... .........€ .. :... y .... ................ T-t c4 .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. .. . .