Loading...
HomeMy WebLinkAboutContract TN®r Document A101 AIA - 1997 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a STIPULATED SUM AGREEMENT made as of the 15� day of in the year of 2007 (In words, indicate day,month and year) ADDITIONS AND DELETIONS: The author of this document has BETWEEN the Owner: added information needed for its (Name, address and other information) completion.The author may also have revised the text of the original City of Renton AIA standard form.An Additions and 1055 South Grady Way, Deletions Report that notes added Renton,WA 98057 information as well as revisions to Phone:425-430-6614 the standard form text is available Fax:425-430-6603 from the author and should be reviewed.A vertical line in the left margin of this document indicates where the author has added and the Contractor: necessary information and where (Name,address and other information) the author has added to or deleted from the original AIA text. Stanley Roofing Co.,Inc. This document has important legal 19710- 140 Ave.N.E. consequences. Consultation with an Woodinville,WA 98072 attorney is encouraged with respect Phone:425-483-6666 to its completion or modification. Fax:425-483-6660 AIA Document A201-1997,General Conditions of the Contract for Construction,is adopted in this document by reference.Do not use with other general conditions unless The Project is: this document is modified. (Name and location) This document has been approved Roof Replacement Renton City Shops A-1 and endorsed by The Associated 3555 N.E.2nd Street YnCi g h'IL General Contractors of America. Renton,WA 98057 The Architect is: (Name, address and other information) The Owner and Contractor agree as follows. AIA Document A101 TM—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA®Document is protected by U.S.Copyright Law and international Treaties. 1 Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:17:00 on 06/04/2007 under Order No.1000292551_1 which expires on 3/18/2008,and is not for resale. User Notes: (3923065115) N.r tere ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General,Supplementary and other Conditions),Drawings,Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement;these form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,either written or oral.An enumeration of the Contract Documents,other than Modifications,appears in Article 8. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents,except to the extent specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE`3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION §3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable,state that the date will be fixed in a notice to proceed.) If,prior to the commencement of the Work,the Owner requires time to file mortgages,mechanic's liens and other security interests,the Owner's time requirement shall be as follows: §3.2 The Contract Time shall be measured from the date of commencement. §3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than 60 days from the date of commencement,or as follows: (Insert number of calendar days.Alternatively,a calendar date may be used when coordinated with the date of commencement. Unless stated elsewhere in the Contract Documents, insert any requirements for earlier Substantial Completion of certain portions of the Work.) Portion of Work Substantial Completion Date 60 calendar days from Notice to Proceed subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any,;for liquidated damages relating to failure to complete on time or for bonus payments for early completion of the Work.) $100.00 per calendar day ARTICLE 4 CONTRACT SUM §4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract.The Contract Sum shall be One Hundred Thirteen Thousand Six Hundred Thirty-two Dollars and Ninety Cents ($ 113,632.90 including WSST),subject to additions and deductions as provided in the Contract Documents. §4.2 The Contract Sum is based upon the following alternates,if any,which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires) AIA Document A101TM—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIO Document is protected by U.S.Copyright Law and International Treaties. 2 Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:17:00 on 06/04/2007 under Order No.1000292551_1 which expires on 3/18/2008,and is not for resale. User Notes: (3923065115) §43 Unit prices,if any,are as follows: Description Units Price($0.00) ARTICLE 5 PAYMENTS §5.1 PROGRESS PAYMENTS §5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect,the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. §5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month,or as follows: (Paragraph deleted) §5.1.3 The City of Renton operates on a two-week cycle according to the 2007 Accounts Payable Calendar,a copy of which will be provided to the Contractor.Applications for Payment must be received by the Owner a minimum of one week prior to any Purchase Order cutoff date to be processed in that run. §5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require. This schedule,unless objected to by the Architect,shall be used as a basis for reviewing the Contractor's Applications for Payment. §5.1.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. §5.1.6 Subject to other provisions of the Contract Documents,the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values,less retainage of Five percent (5.00%).Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be included as provided in Section 7.3.8 of AIA Document A201-1997; 2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or,if approved in advance by the Owner, suitably stored off the site at a location agreed upon in writing),less retainage of five percent(5.00%)per pay request. ( ); .3 Subtract the aggregate of previous payments made by the Owner;and .4 Subtract amounts,if any,for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of AIA Document A201-1997. §5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: AIA Document A101 TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA*Document is protected by U.S.Copyright Law and International Treaties. 3 Unauthorized reproduction or distribution of this AIA*Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:17:00 on 06/04/2007 under Order No.1000292551_1 which expires on 3/18/2008,and is not for resale. User Notes: (3923065115) .1 Add,upon Substantial Completion of the Work,a sum sufficient to increase the total payments to the full amount of the Contract Sum,less such amounts as the Architect shall determine for incomplete Work,retainage applicable to such work and unsettled claims;and (Section 9.8.5 of AIA Document A201-1997 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add,if final completion of the Work is thereafter materially delayed through no fault of the Contractor,any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-1997. §5.1.8 Reduction or limitation of retainage,if any,shall be as follows: (If it is intended,prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.1.6.1 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) None. §5.1.9 Except with the Owner's prior approval,the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. §5.2 FINAL PAYMENT §5.2.1 Final payment,constituting the entire unpaid balance of the Contract Sum,shall be made by the Owner to the Contractor when: .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-1997,and to satisfy other requirements, if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by the Architect. §5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment,or as follows: ARTICLE 6 TERMINATION OR SUSPENSION §,6.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-1997. §6.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-1997. ARTICLE 7 MISCELLANEOUS PROVISIONS §7.1 Where reference is made in this Agreement to a provision of AIA Document A201-1997 or another Contract Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. §7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below,or in the absence thereof,at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) ( )'per annum (Usury laws and requirements under the Federal Truth in Lending Act,similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business, the location of the Project and AIA Document A101TM—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA® Document is protected by U.S.Copyright Law and International Treaties. 4 Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:17:00 on 06/04/2007 under Order No.1000292551_1 which expires on 3/18/2008,and is not for resale. User Notes: (3923065115) elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications,and also regarding requirements such as written disclosures or waivers.) §7.3 The Owner's representative is: (Paragraph deleted) Greg Stroh Facilities Manager,City of Renton 1055 S.Grady Way Renton,WA 98057 Phone:425-430-6614 Fax:425.430-6603 §7.4 The Contractor's representative is: (Name,address and other information) Stanley Roofing Co.,Inc.. 19710— 144th Ave.NE Woodinville,WA 98072 Phone:425-483-6666 Fax:425-483-6660 §7.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. §7.6 Other provisions: ARTICLE 8 ENUMERATION OF CONTRACT DOCUMENTS §8.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated as follows: §8.1.1 The Agreement is this executed 1997 edition of the Standard Form of Agreement Between Owner and Contractor,AIA Document A101-1997. §8.1.2 The General Conditions are the 1997 edition of the General Conditions of the Contract for Construction,AIA Document A201-1997. §8.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated and are follows Document Title Pages Project Specifications Division 0 20 §'8.1.4 The Specifications are those contained in the Project Manual dated as in Section 8.1.3,and are as follows: (Either, list the Specifications here or refer to an exhibit attached to this Agreement.) Title of Specifications exhibit: Section Title Pages Division 1-7 Project Specifications 19 §8.1.5 The Drawings are as follows,and are dated June 1, 1983, unless a different date is shown below: (Either list the Drawings here or refer to an exhibit attached to this Agreement.) AIA Document A101 TM—1997.Copyright©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties. 5 Unauthorized reproduction or distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:17:00 on 06/04/2007 under Order No.1000292551_1 which expires on 3/18/2008,and is not for resale. User Notes: (3923065115) Nave Number Title Date Page 1 City Shops Roof Plan 6/l/83 (Row deleted) §8.1.6 The Addenda,if any,are as follows: Number Date Pages 1 5/9/2007 1 2 5/9/2007 1 3 5/10/2007 1 Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 8. §8.1.7 Other documents,if any,forming part of the Contract Documents are as follows: (List here any additional documents that are intended to form part of the Contract Documents.AIA Document A201- 1997 provides that bidding requirements such as advertisement or invitation to bid,Instructions to Bidders,sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) This Agreement is entered into as of the day and year first written above and is executed in at least three original copies,of which one is to be delivered to the Contractor,one to the Architect for use in the administration of the Contract,and the remainder to the Owner. j OWNER(Si ature) CONTRACTOR(Si ature) Kathy Keolker,Mayor H.Raymond Stanley,Vice President ATTEST: (Signature) IBonnie Walton,City Clerk AIA Document A101 TM—1997.Copyright ©1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991 and 1997 by The American Init. Institute of Architects. All rights reserved. WARNING:This AIA"Document is protected by U.S.Copyright Law and International Treaties. 6 Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be / prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 10:17:00 on 06/04/2007 under Order No.1000292551_1 which expires on 3/18/2008,and is not for resale. User Notes: (3923065115) L All ROOF REPLACEMENT forthe RENTON CITY SHOPS L Y p N CITY OF RENTON COMMUNITY SERVICES DEPARTMENT FACILITIES DIVISION 1055 SOUTH GRADY WAY RENTON,WASHINGTON June,2007 L L 'PROJECT SPECIFICATIONS L ) �: t a a a a a v a a a ROOF REPLACEMENT - RENTON CITY SHOPS A-1 and A-2 BUILDINGS TABLE OF CONTENTS TITLE NUMBER OF PAGES Tableof Contents .................................................................................... o' DIVISION 0- BIDDING REQUIREMENTS CONTRACT FORMS AND CONDITIONS OF THE CONTRACT go 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 ow 00400 Non-Collusion, Anti-Trust, & Minimum Wage Form...............................................................1 00500 Contract.................................................................................................................................1 00700 General Conditions................................................................................................................1 No00800 Special Conditions.................................................................................................................1 00900 Fair Practices Policy Affidavit of Compliance Form...............................................................1 00910 Bond To The City Of Renton Form........................................................................................1 4w 00920 Insurance Requirements.......................................................................................................3 DIVISON 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 ow 02070 Selective Demolition..............................................................................................................2 w ROOF REPLACEMENT CITY SHOPS TC- 1 TABLE OF CONTENTS ors so ROOF REPLACEMENT - RENTON CITY SHOPS A-1 and A-2 BUILDINGS la TABLE OF CONTENTS to DIVISION 7-THERMAL AND MOISTURE PROTECTION 07525 SBS Modified Bitumen Roofing.............................................................................................9 rr 07621 Sheet Metal Flashing and Copings .......................................................................................2 DRAWINGS CityShops Roof Plan...........................................................................................................................1 .rr �r r ROOF REPLACEMENT CITY SHOPS TC-2 TABLE OF CONTENTS 1r 00 SECTION 00020 -SYNOPSIS OF BIDDING INFORMATION Am A. PROJECT: ROOF REPLACEMENT Renton City Shops aw 3555 NE 2nd Street Renton, WA 98057 B. OWNER: City of Renton 1055 South Grady Way Renton, WA 98057 C. OWNERS REPRESENTATIVE: ow Greg Stroh, Facilities Manager Community Services Department City of Renton 1055 South Grady Way Renton, WA 98057 Phone (425)430-6614 FAX (425)430-6603 W D. BIDS DUE: Tuesday, May 15, 2007 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 up will be opened in the Conference Room #521 on the Fifth Floor of City Hall "" E. TENTATIVE SCHEDULE OF WORK: The following dates represent the tentative schedule for the VW Work to be performed under this contract : Plans Available for Bidding Mon May 7, 2007 Pre-Bid Site Walk-Thru 9:30 AM Tues May 8, 2007 Bids Due 2:30 PM Tues May 15, 2007 F. TIME OF CONSTRUCTION: Sixty (60)calendar days. Liquidated damages thereafter at one-hundred dollars ($100) per day. G. BID SECURITY: A certified check or bid bond in the amount of five percent(5%)of the total of each bid must accompany each bid. 00020-1 ROOF REPLACEMENT RENTON CITY SHOPS SYNOPSIS OF BIDDING INFORMATION rrr 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 �r �r END OF SECTION .r 4W 4W 00020-2 ROOF REPLACEMENT RENTON CITY SHOPS SYNOPSIS OF BIDDING INFORMATION '11Y 1W SECTION 00030- INVITATION TO BID �. ROOF REPLACEMENT �. for the RENTON CITY SHOPS BUILDINGS A-1 and A-2 Sealed bids for the City of Renton City Shops Roof Replacement project, located at 3555 NE 2nd Street, Renton, Washington,will be received until 2:30 p.m.,Tuesday, May 15, 2007, at the Office of the City Clerk, Seventh Floor, Renton City Hall, 1055 S. Grady Way, Renton, WA, 98057 and will be publicly opened and read in the fifth floor r conference room,#521. The work to be performed within 60 working days from the date of commencement under this contract shall include, but not be limited to: removing existing roofing materials and providing a new two-ply reinforced SBS modified asphalt membrane system,heat welded and mechanically attached over slip sheet and insulation to existing metal substrate. Installation shall be complete with related flashings,scuppers,cant strips,and performing such incidental or other work as may be necessitated by these operations. Approximately 194 squares. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Bid documents will be handed out at the pre-bid walk through and also may be obtained on May 7, 2007,at the Community Services Administration Office located at Renton City Hall, 1055 South Grady Way, Fifth Floor, Renton, WA,98057, phone(425)430-6600,fax(425)430-6603. Questions and requests for bidding documents shall be addressed to Renton Community Services Administration. ow A pre-bid walk through will be held on Tuesday, May 8th,2007 at 9:30 a.m.,at the City Shops A-1 Building at 3555 NE 2nd Street.Attendance by bidders is not required but is strongly recommended. ow The City's Fair Practices, Non-Discrimination, and Americans with Disability Act Policies shall apply. up ,,m Bonnie I.Walton, City Clerk r Published: rr ,gip 00030-1 ROOF REPLACEMENT CITY SHOPS INVITATION TO BID tw my Wo SECTION 00040 - BID SUBMITTAL CHECKLIST o 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 go Contractor. so LIST OF REQUIRED SUBMITTALS ow ❑ Bid Proposal Form (Section 00300) aw ❑ Combined Affidavit and Certification (Section 00400) ❑ Contractor's Certificate of Insurance (Section 00920) Wo ❑ Bid Bond (Section 00310) 40 or ow r. No 4W VM ROOF REPLACEMENT CITY SHOPS 00040-1 INVITATION TO BID err V• SECTION 00100 - INSTRUCTIONS TO BIDDERS go so A. BIDDERS REPRESENTATIONS The Bidder, by making a Bid represents that he has read and understands the Bidding up 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 a► 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. W D. BID FORMS • Bids shall be submitted on forms identical to the form included with the Bidding r. 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 No considered non-responsive. 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. ROOF REPLACEMENT CITY SHOPS 00100-1 INSTRUCTIONS TO BIDDERS a 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 .r 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. "' 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: .r Statement of Intent to Pay Prevailing Wages r 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. 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. ROOF REPLACEMENT CITY SHOPS 00100-2 INSTRUCTIONS TO BIDDERS illli %W No K. LIQUIDATED DAMAGES For each calendar day after date established by the above allowed time that any portion of wW 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 W completion dates. L. CHANGE ORDER ow 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 ON 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. aw aw ROOF REPLACEMENT CITY SHOPS 00100-3 INSTRUCTIONS TO BIDDERS Uff SECTION 00300 - BID FORM FORM OF PROPOSAL ( BID ) for the ROOF REPLACEMENT for the RENTON CITY SHOPS A-1 AND A-2 BUILDINGS 3555 NE 2nd Street Renton, Washington Bids Due: 2:30 P.M. Tuesday, May 15, 2007 To: City Clerk, Room#728 Seventh Floor of City Hall 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 City Shops A-1 and A-2 w Buildings, 3555 NE 2nd Street, 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: aw A. BASE BID aw A-1 Building For all work shown in the Contract Documents, the sum of: $ Q0 Washington State Sales Tax: $ Grand Total Base Bid: $ ow No B. ADDATIVE ALTERNATE BID ALTERNATE NUMBER AND DESCRIPTION: so A-2 Building a, For all work shown in the Contract Documents, the sum of: $ Washington State Sales Tax: $ ow Grand Total Alternate#1: $ aw 00300-1 ROOF REPLACEMENT CITY SHOPS BID FORM ow 1W 40 wr �IYr 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: All of the above Bid Prices shall include Washington State Sales Tax. C. PERIOD OF BID VALIDITY I ACCEPTANCE OF BID 1. BASE BID tw The undersigned hereby agrees that this BID as described in paragraph "A"shall be a e` valid and firm offering for the period of sixty(60)days from closing time for the "Receipt Of Bids." N, 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 4W 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 i" 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 A101 "STANDARD FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR-STIPULATED we SUM", 1997 edition 00300-2 ROOF REPLACEMENT CITY SHOPS BID FORM rr rrf rr 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 aw 00300-3 ROOF REPLACEMENT CITY SHOPS BID FORM Mr No H. EXECUTION OF PROPOSAL to Name of Firm State License Registration No. Address City State Zip Code Telephone_ ( ) FAX ( ) The undersigned designates the above as the firm and address to which "NOTICE OF CONTRACT AWARD" may be mailed, hand delivered or delivered via facsimile. ow NOTE: If a Bidder is a corporation, write state of incorporation; and if a partnership, give full names and addresses of all partners below: iW The undersigned certifies that the above is a firm and valid BID to accomplish all Work and comply with all requirements of the Contract Documents. Date Signature rr Signed Printed 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. ow END OF BID FORM a. 00300-4 ROOF REPLACEMENT CITY SHOPS BID FORM "W "W SECTION 00400 - NON-COLLUSION, ANTI-TRUST, AND MINIMUM WAGE FORM r 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 60 that 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 to or Bidders. AND 4W CERTIFICATION RE:ASSIGNMENT OF ANTI-TRUST CLAIMS TO PURCHASER Vendor and purchaser recognize that in actual economic practice overcharges resulting from anti-trust violations are to in fact usually borne 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 to price under this order or contract. In addition, vendor warrants and represents that such of his suppliers and subcontractors shall assign any and all such claims to purchaser,subject to the aforementioned exception. 4W AND MINIMUM WAGE AFFIDAVIT FORM QW I,the undersigned, having been duly sworn,deposed,say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer,workman,or mechanic employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the to 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 ow MINIMUM WAGE AFFIDAVIT No ROOF REPLACEMENT—RENTON CITY SHOPS A-1 and A-2 BUILDINGS so Name of Bidders Firm Signature of Authorized Representative of Bidder Subscribed and sworn to before me on this day of , 20 Notary Public in and for the State of Washington Residing at: 00400-1 ROOF REPLACEMENT CITY SHOPS NON-COLLUSION,ANTI-TRUST, MINIMUM WAGE FORM idw "r 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. w. 39 pages of AIA document A-201 to be provided to awarded Contractor r. w r.► aw 00700-1 ROOF REPLACEMENT LIBERTY PARK GENERAL CONDITIONS WW .► SECTION 00500 - CONTRACT .. 101 STANDARD FORM The Standard Form of Agreement Between the Owner and the Contractor Where the Basis of Payment is a Stipulated Sum, 1997, AIA Document A-101, 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. 5 pages of AIA document A-101 to be provided to awarded Contractor o or 00500-1 ROOF REPLACEMENT LIBERTY PARK GENERAL CONDITIONS wn *r SECTION 00800 -SPECIAL CONDITIONS g. ARTICLE 1 -COMPLIANCE WITH WAGE RATES AND FILING OF "INTENT TO PAY PREVAILING WAGES" HEREINAFTER CALLED "INTENT"AND ,w "AFFIDAVIT OF WAGES PAID" 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 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 furnished by the Industrial Statistician upon request. Requests shall be made to the State of Washington Department of Labor and Industries. The 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 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 +W and file "Affidavit of Wages Paid"with the Washington State Department of Labor and Industries and any other agencies required by law. Sample copy enclosed herein. 10 Copies shall be provided to the City prior to Final Completion, Final Payment and release of Retainage. Each affidavit of wages paid must be certified by the Industrial Statistician of the Department of Labor and Industries before it is submitted. 2.6 All 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. ow ARTICLE 2-STATE LICENSING LAW The Contractor agrees to comply 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 ROOF REPLACEMENT CITY SHOPS SPECIAL CONDITIONS ■rr w 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 ww► 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, w. 1055 South Grady Way, Renton, WA. END OF SECTION 00800-2 ROOF REPLACEMENT CITY SHOPS SPECIAL CONDITIONS low .& SECTION 00900 -AFFIDAVIT OF COMPLIANCE ow CITY OF RENTON aw AFFIDAVIT OF COMPLIANCE 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, creed, color, sex, national origin, age, or disability. II. The company complies with all applicable federal, state, and local laws governing non- discrimination in employment. III. When applicable, the company will seek out and negotiate with minority and women contractors for the award of subcontracts. *w Print Representative Name and Title +rr Representative's Signature r rw (Successful contractor shall submit this signed form with signed contract) +fir owr twr 00900-1 ROOF REPLACEMENT CITY SHOPS AFFIDAVIT OF COMPLIANCE tar ,�.► SECTION 00910 - BOND TO THE CITY OF RENTON FORM KNOW ALL MEN BY THESE PRESENTS: That we,the undersigned as principal, and VW 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 err Renton in the penal sum$ for the payment of which sum on demand we bind ourselves and our successors, heirs, administrators or person representatives, as the case may be. o This obligation is entered into in pursuance of the statutes of the State of Washington,the Ordinance of the City of Renton. ,m Dated at Washington,this day of 2003 Nevertheless,the conditions of the above obligation are such that: r WHEREAS, under and pursuant to Public Works Construction Contract CAG- providing for construction of Project Name 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 to 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 force and effect. Principal Surety +r Signature Surety's Address .n• Name and Title Agent's Signature +rr Name and Title .r 00910-1 ROOF REPLACEMENT CITY SHOPS BOND TO THE CITY OF RENTON FORM wr a. SECTION 00920 - CONTRACTORS INSURANCE AND RELATED REQUIREMENTS to MINIMUM INSURANCE COVERAGE AND REQUIREMENTS 4W or 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, .w► 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 all • Hired Vehicles (3) Workers'Compensation MW • Statutory Benefits -Show Washington Labor& Industries Number 1W (4) Umbrella Liability • Excess of Commercial General Liability and Automobile Liability. Coverage should be as broad as primary. 00920-1 ROOF REPLACEMENT CITY SHOPS INSURANCE REQUIREMENTS 1W CONTRACTORS INSURANCE REQUIREMENTS The CONTRACTOR shall carry the following limits of liability as required below: r Commercial General Liability General Aggregate* $2,000,000 Products/Completed Operations Aggregate $2,000,000 Each Occurrence Limit $1,000,000 Personal/Advertising Injury $1,000,000 Fire Damage (Any One Fire) $ 50,000 Medical Payments (Any One Person) $ 5,000 Stop Gap Liability $1,000,000 *General Aggregate to apply per project Automobile Liability re Bodily Injury/Property Damage $1,000,000 (Each Accident) w� Workers' Compensation Statutory Benefits-Show Washington Labor& Industries Number Umbrella Liability Each Occurrence Limit $1,000,000 General Aggregate Limit $1,000,000 Products/Completed Operations Aggregate $1,000,000 PollutiaR Liability If Fe uienrl\ per Loss $ 1,000,000 AggFegate $ i'000,000 4W 00 00920-2 ROOF REPLACEMENT CITY SHOPS INSURANCE REQUIREMENTS rr 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 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: 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 non-renewed, 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. im An example of an acceptable cancellation clause is as follows: go "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will endeeven to mail 45 days written notice to the certificate holder named to the left. But failure to SUGh ROtiGe shall impose ne obligation oF liability of any kind upon tile or The CONTRACTOR shall promptly advise the CITY OF RENTON in the event any general aggregate or 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 as furnish to the CITY OF RENTON a new certificate of insurance showing such coverage is in force. Required insurance coverage shall be maintained throughout the term of this contract, except Automobile dw Liability and Workers' Compensation, for a period of two (2) years after the date of substantial completion of the project. On all Certificates of Insurance, the Certificate Holder shall be listed as"City of Renton, Washington, Attention: Greg Stroh Facilities Manager" 00920-3 ROOF REPLACEMENT CITY SHOPS INSURANCE REQUIREMENTS rwr up SECTION 01010-SUMMARY OF WORK o" PART 1 -GENERAL ow 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. The work to be performed within 60 working days from the date of M„ commencement under this contract shall include, but not be limited to: removing existing roofing materials and providing a new two-ply reinforced SBS modified asphalt membrane system, heat welded and mechanically attached over slip sheet and insulation to existing metal substrate with related flashings, scuppers and cant strips. Installation shall be complete including performing such incidental or other work as may be necessitated by these operations. Work shall include a manufacturer and contractor's warranty for the work .. required by the contract documents and includes all labor necessary to produce such work, and 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 'w project. 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 work. 2. Paying required taxes. 3. Maintaining required egress in accordance with governing Codes and Ordinances throughout the work. C. Do not employ on work: 1. Unfit persons or persons not skilled in assigned tasks. „ 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. .w END OF SECTION aw 01010-1 ROOF REPLACEMENT CITY SHOPS SUMMARY OF WORK r 40 art r�r IMt +r► to SECTION 01028- CHANGE ORDERS my PART 1 -GENERAL 1.01 SUBMITTALS A. Change Order Forms: AIA G701 to be completed by City's Representative. 1.02 DOCUMENTATION OF CHANGE IN CONTRACT SUM /PRICE AND CONTRACT TIME 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 time with sufficient data to allow evaluation of the quotation. V' B. On request, provide additional data to support computations: 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 markup of 10% overhead and profit. When extra work is performed as above by a subcontractor to the general 0" 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. 1.03 CHANGE PROCEDURES iW A. The City's Representative may issue a Proposal Request which includes a detailed description of a proposed change with supplementary or revised am, 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. Contractor will prepare and submit an estimate within 5 days. aw B. The Contractor may propose a change by submitting a request for change to the City's Representative, describing the proposed change and its full effect on the M• Work, with a statement describing the reason for the change, and the effect of the Contract/Sum Price and contract . fAW adw 01028.1 ROOF REPLACEMENT CITY SHOPS CHANGE ORDERS or 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. END OF SECTION 01028-2 ROOF REPLACEMENT CITY SHOPS CHANGE ORDERS SECTION 01500 - CONSTRUCTION FACILITIES, UTILITIES, AND TEMPORARY CONTROLS o. PART 1 -GENERAL 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. 1.02 WATER A. Arrangements may be made to obtain water from the existing building system. City will pay for cost of water. 1.03 SANITARY FACILITIES w. A. Usage of facilities in the A-1 building 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 furnished 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. r 1.05 CLEANING DURING DEMOLITION A. Control accumulation of waste materials and rubbish dumping. Periodically dispose off- site in authorized dump sites. 1.06 STAGING AREA A. Staging will be addressed during a pre-construction walk through,to be scheduled after award of contract. 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. C. Provide for periodic removal of dumpster contents. 1.07 POLLUTION CONTROL 01500-1 ROOF REPLACEMENT CITY SHOPS CONSTRUCTION FACILITIES,UTILITIES AND TEMPORARY CONTROLS 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 i 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 00 Oili•rM 14 4, 01700-2 ROOF REPLACEMENT CITY SHOPS PROJECT CLOSEOUT SECTION 02070 -SELECTIVE DEMOLITION PART 1 -GENERAL wr 1.01 SECTION INCLUDES A Remove existing built up roof. B. Remove deteriorated roof deck as necessary. 1.02 RELATED SECTIONS A. Coordinate related work specified in other parts of the Project Manual, including but not limited to following: 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. 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 or ROOF REPLACEMENT CITY SHOPS 02070- 1 SELECTIVE DEMOLITION rr so 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. ww B. Obtain required permits and permission from local governing authorities and Owner prior to commencing work. 3.02 PREPARATION err 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 W; adjacent structures. 3.03 DISPOSALt A. Remove demolition debris. B. Transport demolition/debris off-site and legally dispose of. Maintain hauling routes clean and free of any debris resulting from work of this Section. ,rr 3.04 DAMAGED WORK A. Repair or replace entirely, as required by Architect, any portion of work damaged during demolition. as 40 END SECTION � r ROOF REPLACEMENT CITY SHOPS 02070 -2 SELECTIVE DEMOLITION Soprema System 32E48(Soprafix E) 04124107 RENTON MAINTENANCE BUILDINGS SECTION 07525 SBS MODIFIED BITUMEN ROOFING PART 1 GENERAL 1.01 SUMMARY A. The Work generally involves removing existing roofing materials and providing a new two-ply reinforced SBS modified asphalt membrane system heat welded and mechanically attached over slip sheet and insulation to existing metal substrate. Installation shall be complete with related flashings, scuppers, cant .r strips, and performing such incidental or other work as may be necessitated by these operations. 1.02 REFERENCES „s A. ANSI/ASTM D41 -Asphalt Primer Used in Roofing, Damproofing, and Waterproofing. B. Factory Mutual(FM)Engineering Corporation-Roof Assembly Classifications. 40 C. National Roofing Contractors Association(NRCA)- Roofing and Waterproofing Manual. D. Underwriters Laboratories(UL)-Fire Hazard Classifications. NM E. Sheet Metal and Air-Conditioning Contractors National Association, Inc. (SMACNA). F. CGSB 37GP56M Classification:Type 2, Class C, Grade 1. 1.03 SYSTEM DESCRIPTION r A. System: Soprafix 02-32E48 Description: Two ply- Cap membrane- Heat Welded Base membrane- Mechanically Attached w/self adhered side laps Slip sheet- Loose laid Flat Insulation w/crickets—Mechanically attached Metal substrate 1.04 SUBMITTALS A. Manufacturer's product data sheets and installation instructions on all materials proposed for use. B. Specimen copy of the manufacturer's 10 year roofing warranty. C. Submit two 12-inch square samples of membrane illustrating the color and thickness to be used. D. Submit a copy of the manufacturer's installation instructions. rr E. U.L. and F.M. compliance data. 1.05 QUALIFICATIONS A. Applicator's Qualifications: Page ] Soprema System 32E48(Soprafix E) 04124107 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. B. Manufacturer's Qualifications: 1. Must have a minimum of 10 years experience manufacturing SBS modified bitumen roofing membranes, minimum 5 years experience manufacturing torch grade systems such as the base system specified. 2. Provide a factory trained technician for final inspection of the roofing system. 3. Provide a warranty upon satisfactory installation of the roofing system. r 1.06 REGULATORY REQUIREMENTS A. Provide a UL Class"B" rated fire hazard assembly. B. Conform to all applicable Federal,State and Local codes. C. Factory Mutual Engineering&Research Corporation(FM): 1.07 PRE-INSTALLATION CONFERENCE + k A. Convene prior to commencing work of this section at a time and location to be determined by the Owner. ot 1. All parties responsible for work of this section are required to attend including the Owner, Material Manufacturer, Contractor and any other trades involved in the roofing work. Ali 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 6-inches above grade. Store metal flashings and counter flashings 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 installation 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. 1.10 JOB CONDITIONS Page 2 Soprema System 32E48(Soprafix E) 04124107 A. Surfaces on which the roofing membrane system is to be applied shall be dry, clean, smooth, free of fins, sharp edges, loose and foreign materials,oil and grease. 1.11 WARRANTY A. Contractor's Warranty: The Contractor shall guarantee all work in writing against defects in materials and workmanship for a period of two years following final acceptance of work. B. Manufacturer's Warranty: 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 10 years from date of acceptance and that installation of the product is in accordance with manufacturer's W& requirements. No exclusions to the random occurrence of ponding water. VON PART 2 PRODUCTS 2.01 GENERAL A. Base Bid: 1. Soprema Inc. System 02-32E48(Soprafix) Base Flashing Specification 3348 2.02 MEMBRANE A. Base Ply: SOPRAFIX SOPRALENE FLAM 180E was 1. Description: Waterproof membrane shall have a non-woven polyester reinforcement and thermofusible elastomeric asphalt. Both sides shall have a thermofusible plastic film. This membrane is to be applied by mechanically fastening and self adhering side laps. 2. Components: Reinforcement shall be 3.68 lb./sq. non-woven polyester. Elastomeric asphalt shall be a mix of selected bitumen and SBS thermoplastic polymer. 3. Physical Properties: a. Tensile strength: Longitudinal- 119 lb./in. Transversal-88 lb./in. b. Ultimate elongation, Longitudinal, 58% Transversal, 64% C. Static puncture strength-67 lb. d. Low temperature flexibility, no cracking at-22 degrees F. „w e. Thickness: 120mils(3mm) f. SBS elongation- 1500% �++ g. Load Strain Product: Page 3 r Soprema System 32E48(Soprafix E) 04124107 Longitudinal-6902 Ito Transversal-5632 B. Membrane Top Ply:SOPRALENE FLAM 180 FR GR 1. Description: Waterproofing membrane shall have a non-woven polyester reinforcement Will and thermofusible elastomeric asphalt.The topside shall be self-protected with colored granules. The underside shall be protected by a thermofusible plastic film. This membrane is to be applied by torching only. a. Color to be selected by owner. 2. Components: Reinforcement shall be 3.68 lb. /sq. non-woven polyester. Elastomeric asphalt shall be a mix of selected bitumen and SBS thermoplastic polymer. 3. Physical properties: a. Tensile strength: Longitudinal- 119 lb./in. Transversal-88 lb./in. Vol b. Ultimate elongation, Longitudinal, 58% Transversal, 64% C. Static puncture strength-67 lb. d. Low temperature flexibility, no cracking at-22 degrees F C. Flashing Top Ply:SOPRALENE FLAM 180 FR GRANULES 1W D. Flashing Base Ply:SOPRALENE FLAM STICK E. Slip Sheet: SOPRA G 2.03 FASTENERS A. Soprafix E is to be mechanically attached to the substrate with Soprema Soprafix Screws& Plates. B. Wood: Roofing nails of galvanized steel, long enough to penetrate the wood by at least 3/4-inch on flashings and parapet walls. go C. Masonry: Nail-in expansion type device with zinc body, plated steel nail, mushroom head and long enough to embed into the masonry a minimum of 1-inch. 2.04 INSULATION &CRICKETS I�1 A. Ridged board insulation: Roof insulation shall be UL and FM approved. 1. Maintain a maximum panel size of 4 feet by 8 feet where insulation is to be mechanically attached. Page 4 wt W Soprema System 32E48(Soprafix E) 04124107 to 2. Thickness of individual panels to be a maximum of 2.5 inches. Provide multiple layers as required to achieve overall thickness indicated on drawings. 3. Crickets shall be 1/4: 12 slope as needed. B. Polyisocyan u rate: A closed cell, rigid polyisocyanurate foam core material, integrally laminated Between glass fiber facers, in compliance with ASTM C 128, type II. 1. Multimax FA by RMAX, Inc.: Dallas, TX 2.05 PRIMER A. Asphalt Primer: ELASTOCOL 500 PRIMER&ELASTOCOL 600C(Self adhered) yrr 1. Primer shall be applied on all dissimilar materials. 2. Description: Black bituminous varnish. 3. Composition:Asphalt modified bitumen with thermoplastic polymers and volatile solvents. .r 2.06 MISCELLANEOUS A. Traffic Topping: Shall be SOPRAWALK B. Water Cut-Off Mastic:SOPRACOLLE or SOPRAMASTIC D. SOPRALENE FLAM 180 for gusset material. A. PART 3 EXECUTION 3.01 SURFACE INSPECTION AND PREPARATION A. Before commencing work, all surfaces shall be smooth, clean, dry and free of any debris that 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 conditions as well as verticals on parapet walls, roof drains, stack vents, vent outlets and others, building joints,etc. w C. Verify that the work of other trades has been properly completed. D. Do not install materials in conditions of inclement weather. 3.02 ROOF REMOVAL A. Remove all existing roofing membrane,associated flashings, unused curbs and penetrations. 1. Dispose of all debris in accordance with Federal, State and Local Regulations. 2. Repair damaged or defective deck areas prior to commencement of work under this section. �wr 3.03 INSTALLATION OF INSULATION Page 5 .r Soprema System 32E48(Soprafix E) 04124107 to A. Insulation shall be Polyisocyanurate with an "R" value of 5.6/ inch, with all joints staggered, overlay shall have all joints staggered over primary insulation. 1. Mechanically attach insulation using manufacture's approved fasters and plates. 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. 3.04 EQUIPMENT A. Maintain all equipment and tools in good working order. 1. Have 2 approved fire extinguishers at each work station. 3.05 ASPHALT PRIMER APPLICATION wr A. Prime all 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. 3.06 SLIP SHEET A. Loose lay slip sheet over insulation. Secure as needed. 3.07 BASE PLY INSTALLATION A. Unroll dry base ply membrane on deck for alignment. Each strip shall have four(4) inch side laps and six ' (6)inch end laps. Allow membrane to relax a minimum of 20 minutes. 1. Begin at low point of roof. 2. Place membrane so edge lap will be centered on drain. B. Mechanically attach base ply membrane locating fastener and plate 1-1/2 inches from the edge of they sheet. Fasten ply nine inches (9") O/C.'at lap at perimeter and corner area and 12 inches O/C. in field laps. C. Remove release paper at the side lap and self adhere the next row on the lap only, overlapping seam four inches. D. Application shall provide a smooth surface,free of air pockets,wrinkles,fishmouths or tears. E. Run base ply tight up against any vertical surfaces such as curbs, parapets, and vents. rrl 3.08 BASE FLASHING PLY INSTALLATION A. Prior to application,the vertical surface receiving the base flashing ply shall receive a coat of primer at the rate of 150-200 sq.ft./gallon. This primer coating must be dry before application of the base flashing. B. Lay base flashing ply in strips three(3)feet wide to the vertical surfaces, extending onto the flat surface of the roof a minimum of four (4) inches. Side laps shall be three (3) inches and shall be staggered a minimum of four(4)inches with the laps of the base ply. Page 6 *a Soprema System 32E48(Sopralix E) 04124107 1r C. Firm) press roll base flashing I direct) on its support Firmly p (roll) 9 P Y Y from bottom to top followed by the torching of the roof tie-in. OW D. After installation of base ply flashing, check all lap seams on the flashing by running a heated trowel along the edge of the seams. 1. THOROUGHLY SEAL ALL VOIDS IN THE CORNERS AND SEAMS. 3.09 TOP PLY INSTALLATION A. Once the base ply and base flashing ply has been completed and do not show any defects, install the top ply. B. Unroll top ply starting from the low point of the roof to run parallel to the run of the base ply. Care must be taken to insure good alignment of the first roll (parallel with the edge of the roof).A 45 degree cut shall be made on the selvage edge of underlying membrane prior to application to insure a good seal between the membrane. 1. First piece must have granules embedded 4-inches wide along the full length and 6-inches at end laps. err C. Torch weld top ply in accordance with recommendations of Soprema, onto the base ply membrane. During this application, simultaneously melt both surfaces forming an asphalt bead that pushes out in front of the top sheet. D. Do not to burn the membrane and their respective reinforcements. E. Stagger base ply and top ply seams a minimum of twelve(12)inches. W F. 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. H. After installation of the top ply, check all lap seams on the top ply using the edge of a hot trowel. Correct r any defect. I. 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. 3.10 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 top ply laps in order to avoid excessive thickness. B. Using a chalk line, lay-out a straight line on the top ply surface, parallel to the roof edge, six (6) inches rr inside the roof from the base of the cant strip or right angle to be flashed. C. Using a torch and heated flat trowel embed the surface granules into the heated and soft bitumen form the chalk line to the edge of the top ply, and to the top of the cant or right angle. .r Page 7 Soprema System 32E48(Soprafix E) 04124107 Ili! D. Extend top ply flashing down the vertical surface and onto the flat roof at a distance of six (6) inches, to the extent of the area of exposed bitumen. For ease of application, cut roll into required lengths and use width of roll three(3)feet down length of roof, maintaining specified three(3)inch laps. 1. Torch weld top ply flashing in accordance with recommendations of Soprema,directly on its base ply, proceeding from bottom to top followed by the torching of the roof tie-in. so 2. Firmly press flashing into position using a damp sponge. E. Thoroughly seal all voids in the corners and seams. F. Application shall provide a smooth surface,free of air pockets,wrinkles,fishmouths or tears. G. 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. NY 3.11 WATER CUT-OFF A. 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-off shall be completely removed prior to resuming the installation of the roofing system. 3.12 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. at 3.13 PROTECTION A. Provide traffic ways, erect barriers, fences, guards, rails, enclosures, chutes and the like to protect personnel, roofs,structures, vehicles and utilities. ' 3.14 FIELD CONTROL so A. Field inspection will be performed as outlined under 1.09 of this section. rr. 3.15 ROOF DRAINS A. Per manufactures standard details. 3.16 FIRE WATCH A. Maintain at least a one (1) hour fire watch at the close of each day after the use of torches has been discontinued. w+ Page 8 VW Soprema System 32E48(Soprafix E) 04124107 aw No END OF SECTION ow .w A& am Page 9 vw ow .. SECTION 07621 - SHEET METAL FLASHING AND COPINGS aw PART 1 -GENERAL wr 1.01 SECTION INCLUDES A. Installation of new sheet metal flashings and copings including roof/wall flashings, equipment curbs, equipment flashings, roof copings, sheet metal corner caps, and general sheet metal counter- aw 1.02 REFERENCES NRCA National Roofing Contractors Association - Roofing and Waterproofing Manual SMACNA Sheet Metal and Air Conditioning Contractor's National Association -Architectural Sheet Metal Manual 1.03 QUALITY ASSURANCE .. A. Installer qualifications: 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 y.. the sheet metal flashing and trim work including, but not limited to, the following: 1. Fastener: Stainless steel with soft neoprene washers at exposed fasteners. Replace all removed existing fasteners with stainless steel fasteners. 2. Bedding compound and sealant: Dow Corning#795 Silicon or as VW recommended by modified bitumen roofing manufacturer to maintain 20 year roofing warranty. 4. Solder: ASTM B 32. 5. Flux: FS 0-F-506 ROOF REPLACEMENT CITY SHOPS 07621 -1 SHEET METAL FLASHING r 2.02 FABRICATION A. Form sections true to shape, accurate in size, square, and free from distortion or defects. rw 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 'w detail 12/A10. 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. 3.02 PREPARATION wi A. Field measure conditions prior to fabricating work. B. Install starter and edge strips and cleats, if necessary, before starting installation. C. Lap and seal joints with sealant. D. Fit flashings tight in place. Make corners 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 REPLACEMENT CITY SHOPS 07621 -2 SHEET METAL FLASHING • bq ILJ Z � J m q z cLL �_ �• .. 10^tQ _- NPU zr ` Cd2H lyd}s CIS cr i c m i CJi ❑ 2d019 fi —'� �=rJ U �n C co im / \ T „9•�IL _® c ins a f �W i -lx< a 7[ a-z T LD — Q \SOUTH+• u -1 t sz s� 0 J j -� •ice N� I HIHON rk "P - a - x yo IBE O +awruw +rIrrr "Ono 11111111111111110 11111111111111101 "WNW 1041111100 rrrl Now" NW~ 11111111101110 1111111111011111111 41110IN11111 N~ am" "WNW SOP" �Y COMMUNITY SERVICES DEPARTMENT M E M O R A N D U M DATE: May 9, 2007 TO: All Plan Holders of Record FROM: Greg Stroh, Facilities Manager SUBJECT: City Shops Roof Replacement Project ADDENDUM# 1 The following are clarifications to the contract documents: 1. Include the NW section of 1,705 SF in base bid A: (see attachment A). is\contract docs\city shops roof replacement a-1 &2\addendum#1.doc �Y COMMUNITY SERVICES DEPARTMENT ��N�o� M E M O R A N D U M DATE: May 9, 2007 TO: All Plan Holders of Record FROM: Greg Stroh, Facilities Manager SUBJECT: City Shops Roof Replacement Project ADDENDUM # 2 The following are clarifications to the contract documents: 1. Time of completion on bid form (00300) should be Sixty(60) days not 30. 2. Insulation value for roof per City of Renton Building Dept. R-19. is\contract docs\city shops roof replacement a-1 &2\addendum#2.doc �Y COMMUNITY SERVICES DEPARTMENT ♦ c- ''_ ♦ M E M O R A N D U M DATE: May 10, 2007 TO: All Plan Holders of Record FROM: Greg Stroh, Facilities Manager SUBJECT: City Shops Roof Replacement Project ADDENDUM #3 The following are clarifications to the contract documents: 1. Section 07621 2.03 FINISH should be Kynar 500 Regal Blue,please ignore original detail in this section. 2. Coping and Flashing Detail in transition area(Breezeway)between A-1 and B building will require some disassembly and re-installation to allow for new coping/flashing installation on affected parapet. iAcontract docs\city shops roof replacement a-1 &2\addendum#3.doc