Loading...
HomeMy WebLinkAbout4.441 Original Contract o o I I o o o o o o o I I g I I I I I </. </</ J PROJECT MANUAL for FIRE HALL ROOF REPLACEMENT AND DECK REPAIRS PROJECT NO. 01-14 CITY OF PORT ANGELES WASHINGTON AUGUST 2003 GLENN A. CUTLER, P.E., DIRECTOR OF PUBLIC WORKS & UTILITIES GARY W. KENWORTHY, P.E., DEPUTY DIRECTOR OF ENGINEERING SERVICES DAN MCKEEN, FIRE CHIEF For Information regarding this project, contact: Terri Partch, City of Port Angeles 360-417-4811 FINANCE: A ward ElectrIc Rebmld of Laurel Street & Washmgton Street SubstatIOns A ward FIre Hall Roof Replacement / Deck RepaIr Award OlympIc DIscovery TraIl Pavmg ExtensIOn A ward 8th Street Bndge Repaus CONSENT AGENDA: CITY COUNCIL MEETING September 16, 2003 1. Award Electric Rebuild of Laurel Street & Washington Street Substatzons, Projects 01-27 and 01-29: Deputy Duector of Power Systems McLam summarIZed bIds received for the electrIc rebmld of the Laurel Street and Washmgton Street substatIOns. Followmg bnef dIscuSSIOn, Councilman Campbell moved to award the bid and authorize the Mayor to sign the contract with Potelco, Inc., of Sumner, Washington, in the amount of $183,074.40. The motion was seconded by Councilman Braun and carried unanimously. 2. Award Fire Hall Roof Replacement / Dick Repazr, Project 01-14 Deputy DIrector McLain reVIewed the proposed contract for the replacement and deck repalrs to the Fire Hall roof, after which Mayor WIggins mquired as to reImbursement for the work. Deputy Duector McLam mdIcated that approxunately $232,000 m reImbursement has been receIved thus far, and Actmg Manager Knutson added that the remamder IS expected through the WCIA now that the bId has been receIved. Actmg Manager Knutson explamed that, although it took tIme and effort to get the msurance company to accept coverage responsibility, payments are now bemg made promptly In response to an mquiry from CouncIlman Wilhams, Actmg Manager Knutson mdIcated that any expenses for contract change orders should be covered as well. Councilman Braun moved to award and authorize the Mayor to sign the contract for the Fire Hall Roof Replacement and Deck Repairs, Project 01-14, with Aldergrove Construction, Inc., in the amount of$352,459.88 for the base bid. The motion was seconded by Councilman Williams and carried unanimously. 3 Award Olympic Discovery Trail Pavzng Extension, Project 99-19 Deputy DIrector McLam reVIewed the proposed contract to Improve approxImately 2 mIles ofthe OlympIc DIscovery Trail east from the Rayonier Mill sIte. Responding to an mquuy from the Mayor, Deputy Duector of Engmeering Services Kenworthy mdicated the project IS bemg funded by an ISTEA grant. Mayor WIggms noted the benefIts ofthe trall, as well as the future benefits that can be expected. Deputy DIrector Kenworthy agreed, referencmg the great deal of advertIsing that has been generated for the City. In addItIon, Parks Director Connelly felt that, Without the trail, many upcommg events would not have been scheduled. There are many opportunitles to showcase the traIl as an economic development tool. After further lirmted dIscuSSIOn, Councilmember Rogers moved to award the contract for the Olympic Discovery Trail, Project No. 99-19, to Primo Construction of Carlsborg, Washington, and authorize the Mayor to sign the contra('t in the amount of $208,410.31. Councilman Williams seconded the motion, which carried unanimously. 4 Award 8th Street Brzdge Repairs, Project 01-10: Deputy Duector McLam explained the need to conduct temporary repaus to the 8th Street bndges until the tune the bndges are replaced. Deputy Director Kenworthy proVIded additional informationm that the State Department of Transportation mspects the bndges every two years, taggmg those bndge members that need replacement. The members scheduled for replacement in thIS repau project were those Identlfied by WSDOT. Accordmgly, Councilman Campbell moved to award and authorize the Mayor to sign the contract for the Eighth Street Bridge Repairs, Project 03-10, with General Construction Company in the amount of $30,051.00. The motion, which was seconded by Councilmember Rogers, carried unanimously. Notmg the inclusion of Gateway Review Committee minutes in the Consent Agenda, Mayor Wiggins asked for an update from Councilmember Rogers on the committee's dehberatIons. Councilmember Rogers reported the committee has been meetIng every two weeks and has been reachmg consensus on Issues dealt WIth thus far. A new, - 3 - I w ,-J ,E RSSOC. INC. OS/01/2003 WED 10:18 FAX Fax:2066220701 Rug 7 2003 9:11 P.02 ~ fi1l2 I I I I I I I I I I I I II I I I; I I PROJECT MANUAL for FIRE HALL ROOF REPLACEMENT AND DECK REPAIRS PROJECT NO. 01..14 Prep. red By: Wiss, Janney, Elstner Associates, Inc. 83 South King Street, Suite 600 Seattle, Washington 98104 For. City of Port Angeles Department of Public Works & Utilities and Fire Department 321 E. Fifth St., P.O. Box 1150 Port Angeles, WA 98363 This project manual (bidding and contract documents) has been reviewed and approved for advertisement. Such review includes all plans, specifications and permits associated with the project. ~ _/I .. ~ ~ Prepared by; ~, ~ reject Architect Reviewed by; Reviewed by: I I I I I I I I I I I I I I I I I I I TABLE OF CONTENTS FIRE HALL ROOF REPAIRS AND DECK REPLACEMENT PROJECT NO. 01-14 PART I BIDDING REQUIREMENTS: Paqe No(s). Advertisements for Bids ................................................. 1-2 Information for Bidders . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-3 Bidder's Checklist . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . " 1-4 Non-Collusion Affidavit . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-5 Bidder's Construction Experience. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-6 List of Proposed Subcontractors .......................................... 1-7 Bid Form. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-8-10 Bid Bond . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. 1-11 PART II CONTRACT FORMS SUBMITTED FOLLOWiNG AW4~D OF CONT~CT Contract ............................................................. 11-1-7 Performance and Payment Bond .......................................... 11- 8 Escrow Agreement for Retained Percentage ..... . . . . . . . . . . . . . . . . . . . . . . . . . . " 11- 9 Certificate of Insurance. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .. [provided by Contractor] PART III SPECIFICATIONS, SPECIAL PROVISIONS AND SUBMITTAL REQUIREMENTS. . . . . . . . . . . . . . . . . . .. Section III pages 1-2 and Divisions 1 through 15 PART IV ATTACHMENTS A. Washington State Prevailing Wage Rates for Clallam County B. Request.for Information (RFI) and Construction Change Order (CCO) Forms C. Contractor's Application for Payment Form D. Project Plans (19 pages) E. Sample Accord-25 Certificate of Liability Insurance Form 1- 1 I I I I I I I I I I I I I I I I I I I PART I BIDDING REQUIREMENTS I I I I I I I I I I I I I I I I I I I I . ADvt:KlISi::MENT FOR BIDS FIRE HALL ROOF REPLACEMENT AND DECK REPAIRS PROJECT 01-14 City of Port Angeles Sealed bids will be received by the Director of Public Works & Utilities at 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362, until 2:00pm September 8, 2003, and not later, and will then and there be opened and publicly read at that time in the Port Angeles City Council Chambers in City Hall for the construction of the following improvements: Removal and disposal of approximately 13,500 sf of existing roof membrane, base flashings and other related materials down to the structural plywood deck. Plywood deck repairs and installation of a complete, insulated roofing membrane system. Removal of gypsum ceiling board, overhead fire protection sprinkler system modifications, interior painting, removal of batt insulation, balancing of HVAC units, and other miscellaneous work. A prebid walk through for this work is recommended and will be led by the project architect at the Port Angeles Fire Hall on August 25,2003 at 10:00 am. The engineer's estimate for this project is from $350,000 to $550,000. The time of completion (performance period) for this contract is 65 calendar days. To view detailed plans and specifications (project manual), go to www.bxwa.com on the internet, or contact the Builders Exchange ,of Washington at 425-258-1303. Uetailed plans :md specifications (project manual) may be obtained from the office of the City Engineer, City of Port Angeles, upon payment of a non-refundable fee of $50. Informational copies of maps, plans and specifications are on file for inspection in the office of the City Engineer (Phone 360-417-4700). Bidders shall be qualified for the type of work proposed. A Bidder's Construction Experience Form is included in the Project Manual. All bids shall be submitted on the prescribed bid forms and in the manner as stated in this advertisement and in the project manual and said bids shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles in the amount of five percent (5%) of the total amount of the bid. If a surety bond is used, said bond shall be issued by a surety authorized and registered to issue said bonds in the State of Washington. The bond shall specify the surety's name, address, contact and phone number, and shall include a power of attorney appointing the signatory of the bond as the person authorized to execute it. Should the successful bidder fail to enter into such contract and furnish satisfactory performance bond within the time stated in the specifications, the bid deposit shall be forfeited to the City of Port Angeles. Faxed bids and/or surety bonds will not be accepted. Minority and women owned businesses shall be afforded full opportunity to submit bids in response to this invitation, shall not be discriminated against on the grounds of gender, race, color, age, national origin or handicap in consideration of an award of any contract or subcontract, and shall be actively solicited for participation in this project by direct mailing of the invitation to bid to such businesses as have contacted the City for such notification. Further, all bidders are directed to solicit and consider minority and women owned businesses as potential subcontractors and material suppliers for this project. The bid will be awarded to the lowest responsible bidder. The basis for determining the lowest responsible bid shall be the base bid items plus the alternate item. The City of Port Angeles reserves the right to accept bids and award the contract to responsible bidders which are in the best interest of the City, to postpone the acceptance of bids and the award of the contract for a period not to exceed sixty (60) days, or to reject any and all bids received and further advertise for bids. When awarded a contract, the successful bidder shall promptly execute the contract and shall furnish a bond of faithful performance of the contract in the full amount of the contract price. Bids must be submitted in a sealed envelope with the outside clearly marked with the bid opening date and time, the project name and number as it appears in this advertisement and the name and address of the bidder. Bids shall be addressed to the Director of Public Works & Utilities, City of Port Angeles, 321 East Fifth Street, P. O. Box 1150, Port Angeles, Washington 98362. Glenn A. Cutler, P.E. Director of Public Works & Utilities Publish: Peninsula Daily News August 13 and August 20, 2003, Daily Journal of Commerce August 11, 2003 1-2 I I I I I I I I I I I I I I I I I I I INFORMATION FOR BIDDERS Sealed bids will be received by the City of Port Angeles (herein called "Owner"), at 321 East Fifth Street, Port Angeles, Washington 98362, until the time and date as stated in the ADVERTISEMENT FOR BIDS or as amended through addendum, and then at said office publicly opened and read aloud. Each bid shall be received by the Owner in the manner set forth in the ADVERTISEMENT FOR BIDS. Each bid must be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions of the ADVERTISEMENT FOR BIDS. Each bid shall be submitted on the required bid form contained in Part I of the project manual. All blank spaces for bid prices must be filled in, in ink or typewritten, and the bid form must be fully completed and executed when submitted. Only one copy of the bid form is required. In addition, all other forms included in Part I shall be filled out and completed, including any addendum(s), and enclosed in a sealed envelope endorsed with the name of the work. Each bid shall be accompanied by a bid deposit in the form of a cashier's check, postal money order, or surety bond to the City of Port Angeles for a sum of not less than 5% of the amount of the bid, and no bid will be considered unless accompanied by such bid deposit. The Owner may waive any informalities or minor defects or reject any and all bids. Any bid may be withdrawn prior to the scheduled time for the opening of bids or authorized postponement thereof. Any ::Jid received after the time and date specified shall not be considered. No bidder will be permitted to withdraw its bid between the .- -. -closing tirn~ for r~ce!pt of hids ancl ~he exec~t:on c~ ::;'-ltra.:t, ....-,:~.:.s :he im~! d is ";cic:}'cu ;Ul <2 period exceeJliig sixty (60) calendar days. A conditional or qualified bid will not be accepted. The bid award will be made to the lowest responsible bidder. The work will begin within ten (10) calendar days after notice to proceed from the Director of Public Works & Utilities and shall be completed within the time as stated in the ADVERTISEMENT FOR BIDS. The Owner may make such investigations as it deems necessary to determine the ability of the bidder to perform the work, and the bidder shall furnish to the Owner all such information and data for this purpose as the Owner may request. The Owner reserves the right to reject any bid, if the evidence submitted by, or investigation of, such bidder fails to satisfy the Owner that such bidder is properly qualified to carry out the obligations of the contract and to complete the work contemplated therein. The party to whom the contract is awarded will be required to execute the contract and obtain the performance and payment bond within ten (10) calendar days from the date the notice of award is delivered to the bidder. Such bond(s) shall be on the form provided by the Owner, specify the name, contact phone, and address of the surety, and shall include a power of attorney appointing the signatory of the bond(s) as the person authorized to execute it (them). The notice of award will be accompanied by the necessary contract and bond forms. In case of failure of the bidder to execute the contract, the Owner may, at its option, consider the bidder in default, in which case the bid bond accompanying the bid shall become the property of the Owner. The Owner, within ten (10) calendar days of receipt of acceptable performance bond, payment bond, and contract signed by the party to whom the contract was awarded, will sign the contract and return to such party an executed duplicate of the contract. Should the Owner not execute the contract within such period, the bidder may, by written notice, withdraw its signed contract. Such notice of withdrawal will be effective upon receipt of the notice by the Owner. The notice to proceed will be issued within ten (10) calendar days of the execution of the contract by the Owner. Should there be reasons why the notice to proceed cannot be issued within such period, the time may be extended by mutual agreement between the Owner and contractor. If the notice to proceed has not been issued within the ten (10) calendar day period or within the period mutually agreed upon, the contractor may terminate the contract without further liability on the part of either party. All applicable laws, ordinances, and the rules and regulations of all authorities having jurisdiction over construction of the project shall apply to the contract throughout. 1-3 I I I I I I I I I I I I I I I I I I I BIDDER'S CHECKLIST 1. Has a bid deposit in the form of a surety bond in the proper form, postal money order, or cashier's check been enclosed with your bid? 2. Is the amount of the bid deposit at least five percent (5%) of the total amount of the bid? 3. Have the bid forms been properly signed? 4. Do the written amounts of the bid forms agree with the amounts shown in figures? 5. Have you bid on all items? 6. Has the non-collusion affidavit been properly executed? 7. Have you shown your contractor's state license number on the bid form? 8. Have you listed all subcontractors that you will use for the project? 9. Have you filled out the bidder's constrLJ~tion Ayperi,,?!",f"C f"rr:--.... The following forms are to be executed after the contract is awarded: A. Contract - To be executed by the successful bidder and the City. B. Performance bond - To be executed on the form provided by Owner, by the successful bidder and its surety company. To include name. contact and phone number. and address of surety and power of attorney of siqnatorv. C. Insurance certificate{s). 1-4 I- I- I- I- I- I- I- I- I I I I l J- '- J J ,. NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON COUNTY OF CLALLAf'/\ ) ) ) The undersigned, being first duly sworn on oath, says that the bid herewith submitted is a genuine and not a sham or collusive bid, or made in the interest or on behalf of any person not therein named; and (s)he further says that the said bidder has not directly or indirectly induced or solicited any bidder on the above work or supplies to put in a sham bid, or any other person or corporation to refrain from bidding, and that said bidder has not in any manner sought by collusion to secure to him/her self an advant ge over any other bidder or bidders. I Subscribed and sworn to before me this ~H .--- ~day of '"=:>f3Pr-et-16€12- ,2003. <S2b1'r\d- - Notary Public 10 and for the State of Wa~ington: Residingat'~0v? ~ ~~t::-l~' My Comm. Exp.:..DEe... 1 LCV<O 1- 5 Ilded to BUilders Exchange of WA, Inc For usage CondrtJons Agreement see www bxwa com I- I- I- I- I- I- I- I- I I I I I I- I- I- I- 1- 10. 11. 12. 13. BIDDER'S CONSTRUCTION EXPERIENCE 1. AAswer all questions and provide dear and comprehensive information. Name of bidder: AL()f.ebt.Al/~ G^,~,.e()CH{)~ .1 vJ ( . I Registration No. A L.. 0 t:= 12.. c.. 'I 0 L.\;l c.~ Pennanent main office address: \ /05 W~ ,~~ ~tl6C1 P'h~."\ f\J'l(;JeLt's, I WA <1e3CQ3 2. 3. When organized: I q~ 0 Where incorporated: _lJAS HI/'V..,;Th"f How many years have you been engaged in the contracting business under your present firm name? \ ~ ,<GA~s .. Contracts on hand. (Schedule these, showing gross amount of each contract and the approximate anticipated dates of completion). contact nam~ ~nd phone moor. lEE. c."" '"S:,.. },..!o I ,...\ r.. G!:-S 4. 5. 6. 7. .. General character of work performed by your company: 0lFIJ ~(l.AL CoNiaACTI ,J(~ 8. . Have you ever failed to complete any work awarded to you? No If so, where and why? 9. . Have you ever defaulted on a contract? JJo If so, please explain .. List the more important projects recently completed by your company, stating approximate cost for each, the month and year completed, contact name and phone n~~r. -SeE rITrAC#EO S::ttco OFCoMPL~1EO ~~.JEas .. List your major equipment ava~able for this contract ~fE ArrAc I1EO .. Experience of bidder in construction similar to this project in work and importance: -::;E ~ A-1l"'I':k I+-E Q ~c '*0 C>~ COM PL eT€ f) PM. \ t"c:"TS Will you, upon request, fiR out a detailed financial statement and furnish any other information that may be required by the City? " ES .. Add separate sheets if necessary. The undersigned hereby authorizes and requests any pers , requested by the City of Port Angeles. '1/8/03> I Date: ration to furnish any information r's Signature PrinlName: Wf)L'TE12- L. D/kfl..'1MfL-E Title: ~ t ~ fh:s I 06 J'I"1 1-6 ,Vlded to BUilders Exchange ofWA, Inc For usage Conditions Agreement see W>Iffl bxwa com I I I I I I I I I I I I I I , , , , I 1. Name of ProJect: Owner' Contact. Architect: Contract Amount: Scheduled Completion: Percent Complete: 2. Name of ProJect: Owner: Contact: Architect: Contract Amount: Scheduled Completion: Percent Complete: 3. Name of Project: Owner: Contact: Architect: Contract Amount. Scheduled Completion: Percent Complete: 4. Name of Project. Owner: Contact: Architect: Contract Amount: Scheduled Completion. Percent Complete: 5. Name of Project: Owner' Contact. Architect: Contract Amount: Scheduled Completion: Percent Complete: Aldergrove Construction, Inc. Schedule of Work In Progress as of 9/8/03 Relocation of Browns Creek Campground U.S. Department of Argicultural- Forest Service Yvonne Sterud Phone: 360 891-5082 Forest Service $481,101.00 10/2003, July 2002 Start 75% YMCA Remodel Port Angeles YMCA Dan McGuire Olympic Design Works, Inc. PS. $406,674.00 9/2003 95% Phone' 360 452-9244 Pavement and Fuel Farm Rehab at Air Station Port Angeles USCG Civil Engineering Unit, Oakland Almer Adams Phone: 510 535-7243 USCG $255,692.00 8/2003 90% New CPB Building at Air Station Port Angeles USCG Civil Engineering Unit, Oakland Almer Adams USCG $391,570.00 12/2003 25% Phone: 510 535-7243 Hurricane Ridge Parking Lot Improvements Olympic National Park Sandra Thomas Gene Unger, Consulting Engineer $334,795.00 10/2003 20% Phone: 360 582-3025 ~. I I I I I I I I I I I I r - , , , I I 1. Name of ProJect: Owner: Contact. Architect: Contract Amount: Date of Completion: 2. Name of Project: Owner: Contact: Architect: Contract Amount: Date of Completion: 3. Name of ProJect: Owner: Contact: Architect: Contract Amount: Date of Completion: 4. Name of Project: Owner: Contact: Architect: Contract Amount. Date of Completion: 5. Name of Project: Owner: Contact: Architect: Contract Amount. Date of Completion: 6. Name of Project. Owner: Contact' Architect. Contract Amount: Date of Completion: 7. Name of Project: Owner' Contact: Architect: Contract Amount: Date of Completion: 8. Name of Project. Owner: Contact. Architect. Contract Amount: Date of Completion: Aldergrove Construction, Inc. Schedule of Completed Projects Sheriff's Wing Addition, San Juan County Courthouse San Juan County Richard Obenaus Phone: 360 378-2114 Henry Klein Partnership Phone: 360 336-2155 $812,00000 4/97 Eunice Street Waterline City of Port Angeles Ron Johnson Phone: 360 417-4806 N/A Phone: $63,000.00 4/97 Clallam County Fairgrounds Livestock Buildings Clallam County Parks & Recreation Craig Jacobs Phone: 360 417-2441 Hays Architects Phone: 360 683-5877 $310,169.00 8/97 Airport Log Clearing Port of Port Angeles Mike Nimmo Phone: 360457-8812 N/A Phone: $158,097.00 8/97 Lake Dawn Dam Spillway Repair Clallam County Road Department Don Mcinnes Phone: 360417-2312 Dames & Moore Phone: 206 728-0744 $24,866.00 10/97 Mill Creek Pump Station City of Port Angeles Ron Johnson Phone: 360 417-4806 CH2M Hill Phone' 425 453-5000 $318,842.00 10/97 Holy Trinity Lutheran Church Remodel Phase \I Holy Trinity Lutheran Church, Port Angeles, WA Gene Unger Phone' 360 452-2098 Lindberg Architects Phone: 360452-6116 $600,000.00 3/98 SR_101 O'Brien Road to LewIs Road Water Main PUD #1 of Clallam County Mike Kitz Phone: 360452-9771 PUD #1 Phone: $165,000.00 4/98 Page 1 of4 ,. I I I I I I I I I I I I I I I , , , 9. Name of Project: Owner: Contact: Architect: Contract Amount: Date of Completton: 10. Name of Project: Owner: Contact: Architect: Contract Amount: Date of Completion: 11. Name of Project: Owner: Contact: Architect: Contract Amount: Date of Completion: 12. Name of Project: Owner: Contact. Arch itect: Contract Amount: Date of Completion: 13. Name of Project: Owner' Contact: Architect: Contract Amount: Date of Completion: 14. Name of Project: Owner: Contact. Architect. Contract Amount: Date of Completion: 15. Name of Project: Owner: Contact: Architect: Contract Amount: Date of Completion: 16. Name of Project: Owner: Contact. Architect: Contract Amount: Date of Completion: Aldergrove Construction, Inc. Schedule of Completed Projects Water Treatment Plant Improvements Phase III Town of Friday Harbor Bob Low KCM, Inc. $384,271.00 9/98 The Commons at Evergreen Family Village Serenity House of Clallam County Dan Jacobs Hays Architects $599,513.00 11/98 Dungeness Restroom #2 Clallam County Parks & Maintenance Craig Jacobs Hays Architects $85,857.00 12/98 Phone: 360 378-2160 Phone: 206 443-5300 Phone: 360 452-7224 Phone: 360 683-5877 Phone: 360 417-2441 Phone: 360 683-5877 Clallam County Central Services HV AC/Sheriff's Counter Remodel Clallam County Parks & Maintenance Craig Jacobs Phone: 360 417-2441 Hays Architects Phone: 360 683-5877 $105,994.00 12/98 Clallam County Jail Security Upgrades Clallam County Parks & Maintenance Craig Jacobs DLR Group $461,490.00 1/99 Jones Street Reservoir Cover City of Port Angeles Steve Sperr City $461 ,490 00 1/2000 Makah Marina Services and Administration Buildings Makah Tribal Council, Neah Bay, WA Robert Buckingham Terma Planners and Architects $933,780.00 7/2000 OMH Emergency Generator Addition Phase I Olympic Memorial Hospital, Port Angeles, WA Donna Davison Mahlum Architects $446,868 00 8/2000 Phone: 360 417-2441 Phone: 206461-6000 Phone: 360 417-4821 Phone' 360 417-4821 Phone: 360 645-3015 Phone: 360417-8857 Phone: 360 417-7704 Phone: 206441-4151 Page 2 of 4 1- Aldergrove Construction, Inc. I Schedule of Completed Projects 17. Name of Project: Chimacum K-2 Elementary School I Owner: Chimacum School District No. 49 Contact: Richard Brumenschenkel Phone: 509760-6816 Architect: Erickson McGovern Phone: 253 531-0206 Contract Amount: $3,516,215.00 I Date of Completion: 9/2000 18. Name of Project: Helen Haller Elementary School Reroof Owner: SeqUlm School District No. 323, Sequim, WA I Contact: Roger Easling Phone: 360 582-3264 Architect: Hays Architects Phone: 360 683-5877 Contract Amount: $270,188.00 I Date of Completion: 9/2000 19. Name of ProJect: Coastal Patrol Boat Mooring BUilding Owner: United States Coast Guard I Contact: Lt. Paul Rendon Phone: 206 220-7437 Architect: FD & CC Pacific Phone: 206220-7425 Contract Amount: $788,10800 I Date of Completion: 3/2001 20. Name of ProJect: United Rentals Wash Building Owner: United Rentals I Contact: Greg Vas let Phone: 508336-1412 Architect: Zenovic & Associates, Inc Phone: 360417-0501 Contract Amount: $62,405.00 I Date Of Completion 11/2001 21. Name of Project: OMC Medical Office Space Addition Owner: Olympic Medical Center I Contact: Jim Paapke Phone: 360417-7148 Architect: Lindberg & Smith architects Phone: 360452-6116 Contract Amount: $639,851.00 I Date Of Completion 7/2002 22. Name of Project: USCG Station Port Angeles, Hanger Renovation Owner: US Coast Guard, FD & CC Pacific I Contact LCDR John Metcalf Phone: 206 220-7324 Architect: AKS, Inc. Phone: 206 623-6832 Contract Amount: $3,403,628.00 I Date of Completion: 9/2002 23. Name of Project: Elwha Place Water Supply System Replacement Owner: Dept of the Interior, Bureau of Reclamation I Contact: David Adkins Phone: 360 565-1635 Architect: Bureau of Reclamation Contract Amount: $255,463.00 I Date of Completion' 3/2003 24. Name of Project: Pump Station Retofits Owner' City of Port Angeles I Contact: Steve Sperr Phone: 360417-4821 Architect. City of Port Angeles Contract Amount. $64,02000 I Date of Completton: 3/2003 Page 3 of 4 I . " I" I I I I I I I I I I I I I I I I I I 25. Name of Project: Owner: Contact: Architect: Contract Amount: Date of Completion: 26. Name of ProJect: Owner: Contact: Arch itect: Contract Amount: Date of Completion: 27. Name of Project: Owner: Contact: Arch itect: Contract Amount: Date of Completion: 28. Name of Project. Owner: Contact: Arch itect: Contract Amount: Date of Completion: Aldergrove Construction, Inc. Schedule of Completed Projects Clallam County Veterans Center Remodel Clallam County Parks & Maintenance Joel Winborn Olympic Design Works, Inc. PS $78,246.00 1/2003 Phone: 360 417-2429 Phone: 360 417-2777 "I" Street & Lauridsen Blvd. Sidewalk Construction City of Port Angeles Jim Mahlum City of Port Angeles $290,264.00 6/2003 Phone: 360417-4701 Dry Creek Water In-Line Booster Pump Station Dry Creek Water Association Cindy Kelly Gray & Osborne, Inc. $99,562.13 6/2003 Phone: 360 452-2780 Phone: 360 754-4266 Clallam County Fairgrounds Central & Horse Barn Restroom Remodel Clallam County Parks & Maintenance Joel Winborn Phone: 360417-2429 Olympic Design Works, Inc. PS Phone: 360 417-2777 $55,132.00 6/2003 Page 4 of4 I' I I I I I I I I I I I I I I I I I I Aldergrove Construction, Inc. Equipment Available 1. Cat 436 backhoe 2. Mitsubishi BD2G Dozer 3. 1) John Deere 80 Excavator 4. 1) 10 yd. dump truck and pup trailer 5. 1) 5 yd. dump truck 6. 8 ton boom truck 7. Lull 644 extended reach forklift 8. Bobcat 2000 articulated loader 9. Case 1840 skid steer 10. IR 165 compressor 11. IR MP6 generator 12. Compactors and misc. 13. 2) 20' scissor lifts, 1) 28' scissor lift I- I- I- I- I- I- I- I- I I I I I- I- I- I- l- I- LISTING OF PROPOSED SUBCONTRACTORS Bidder shall list all subcontractors proposed to be used on the project FAILURE TO LIST SUBCONTRACTORS SHALL BE CONSIDERED TO BE A NON-RESPONSIVE BID. If there are no subcontractors, write -NO SUBCONTRACTORS WILL BE USED-. fje, FIe.. Cofj>lGl'-rr(2~D~S A6€~Dfc;!J Wf) . PI1J1'rTJ/'-115 Pi1cl 'F I ec... 9 Cf ~ f' 3 -S:CHMl1TS 5t-lfe, H-e-rAL H \lAC- J -5:JJ€ETnelAl < r;..h;fIlJA-/G Po-a:T A/'..Lr:1€l'fS, ~//} ~L\ f))'I.ce h 1'<.:.: f t61fCTO"/ --S;f'ATiLt\ W~ ~(tf Pt~'o~( QEL.\ Af"P o.;tL V rc, wc..... L, G1-IT~1}.l(7 f~Ec'lIDl'--1 fJco\:>s CfLa:oS J \.J\ ~] Af'J L~ '< Co",~~lJcrlbJ.l Po~ O~HA(a.D (W A {Zoo'ft,.J.(=, H A}.\ L- EC- - 1 o3l.\ t;) P QL Y J.-.f. p) C- ~Ltc::rfL I c- POeT AJJ.('-,fL'D1 (JA tL&c:\~ICAL- M~f-.\ ~s.'T.~EC/ACi'CS -::;~U,~ I WA . D~'(Wf)LL 1-7 IVlded to Builders Exchange of WA, Inc For usage Conditions Agreement see WWN bxwa com I- I- I- I I I I I I 1,- I- I- I- I- 1- 1-- I- I- 'oVlded to Builders Exchange of WA, Inc. For usage ConditIOns Agreement see www bxwa com I BID FORM Honorable Mayor and City Council Port Angeles City Hall 321 East Fifth Street Port Angeles. W A 98362 BIDDER: ~L-()~tU,eoll€"CJ~GIt-UC7~}..(kREGISTRATION NO. AL-Dc:,eC.I04;tc:.~ q /8/03 DATE: The undersigned, hereinafter called the bidder. declares that the only person(s) interested in this bid are those named herein; that the bid is in all respects fair and without fraud; and that it is made without any connection or collusion with any other person making a bid on this project. The bidder further dedares that it has carefully examined the plan. specifications, and contract documents. hereinafter referred to as the project manual. for the construction of the proposed project improvement(s); that it has personally inspected the site(s); that it has satisfied itself as to the types and quantities of materials. the types of equipment, the conditions of the work involved, induding the fact that the description of and the quantities of work and materials. the types of equipment, the conditions of and the work involved as included herein. are brief and are intended only to indicate the general nature of the work and to identify the said quantities with the corresponding requirements of the project manual; and that this bid is made in accordance with the provisions and the terms of the contract included in the project manual. The bidder further agrees that it has exercised its own judgment regarding the interpretation of surface information and has utilized all data which it believes is pertinent from the City Engineer. hereinafter also referred to as the City or Owner, and such other source of information as it determined necessary in arriving at its conclusion. The bidder further certifIeS that the subcontracting firms or businesses submitted on the LISTING OF PROPOSED SUBCONTRACTORS will be awarded subcontracts for the described portions of the werle If the bidder is awarded a construction contract on this bid. the name and address of the surety who will provide the performance bond is: --r~l/EL.€-aS c::.ASUAC\~s5ut.~r'( G. of IY-1~P.IC1J c::.B < Hi o~ I,J~. J l"Jc. Surety Agent 101 bE Av~ ~Rr;l_€,~/f) ,6lbt{ ?O.&,c ?~115 S~AJ7LEI ~/A ~n,;" Surety address ' Agent Address \~YL.E )~OWflT (pow) 38lD-5Ju,~ jJ,cHOL-AS ~'i (-;;tlo\3G>I-CiCo<13 Surety Contact and Phone Number Agent Contact and Phone Number 1-8 I- I- I- I- I- I- I- I- I I I I 1- I~ I- I- f t- BID FORM BASE BID ITEMS: Item Estimated BID ITEMS UNIT PRICE ~T No. quantities fer lXlIl1Jl3Mg bids Dollars Cents Dollars Cents only 1 lump Sum AU tabor. materials, seMoes, equipment, and SUpeIVISlOfl necessary for compIeIion d the work shown or described illlese <<tawings EIld spedfications. not qp'O~ 00 - -- oD incIudino the unit . fisted below. ~ , 2 650 Square Feel Remova em replacement of deleriorated wood roof deck \a CP6 1~~li1 50 3 100 Souare Feel Removal md lisoosaI of . . cailino I:lcad ;;l, ~ :2)(9:> 00 4 2700 Square Removal em disposal of existing ball insulaion and feet vapor retarder cD:lv8 SlISpBlded ceiing In kitchen cwl po lower level oIIices 11 0.3 \0e8 \ ) ALTERNATE ITEM: hem No. Estimated quantity AlTERNATE BID ITEMS UNIT PRICE AMOUNT for comparing bids my Dollars Cents Dollars Cents 1 lump Sum All labor, maIeMs. services, eqlipment and supervision necessary to ins1aII gypsum wall bead in the apparatus bay only at the current elevaIlon of the light aid sprinkler system Delete all work assocaed wi1h sprinkler head adjustment or painting of the \0\ \,e oV 10)118 oD trusses etc. Bid Subtotal $ ~114B~ ~8 $ ~<o """) \ \ - I $ 3~ 1l.\69~ Sales Tax (8.2%) Total Bid For infonnational purposes. list costs included in the sum above related to moving HVAC equi~ment, ducts, gas lines and conduit to gain access to the roofing 'NOI't. hdude the costs to move and reinstall equipment, ducts. gas Hnes, conduit and repair duct insulation and related coating. Include costs to reinstaH new pipe supports. Mechanical moving costs included in item 1: $ 56 COO ~ ..::!:.. I For informational purposes, list costs included for Contractor to provide services and consultants for design and installation of new lightning protection system components and modifications to the existing system, performed by a finn actively engaged in the installation of Master Labeled Lightning Protection Systems and shall be so listed by UrxJerwriter's laboratory, Inc. The completed system shall comply with the latest editions of the "Installation Requirements for lightning Protection Systems, UL 96A" and the National fire Protection Association's "Lightning Protection Code: NFPA NO.780. Completed installation shall be inspected and certified to obtain a Master label. Coordinate with Owner and Architect to obtain acceptable concealment. lightning system costs included in item 1: $ \ \ J c;lG:>tf ~ 1-9 Ided to B"dde", Exchange of W A, Inc Fo, """ge Cond.ons Ag,eement see www bxwa com I I I I I I I I 1- I~ I- I- 1- I~ I- I- r 1- )V1ded to BUilders Exchange of WA, Inc For usage Condibons Agreement see WVNV bxwa com I BID FORM ADDENDA ACKNOWLEDGMENT The bidder hereby cdmoMedges that it has received Addenda No(s). NotJ€ to this project manual. The name of the bidder submitting this bid and its business phone number and address, to which address all communications concerned with this bid and with the contract shall be sent is listed below. Bidder's firm name ALD€R.C?12.o"~ LoN'STI'lUc:..1lDt-l J \1'1(, \10'::; l,Ja:-;- la'tlt ~'1'rZE-6 ~rG Arl(,fL€S,l,-IA {;:)ueeI""'~J (S&IIe) 983(03 (ZIp) Complete address T~OO7~-0lD~1 Signed by Title Printed Name: _1'" Aq-Etz. L. D A,-,p, Y f1 p,-~ t~Lf P~f"5' O[=K1 Notes: (1) If the bidder is a partnership, so state, giving finn name under which business is transacted. (2) If the bidder is a corporation, this bid must be executed by its duly authorized officials. 1- 10 I I I I I I I I I I I I I I I I I I Pl(J\'lC'i, (1 to I1tll1(ll.':l" [)((:It:)'I~O of WA, I.l<"., ror lJ!;')~/,) CondItions ^gH!L'ffi(,~ll !'ce v.ww bxw;] C.om I s ~..., tilU tlUNU rUKIII Bond No. T-088 l-lefewilh ~ deposit in the om d a cashiet's dleci. postal wtIk:fl amoonl is noIleS$ than five (S") penml of Ile aI bondintht8lfl(UltolV% of Bi~_~ SIGN HERE - BID BOND KNOW All MEN BY THESE PRESENTS: A1dergrove Travelers Casualty and Surety lllal we. Construction Incas Principal InS Co. of America _ as Suntly. ate held andfrmlybowld IIntD 118 C1lY OF PORTANGElESasObligee.inllepenahumo( 5% of total bid amount_DoIIars.b>htparmenlolwhldtlb8~and IN Surely bind 8\mlselveS. their heis. elleCUtm. adrOOisnlols. sua:cssDr.i and assigPs. joi1IIr and &eWnIy. b1 flese pments. The oondttion of Ulis oblig.ltion r.. such thai illhe Obligee shall mtlke iJ/I'j award 10 the Principal for: FRE KPti R()(l= REPlACEMENT AND DECK REPAIRS I PROJECT 01-14 awlRMg 10 \tIC terms or the bid made 1>1 !he PmOpal aJf)d 1M Principal ~aI ~y ue and ~ in\o a mntrad wi1b tie ~ in ar:cordaoee llrith Il'le Ierms of said bid and award- stIaII give bood for I1e failltlJl ~ thereof. with Surety Clr Sweics approwd by t!\e ~; Ql'if It1e PrincipalshaI. in case ~ failure 50 to do. pay lI'Id bfcil to 1he (tigee 11\& peoaI amount of the deposit specified In the adYor1IsemenI fur hi:\!;, tben !his obIigaIiorI shall be nul and void; o1her1ft5e it shall be and remain in .. tml and eIed and tlC Swcty shaW tOl1t\~\h pay and fOOeillo !be ~. as penally and ~ damages. the amounl GIllis bond DATED THIS.!- day of ion, Inc. SEPT. 03 ,20_, By: -' p~ T;;~em C~a1ty an~.~~~rety Company Stllely R.A~~ttorney in Fact 701 5th Ave. Seattle, WA 98104 Sutety addr€'Ss Kyle Howat (206) 386-5762 of America Agent CB & MS OF WA., INC. PO Box 75715 Seattle, WA 98175 Agl>nl Addre5$ Nicholas B. Fix (206) 361-9693 Surdl Gerlt.tel:lnd rh~:lC Nl.;fnllCr "'!Jerl! Conl.'1CI. Md rholle Nu,"b~ ~:--;;; .:;:;;;':'~, ,.~~~: ~.:' ~ -=~~:.."::~::;~'.:.:," ~...'~~.i. ,;:.:~!C::.:. ~~~z=.a~ :;:~'::':':~T"~.E=--=:::;r ~~..:.====:-:;~::~-~.::-~.:...::..~= Oa1eii: RR.('!Vcd I c~ 1m of drflO~,il in the sum (if S 1 - 11 I I ~DI Travelers I~ I I I I I I I I I I I I I I I I IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. ( Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. I . TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY FARMINGTON CASUALTY COMPANY Hartford, Connecticut 06183-9062 I POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT I KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporatIons duly organized under the laws of the State of ConnectIcut, and having theu principal offices in the CIty of Hartford, County of Hartford, State of Connecticut, (hereinafter the "Companies") hath made, constituted and appointed, and do by these presents make, constItute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful Attomey(s)-m-Fact, WIth full power and authority hereby conferred to sIgn, execute and acknowledge, at any place within the UOlted States, the fOllOWmg instrument(s): by his/her sole signature and act, any and all bonds, recognizances, contracts of indemnity, and other wntmgs obligatory in the nature of a bond, recognizance, or conditIOnal undertakmg and any and all consents incident thereto and to bind the CompaOles, thereby as fully and to the same extent as 1f the same were signed by the duly authorized officers of the Companies, and all the acts of said Attomey(s)-in-Fact, pursuant to the authority herein given, are hereby ratified and confirmed. This appointment is made under and by authority of the followmg Standmg Resolutions of said Companies, which ResolutIOns are now m full force and effect I I I I VOTED That the Chamnan, the President, any Vice Chamnan, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-m-Fact and Agents to act for and on behalf of the company and may give such appointee such authonty as his or her certificate of authonty may prescnbe to sign Wlth the Company's name and seal with the Company's seal bonds, recogruzances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional undertakmg, and any of said officers or the Board of Directors at any time may remove any such appomtee and revoke the power given him or her VOTED: That the Chairman, the President, any Vice Chamnan, any Executive Vice President, any Seruor Vice President or any Vice PreSident may delegate all or any part of the foregomg authonty to one or more officers or employees of this Company, proVided that each such delegation IS m wn tmg and a copy thereof IS filed m the office of the Secretary VOTED. That any bond, recogruzance, contract of indemrnty, or wntmg obligatory in the nature of a bond, recognizance, or conditional undertakmg shall be valid and bmdmg upon the Company when (a) Signed by the PreSident, any Vice Charrman, any Executive Vice PreSident, any Semor Vice PreSident or any Vice PreSident, any Second Vice PreSident, the Treasurer, any ASSistant Treasurer, the Corporate Secretary or any ASSistant Secretary and duly attested and sealed Wlth the Company's seal by a Secretary or ASSistant Secretary, or (b) duly executed (under seal, If requued) by one or more Attorneys-m-Fact and Agents pursuant to the power prescnbed m hiS or her certificate or their certificates of authority or by one or more Company officers pursuant to a wntten delegation of authonty I I I I I This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: I VOTED That the signature of each of the followmg officers: PreSident, any Executive Vice President, any Semor Vice PreSIdent, any VIce PreSident, anY ASSistant Vice PreSident, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facslffille to any power of attorney or to any certificate relatmg thereto appomtmg ReSident Vice Presidents, Resident Assistant Secretanes or Attorneys-m-Fact for purposes only of executmg and attestmg bonds and undertakmgs and other wntmgs obhgatory in the nature thereof, and any sucn power of attorney or certificate bearing such facsurule signature or faCSimile seal shall be valid and bmdmg upon the Company and any such power so executed and certified by such facsmule signature and facsinule seal shall be valid and bmding upon the Company in the future Wlth respect to any bond or undertakmg to which It IS attached I I I I I I (11-00 Standard) I I I I I I I I I I I I I I I I I I I PART II CONTRACT FORMS SUBMITTED FOllOWING AWARD OF CONTRACT I I I I I I I I I I I I I I I I I I I PUBLIC WORKS CONTRACT This Contract is made and entered into in duplicate this t5l~day of !)~:t:... , tt5}/J{)~ by and between the City of Port Angeles, a non-charter code city of the State of Washington, hereinafter referred to as "the City", and Aldergrove Construction, Inc., a Washington Corporation, hereinafter referred to as "the Contractor". WITNESSETH: Whereas, the City desires to have certain public work performed as hereinafter set forth, requiring specialized skills and other supportive capabilities; and Whereas, the Contractor represents that it is qualified and possesses sufficient skills and the necessary capabilities to perform the services set forth in this Contract. NOW, THEREFORE, in consideration of the terms, conditions, and agreements contained herein, the parties hereto agree as follows: 1. Scope of Work. The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the following project: FIRE HALL ROOF REPLACEMENT AND DECK REPAIRS, PROJECT 01-14 in accordance with and as described in this Contract and the project manual, which include the attached bidding requirements, plans, specifications, special provisions, submittal requirements, attachments, addenda (if any), bid form, performance and payment bond, and the 1997 Uniform Building Code and other National Consensus Codes and Standards set forth in the detail sections of this contract and shall perform any alterations in or additions to the work provided under this Contract and every part thereof. The Contractor shall provide and bear the expense of all equipment, work, and labor of any sort whatsoever that may be required for the transfer of materials and for constructing and completing the work provided for in this Contract, except as may otherwise be provided in the proj ect manual. 2. Time for Performance and Liquidated Damages. A. Time is of the essence in the performance of this Contract and in adhering to the time frames specified herein. The Contractor shall commence work within ten (10) calendar days after notice to proceed from the City, and said work shall be physically completed within 65 calendar days after said notice to proceed, unless a II - 2 I I I I I I I I I I I I I I I I I I I different time frame is expressly provided in writing by the City. B. If said work is not completed within the time for physical completion, the Contractor may be required at the City's sole discretion to pay to the City liquidated damages as set forth in the project manual, for each and every day said work remains uncompleted after the expiration of the specified time. 3. Compensation and Method of Payment. A. The City shall pay the Contractor for work performed under this Contract as detailed in the bid, as incorporated in the project manual. B. Payments for work provided hereunder shall be made following the performance of such work, unless otherwise permitted by law and approved in writing by the City. No payment shall be made for any work rendered by the Contractor except as identified and set forth in this Contract. C. Progress payments shall be based on the timely submittal by the Contractor of the City's standard payment request form. D. Payments for any alterations in or additions to the work provided under this Contract shall be in accordance with the Request For Information (RFI) and/or Construction Change Order (CCO) process as set forth in the Project Manual. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request formes). E. The Contractor shall submit payment requests with a completed application for payment form, an example of which is included in the attachments to this Contract. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration. The City shall initiate authorization for payment after receipt of a satisfactorily completed payment request form and shall make payment to the Contractor within approximately thirty (30) days thereafter. 4. Independent Contractor Relationship. The relationship created by this Contract is that of independent contracting entities. No agent, employee, servant, or representative of the Contractor shall be deemed to be an employee, agent, servant, or representative of the City, and the employees of the contractor are not entitled to any of the benefits the City provides for its employees. The Contractor shall be solely and entirely responsible for its acts and the acts of its agents, employees, servants, subcontractors, or representatives during the performance of this Contract. The Contractor shall assume full II - 3 I I I I I I I I I I I I I I I I I I I responsibility for payment of all wages and salaries and all federal, state, and local taxes or contributions imposed or required, including, but not limited to, unemployment insurance, workers compensation insurance, social security, and income tax withholding. 5. Prevailing Wage Requirements. The Contractor shall comply with applicable prevailing wage requirements of the Washington State Department of Labor & Industries, as set forth in Chapter 39.12 RCW and Chapter 296-127 WAC. The Contractor shall document compliance with said requirements and shall file with the City appropriate affidavits, certificates, and/or statements of compliance with the State prevailing wage requirements. The Washington State Prevailing Wage Rates For Public Works Contracts, Clallam County, incorporated in this Contract have been established by the Department of Labor & Industries and are included as an Attachment to this Contract. The Contractor shall also ensure that any subcontractors or agents of the Contractor shall comply with the prevailing wage and documentation requirements as set forth herein. 6. Indemnification and Hold Harmless. A. The Contractor shall defend, indemnify, and hold harmless the City, its officers, officials, employees, and volunteers against and from any and all claims, injuries, , damages, losses, or lawsuits, including attorney fees, arising out of or in connection with the performance of this Contract, except for injuries and damages caused by the sole negligence of the City. It is further provided that no liability shall attach to the City by reason of entering into this Contract, except as expressly provided herein. B. Should a court of competent jurisdiction determine that this Contract is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractors negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Contract. 7. Insurance. The Contractor shall procure and maintain for the duration of the Contract, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Contractor, their agents, II-4 I I I I I I I I I I I I I I I I I I I representatives, employees or subcontractors. Failure by the Contractor to maintain the insurance as required shall constitute a material breach of contract upon which the City may, after giving five working days notice to the Contractor to correct the breach, immediately terminate the Contract or at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, off set against funds due the Contractor from the City. A. Minimum Scope of Insurance The Contractor shall obtain insurance of the types described below: 1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 11. Commercial General Liability insurance shall be written on ISO occurrence form CG 0001 and shall cover liability arising from premises, operations, stop gap liability, independent contractors, products-completed operations, personal injury and advertising injury, and liability assumed under an insured Contract. The Commercial General Liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the Commercial General Liability insurance for liability arising from explosion, collapse or underground property damage. The City shall be named as an insured under the Contractor's Commercial General Liability insurance policy with respect to the work performed for the City using ISO Additional Insured endorsement CG 20 10 10 Oland Additional Insured- Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 111. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. B. Minimum Amounts of Insurance The Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$I,OOO,OOO per accident. 11. Commercial General Liabilitv insurance shall be written with limits no II - 5 I I I I I I I I I I I I I I I I I I I less than $1,000,000 each occurrence, $2,000,000 general aggregate and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions The insurance policies are to contain, or be endorsed to contain, the following provisions for Automobile Liability and Commercial General Liability insurance. 1. The Contractor's insurance coverage shall be primary Insurance with respect the City. Any insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Contractor's insurance and shall not contribute with it. 11. The Contractor's insurance shall not be cancelled or reduced as to coverage by either party, except after forty-five (45) days prior written notice by certified mail, return receipt requested, has been given to the City. D. Acceptability of Insurers Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.. E. Verification of Coverage The Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. F. Subcontractors The Contractor shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the same insurance requirements as stated herein for the Contractor. 8. Compliance with Laws. A. The Contractor shall comply with all applicable federal, state, and local laws, including regulations for licensing, certification, and operation of facilities and programs, and accreditation and licensing of individuals, and any other standards II-6 I I I I I I I I I I I I I I I I I I I or criteria as set forth iIi the project manual. B. The Contractor shall pay any applicable business and permit fees and taxes which may be required for the performance of the work. C. The Contractor shall comply with all legal and permitting requirements as set forth in the project manual. 9. Non-discrimination. The parties shall conduct their business in a manner which assures fair, equal and nondiscriminatory treatment of all persons, without respect to race, creed, color, sex, Vietnam era veteran status, disabled veteran condition, physical or mental handicap, or national origin, and, in particular: A. The parties will maintain open hiring and employment practices and will welcome applications for employment in all positions from qualified individuals who are members of the above-stated minorities. B. The parties will comply strictly with all requirements of applicable federal, state or local laws or regulations issued pursuant thereto, relating to the establishment of nondiscriminatory requirements in hiring and employment practices and assuring the service of all patrons and customers without discrimination with respect to the above-stated minority status. 10. Assignment. A. The Contractor shall not assign this Contract or any interest herein, nor any money due to or to become due hereunder, without first obtaining the written consent of the City, nor shall the Contractor subcontract any part of the services to be performed hereunder without first obtaining the consent of the City. B. The Contractor hereby assigns to the City any and all claims for overcharges resulting from antitrust violations as to goods and materials purchased in connection with this Contract, except as to overcharges resulting from antitrust violations commencing after the date of the bid or other event establishing the price of this Contract. In addition, the Contractor warrants and represents that each of its suppliers and subcontractors shall assign any and all such claims for overcharges to the City in accordance with the terms of this provision. The Contractor further agrees to give the City immediate notice of the existence of any such claim. 11. Contract Administration. II - 7 I I I I I I I I I I I I I I I I I I I . This Contract shall be administered by JJ 1tJ\6 (LL. D~~n behalf of the Contractor and by Terri Partch on behalf of the City. Any written notices required by the terms ofthis Contract shall be served or mailed to the following addresses: Contractor: City: Aldergorve Construction, Inc. 1705 West 12th Street Port Angeles, Washington 98363 City of Port Angeles P.O. Box 1150 321 East Fifth Street Port Angeles, W A 98362-0217 12. Interpretation and Venue. This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington. IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed the day and year first set forth above. CONTRACTOR: CITY OF PORT ANGELES: -AZffdon, Inc. N f ract r By: By: .. ~,~ _~ Mayor Title: ~u ez&s'lf)~J.rJ Approved as to Form: ~, <J ~- City At~ey Attest: .... bDJI~-'fV. ~^~ Cit;~ <i' II - 8 I I PERFORMANCE and PAYMENT BOND Bond to the City of Port Angeles Bond # 101~ 124 548 KNOW ALL MEN BY THESE PRESENTS: Travelers Casualty I That we, the undersigned, A1dergrove Construction, Inc as Principal, and and Surety Company of America a corporation, organized and existing under the laws of the State of W. otWashingtorr, 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 Port Angeles in the penal sum of $**352,459.88** for the payment of which sum on demand we bind ourselves and our successors. heirs, administrators or personal representatives. as the case may be. CT. I This obligation is entered into pursuant to the statutes of the State of Washington and the ordinances I of the City of Port Angeles. Dated at Seattle I The conditions of the above obligation are such that: I I WHEREAS, the said Principal has accepted, or is about to accept, the said contract, and undertake to perform the work therein provided for in the manner and wUhin the time set forth; now. therefore, I I I I I I j) surel~. By /t-. a. 0+ R.A. Fix, I Attorney in Fact Title 3850 BA Tower 701 5th Ave. I Seattle, HA 98104 Surety Address Kyle Howat (206) 386-5762 I Surety Contact and Phone Number I . Washington, this29th day of September ,20 03. WHEREAS, the City of Port Angeles has let or is about to let to the said Aldergrove Construction, _ the above bounded Principal, a certain contract, the said contract being numbered 01-14, and providing for Fire Hall Roof Replacement and Deck Repairs (which contract is referred to herein and is made a part hereof as though attached hereto), and Inc. Ifthe said Principal, A1dergrove Construction, Inc. , 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 material men, and all persons who shall supply said Principal or subcontractors with provisions and supplies for the carrying on of said work, and shall indemnify and hold the City of Port Angeles harmless from any damage or expense by reason of failure of performance as specified in said contract or from defects appearing or developing in the material or workmanship provided or performed under said contract within a period of one year after its acceptance thereof by the City of Port Angeles, then and in that event, this obligation shall be void; but otherwise, it shall be and remain in full force and effect. Signed this 29th day of September Travelers Casualty and Surety Company of America .2003. By Inc. " Title CB & MS OF WA., INC. PO Box 75715 - Seattle, Agent Address Nicholas B. Fix (206) 361-9693 Agent Contact and Phone Number VIA 98175 1I-9 I I I I I I I I I I I I I I I I I I I ~.. Travelers ~ IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE On November 26, 2002, President Bush signed into law the Terrorism Risk Insurance Act of 2002 (the "Act"). The Act establishes a short-term program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on your premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism which is in excess of Travelers' statutorily established deductible for that year. The Act also caps the amount of terrorism- related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in your overall premium, and is no more than one percent of your premium. . . TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA TRAVELERS CASUALTY AND SURETY COMPANY F~GTONCASUALTYCOMPANY Hartford, Connecticut 06183-9062 I I POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEY(S)-IN-FACT I KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, corporations duly organized under the laws of the State of Connecticut, and having theIr principal offices m the CIty of Hartford, County of Hartford, State of Connecticut, (heremafter the "Comparnes") hath made, constItuted and appomted, and do by these presents make, constitute and appoint: Christine V. Felicetty, N. B. Fix, R.A. Fix, of Seattle, Washington, their true and lawful Attorney(s)-m-Fact, with full power and authority hereby conferred to sign, execute and acknowledge, at any place within the United States, the following instrument(s): by his/her sole SIgnature and act, any and all bonds, recognizances, contracts of indemnity, and other wntmgs obligatory m the nature of a bond, recognizance, or condItional undertakmg and any and all consents incIdent thereto and to bmd the Companies, thereby as fully and to the same extent as if the same were signed by the duly authorized officers of the Companies, and all the acts of said Attorney(s)-in-Fact, pursuant to the authority herem given, are hereby ratIfied and confirmed. This appointInent is made under and by authonty of the following Standing Resolutions of saId Companies, which Resolutions are now in full force and effect. I I I I VOTED: That the Chamnan, the President, any Vice Chairman, any Executive Vice PresIdent, any Senior VIce PresIdent, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appomt Attorneys-in-Fact and Agents to act for and on behalf of the company and may give such appointee such authonty as his or her certificate of authonty may prescribe to SIgn WIth the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other wntings obligatory in the nature of a bond, recogmzance, or condItIonal undertakIng, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her. VOTED: That the Chairman, the President, any VIce ChaIrman, any Executive VIce President, any Senior Vice PreSIdent or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, proVIded that each such delegatIOn is in writmg and a copy thereof is filed in the office of the Secretary. VOTED. That any bond, recognizance, contract of mdemnity, or writing oblIgatory m the nature of a bond, recogmzance, or condItional undertaking shall be valId and binding upon the Company when (a) SIgned by the President, any Vice Chairman, any Executive Vice PreSIdent, any Semor Vice President or any VIce President, any Second VIce PreSIdent, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any ASSIstant Secretary and duly attested and sealed with the Company's seal by a Secretary or ASSIstant Secretary, or (b) duly executed (under seal, if required) by one or more Attorneys-m-Fact and Agents pursuant to the power prescribed m his or her certIficate or theIr certIficates of authonty or by one or more Company officers pursuant to a wrItten delegatIOn of authonty I I I I This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY, which Resolution is now in full force and effect: I I VOTED That the SIgnature of each of the followmg officers PreSident, any ExecutIve VIce PreSIdent, any Senior VIce PreSIdent, any VIce PreSIdent, any ASSIstant VIce PreSIdent, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimIle to any power of attorney or to any certIficate relating thereto appomtmg Resident VIce PreSIdents, ReSIdent ASSIstant Secretanes or Attorneys-m-Fact for purposes only of executmg and attestmg bonds and undertakIngs and other wntmgs obligatory m the nature thereof, and any such power of attorney or certIficate bearmg such faCSImile signature or faCSImIle seal shall be valid and binding upon the Company and any such power so executed and certIfied by such facsimIle SIgnature and facsimile seal shall be valId and bmdmg upon the Company in the future WIth respect to any bond or undertakIng to wmch It IS attached. I I I I I I (11-00 Standard) r" / ACORD.M CERTIFICATE OF LIABILITY INSURANCE I ~;i~;i~~';~ ItRODUCER (425)454-9346 FAX (425)646-4799 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION 1 d . ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Ba Wln Resource Group, Inc. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. IlpO Box 1848 Bellevue, WA 98009 INSURED Aldergrove Construction, II 1705 West 12th Port Angeles, WA 98362 ~~~(:~~,~\ii~[) Inc. SEP 2 9 2003 INSURERS AFFORDING COVERAGE INSURER A INSURER B INSURER C INSURER 0 Underwriters at Lloyds of London North Pacific Ins. Co. I ~ I INSURER E OVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR I bMAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS fli TYPE OF INSURANCE POLICY NUMBER P~.ki~~~~~ggmr Pg~1fJ,~~~~N LIMITS GENERAL LIABILITY f.\03BF517 01/23/2003 01/23/2004 EACH OCCURRENCE I-- II X COMMERCIAL GENERAL LIABILITY 1 CLAIMS MADE 0 OCCUR A X $2500 ded PD I-- II II ALL OWNED AUTOS I-- SCHEDULED AUTOS liB I--I--t--~ HIRED AUTOS NON-OWNED AUTOS I-- FIRE DAMAGE (Anyone fire) $ $ $ $ 1,000,000 50,000 5,000 1,000,000 2,000,000 2,000,000 MED EXP (Anyone person) PERSONAL & ADV INJURY GENERAL AGGREGATE $ t-- GEN'L AGGREGATE LIMIT APPLIES PER h POLICY [Xl ~~8i n LOC AUTOMOBILE LIABILITY I-- X ANY AUTO t-- PRODUCTS - COMP/OP AGG $ 12 11-77-34 01/23/2003 01/23/2004 COMBINED SINGLE LIMIT (Ea aCCident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per aCCident) $ PROPERTY DAMAGE (Per aCCident) $ I! EXCESS LIABILITY =:J OCCUR 0 CLAIMS MADE I DEDUCTIBLE I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY AUTO ONLY - EA ACCIDENT $ $ $ $ $ $ $ $ OTHER THAN AUTO ONLY EA ACC GARAGE LIABILITY ~ ANY AUTO AGG Ir Il II OTHER IlA >top Gap Liability DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS E: Fire Hall Roof Repair and Deck Replacement / Project Number 01-14 Ility of Port Angeles is an additional insured as respects their interest lerformed by or on behalf of the named insured EACH OCCURRENCE AGGREGATE STATUTORY 1r~~~Itr.1Ns I IOJ~- E L EACH ACCIDENT $ A03BF517 01/23/2003 01/23/2004 E L DISEASE - EA EMPLOYEE $ E L DISEASE - POLICY LIMIT $ $1,000,000 ea Accident $1,00,000 Disease ea employee $1,000,000 Disease aggregate in all operations I ~ERTIFICATE HOLDER I I ADDITIONAL INSURED, INSURER LETTER. CANCELLATION ACORD 25-S 7/97 FAX. (360)417-4709 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL 2L DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES AUTHORIZED REPRESENTATIVE NI) i h OOA P -, '@'Ae:ORD CORPORATION 1988 II I City of Port Angeles Attn: Terri Partch P.O. Box 1150 Port Angeles, WA 98362 I I I I I I I I I I I I I I I I I I I I PART III SPECIAL PROVISIONS I I I I I I I I I I I I I I I I I I I ORDER OF PRECEDENCE In the event of conflicts or discrepancies among the Contract documents, interpretations will be based on the following priorities. 1. Addenda, with those of later date having precedence over those with earlier date. 2. Bidding and Contract forms - Parts I and II of this Project Manual. 3. Special Provisions as setforth in Part III of this Project Manual. 4. Specifications, Divisions 1-15, as setforth in Part III of this Project Manual. 5. Project Plans, as set forth in Part IV, Attachment D of this Project Manual. 6. 1997 Uniform Building Code and other Professional Codes. SPECIAL PROVISIONS PLANS AND SPECIFICATIONS information as to where plans and specifications can be ubtained or reviewed will be found in the advertisement for the work placed in the Owner's official newspaper. DELIVERY OF PROPOSAL Each proposal shall be submitted in accordance with the instructions outlined in the ADVERTISEMENT FOR BIDS and the INFORMATION FOR BIDDERS AND BIDDER'S CHECK LIST. CHANGES IN WORK All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION" form. A construction contract change order may be initiated by the Contractor, City inspector, or Architect/Engineer by using the RFI form, PW-404_02. Definitions: a. RFI: Request for Information (City of Port Angeles' Document PW 404_02) b. ceo: Construction Change Order (City of Port Angeles' Document PW 404_04) AS-BUILT DRAWINGS As-built drawings are required to be maintained by the Contractor. The as-built drawings shall be a record of the construction as installed and completed by the Contractor. They shall include all the information shown on the contract set of drawings and a record of all construction deviations, modifications or changes from those drawings which were incorporated in the work; all additional work not appearing on the contract drawings; all design submittals, including electrical schematics; and all changes which are made after final inspection of the contract work. The Contractor shall mark up a set of full size plans using red ink to show the as-built conditions. These as-built marked prints shall be kept current and available on the job site at all times, and be made available to the City Engineer upon request. The changes from the contract plans which are made in the work or additional information III -1 I I I I I I I I I I I I I I I I I I I ft. t" which might be uncovered in the course of construction shall be accurately and neatly recorded as they occur by means of details and notes. No construction work shall be concealed until it has been inspected, approved, and recorded. The drawings shall show at least the following: a. The location and description of all facilities and appurtenances installed by the Contractor. The location of facilities and appurtenances shall include accurate dimensions and at least 2 ties to permanent features for all major components, including gate valves. The City of Port Angeles has the right to deny progress payments for completed work if as-built records, as required by this section, are not available on the job site for the work that has been completed by the date of the payment request. Final as-builts shall be delivered to the C!ty Engineer at the time of final inspection for rO".leU! !)n~ '=''''''''''0".,1 ^S."",,;I+ ....P~...:....qs must bp. ~."-p,,,,'.~:,,' h...J.h- '-"I.~" r:-""g:r..-."".: ......r'n .', ~V'li' t:...-.A -~r't." v_.... ;\ .-U.h __..........1 ~ C1t-ll.J;V'ltt::'...J -!:ll! ~ .......,~l} '-=. ....r;;'........ Jr::_y!t:;; final payment will be made. See Submittal Requirements for additional information. PERMITS AND LICENSES All permits will be provided to the Contractor at the City's expense. PAYMENTS The Contractor shall submit payment requests with a completed application for payment form, an example of which is included as Attachment C to this Contract. This form includes a lien waiver certification, and shall be notarized before submission. Applications for payment not signed or notarized shall be considered incomplete and ineligible for payment consideration under the contract provisions. LIQUIDATED DAMAGES The Contractor shall pay (according to the following formula) liquidated damages for each working day beyond the number of calender days established for physical completion of the work. LD = O.15(CIT) , where LD = liquidated damages per day (rounded to the nearest dollar) C = original contract amount (not including tax) T = original time for physical completion of the work (performance period) When the contract work has progressed to the extent that the City has full use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary facilities, or correction or repair remains to physically complete the total contract, the City may determine the contract work to be substantially complete. The City will notify the Contractor in writing of the substantial completion date, and no liquidated damages will be assessed for work continuing beyond that date. III-2 I I SPECIFICATIONS, DNISIONS 1-15 I TABLE OF CONTENTS I SECTION DESCRIPTION PAGES DNISION 1 - GENERAL REQUIREMENTS I 00570 Definitions, Abbreviations, Symbols llI-5-7 00015 List of Drawings llI-8 I 01010 Summary of Work llI-9-12 01140 Special Conditions lli-13-18 01300 Product Data and Samples llI-19-24 I 01310 Project Meetings III-25-26 01320 Progress Schedules III-27-28 01400 Quality C~ntrol nI- '29-31 Oi450 Ct!dng- and Patching 1II-32-37 I 01500 Temporary Facilities and Controls III-38-45 01600 General Standards for Material and Workmanship 1lI-46-49 01630 Substitutions and Product Options III-SO-51 I 01700 Project Closeout 1lI-52-58 01710 Cleaning 1lI-59-61 01740 Warranhes III -62-63 I DNISION 2 - SITE CONSTRUCTION I 02220 Selective Demolition 1lI-64-66 02805 Site Restoration 1lI-67-68 I DNISION 6 - WOOD AND PLASTICS 06100 Rough Carpentry III-69-73 I DNISION 7 - THERMAL AND MOISTURE PROTECTION 07220 Roofing Insulation 1lI-74-81 I 07270 Weather Resisttve Barriers 1lI-82-84 07410 Preformed Metal Panels 1lI-85-93 07550 Modified Bituminous Sheet Roofing 1lI-94-110 I 07600 Flashing and Sheet Metal 1lI-111-120 07700 Roofing Specialties and Accessories 1lI-121-123 I DNISION 8 - DOORS AND WINDOWS Skylights 08600 III-124-127 I I Port Angeles Fire Station Headquarters Table of Contents Roof Replacement and Deck Repairs III-3 11 August 2003 I WJE No. 2001.3254 Bid Set I I I I I I I I I I I I I I I I I I I DIVISION 9 - FINISHES 09910 Preparation and Coating IIT-128-135 DIVISION 15 - MECHANICAL 15955 Testing, Adjusting and Balancing IIT-136-137 END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs III-4 WJE No. 2001.3254 Table of Contents 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 00570 DEFINITIONS, ABBREVIATIONS, SYMBOLS PART 1 - GENERAL 1.01 DEFINITIONS A. Owner: City of Port Angeles B. Owner's Representative: When the term "Owner's Representative" is used in the Contract, it shall mean the Owner or any party designated by the City of Port Angeles Public Works and Utilities Department to act on its behalf. C. ArchitectJEngineer: When the term "Architect ", "Engineer", or "ArchitectJEngineer" is used in the Contract, it shall mean Wiss, Janney, Elstner Associates, Inc., 8~ South King Street, Suite 600, Seattle, Washmgton 98104. D. Drawing - Graphical description of the work to be performed. E. Specification - Written description of the work to be performed. 1.02 ABBREVIATIONS: psi - pounds per square inch in. - inch ft. - feet lin. - linear sq. - square gal- gallons degrees F - degrees Fahrenheit gpm - gallons per minute sim - similar Op. hd - opposite hand vpm - vibrations per minute par. - paragraph 1.03 SYMBOLS % - percent 1.04 REFERENCE STANDARDS: The following list of abbreviations, which may be used in the construction specificatIons, refer to the organizations and specifications of the orgamzations listed below: AAMA Architectural Aluminum Manufacturer's Association 2700 River Road, Suite 118 Des Plaines, TIlinois 60018 Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-5 Definitions, Abbreviations, Symbols 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I ACI AISC ANSI APA ASTM FM NAAMM NFPA NLMA NRCA OSHA PCA American Concrete Institute Box 19150, Redford Station Detroit, Michigan 48219 American Institute of Steel Construction 400 North Michigan Avenue, 8th floor Chicago, lllinois 60611 American National Standards Institute 1430 Broadway New York, New York 10018 American Plywood Association P.O. Box 11700 Tacoma, Washington 98411 American Society for Testi!lg and Mattmals 100 Barr Harbor Drive P.O. Box C700 West Conshohocken, Pennsylvania 19428 Factory Mutual Research Corporation 1151 Boston Providence Turnpike Norwood, Massachusetts 02062 National Association of Architectural Metals Manufacturers 600 South Federal Street, Suite 400 Chicago, lllinois 60605 National Fire Protection Association Batterymarch Park Quincy, Massachusetts 02269 Northeastern Lumber Manufacturers Association, Inc. 4 Fundy Road Falmouth, Maine 04105 National Roofmg Contractors Association O'Hare International Center 10255 W. Higgins Road, Suite 600 Rosemont, lllmois 60018-5607 Occupational Safety and Health Administration Government Printing Office Washington, D.C. 20402 Portland Cement Association 5420 Old Orchard Road Skokie, lllinois 60077 Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-6 Definitions, Abbreviations, Symbols 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SMACNA Sheet Metal and Air Conditioning Contractors National AssocIation, Inc. P.O. Box 70 Merrifield, Virginia 22116 UBC Uniform Building Code 5360 South Workman Mill Road WhIttier, California 90601 UL Underwriters Laboratories, Inc. 333 Pfingsten Road Northbrook, lllinois 60062 WWPA Western Wood Products Association Yeon Building Portland, Oregon 97204 PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-7 Definitions, Abbreviations, Symbols 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 00015 LIST OF DRAWINGS Drawing No. Title o Title Sheet 0.1 General Notes 1 Site Plan 2 Existmg Roof Plan 3 New Roofing Replacement Plan 3.1 New Walkway Pad Layout 3.2 Reflected Ceiling Plan 3.3 North and West Elevations 3.4 New Parapet Details 4 Details 5 Details 6 Details 7 Coping Details 8 Coping Details 9 Details 10 Scupper Details 11 Scupper Details 12 Roof Sheathing Repair 13 Miscellaneous DetaIls END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs III-8 WJE No. 2001.3254 List of Drawings 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01010 SUMMARY OF WORK PART 1 - GENERAL 1.01 WORK COVERED BY CONTRACT DOCUMENTS A. This work covers roof replacement and deck repairs at the Port Angeles Fire Station Headquarters located at 5th and Laurel Streets, Port Angeles, Washington. 1.02 RELATED WORK A. All sections 1.03 DESCRIPTION OF STRUCTURE A. The existing roof ueck mcludes 5/8 inch thick plY']~0Cd decking over pre-manufactured open web truss Joists spaced at 24 inches on center, and pre-manufactured wood I-joists (TJI) at 24 inches on center. 1.04 SCOPE OF WORK A. This work includes the removal and legal disposal of approximately 13,500 square feet of existing roofing membrane, base flashings, and other related materials down to the structural plywood deck. This work includes plywood deck repairs identified by the ArchitectJEngineer, and the installation of a complete, insulated, roofing membrane system. The roofing membrane system includes but is not limited to the temporary roofing membrane/vapor retarder, insulation, roofmg membrane plies, base flashings, sheet metal flashing and counterflashing, sheet metal copings, sheet metal pans, sheet metal vents, fasteners, sealants wood blocking, and miscellaneous related components. The lightning protection system shall remain fully operational at all times during this project. The scope of work also includes interior work such as removal of gypsum ceiling board, overhead fire protection sprinkler system modifications, interior painting, and other rmscellaneous work in the apparatus bay; removal of batt insulation at k1tchen and lower office area ceilings; and balancing ofHV AC units. All work includes all labor, materials, operations, coordination, supervision, equipment, transportation, lifting equipment, and incidentals necessary and required to perform the work specified in the project documents, to bring the project to completion. B. A more specific summary description of the work on this project will include but is not limited to the following: 1. Remove and dispose of existing hypalon membrane and flashing system, sheet metal copings, counterflashings, skylights, and related metal work. Existing hypalon membrane will remain in place at parapets. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-9 Summary of Work 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 2. Remove, raIse, and relocate existing roof top mechanical equipment as required for new roofing installatIon. All mechanical equipment must remain in operation during the duration of the project, except for brief, approved temporary interruptions due to interim connections. 3. Remove and store existing vents, stack covers, lights, and other rooftop equipment. Coordinate reinstallation with new roofmg membrane application. Reinstall to original condition. 4. Coordinate and provide access to top surface of exposed plywood deck for inspection by Architect/Engineer. 5. Coordinate and perform repairs of existing plywood deck as required by Architect/Engineer. 6. Construct new parapet at roof area A on north and west elevations. 7. Provide and install new temporary roofmg/vapor retarder (nailed base sheet and fully adhered ply in hot asphalt). 8. Provide and mstall new wood blocking and curbs. 9. Remove and modifY exif:tmg exterior metal wall panels and paint cut edges, as required. for new i(\o[mg insulatIon he;~ht, co!,ing, llnd <;cUppPT lTIstallatl"p... 10. Provide and mstall new r.llly i:1dhered insulation boards in hot asphalt. 11. Provide and install new 2-ply SBS modified bitumen roofing membrane system: first roofing ply in hot asphalt and top ply membrane in cold adhesive. 12. Provide and install new 2-ply SBS modified bitumen membrane flashings. 13. PrOVIde and install new self-adhered underlayment membrane, prefmished sheet metal copings, one-component sheet metal coping tranSItIons and terminations, sheet metal back-up and cover plates, sheet metal flashing, and counter flashing. 14. Provide and install new sumps, scuppers, conductor heads, downspouts, piping, hangers, brackets, and related components. 15. Remove and install new skylights. 16. Reinstall modIfied eXIsting exterior metal wall panels. Integrate existing weather resistive barrier (budding paper underneath panels) with new work. 17. Provide and install new sheet metal trim components at exposed cut edges of all modified existing metal panels; color to match that of existing panels. 18. Provide and mstall new backer rodlbond break tape and sealant. 19. Remove remaining gypsum ceiling board in apparatus bay. 20. ModifY existing fire protection sprinkler system in apparatus bay. 21. Clean, prepare substrate, and paint existing trusses and underside of wood deck. 22. Identification and labeling of exposed utility connections in apparatus bay. 23. Contractor to provide services and consultants for design and installation of new lightning protection system components and modifications to the existing system, performed by a firm actively engaged in the installation of Master Labeled Lightning Protection Systems and shall be so listed by Underwriter's Laboratory, Inc. The completed system shall comply with the latest editions of the "Installation Requirements for Lightning Protection Systems, UL 96A" and the National Fire Protection Association's "Lightning Protection Code," NFP A No. 780. Completed installation shall be inspected and certified to obtain a Master Label. Coordinate with Owner and Architect to obtain acceptable concealment. 1.05 CONTRACTOR'S DUTIES A. Pay legally required sales, consumer and use taxes. 1. Give required notices Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-10 Summary of Work 11 August 2003 Bid Set I I I I I I I I I .1 I I I I I I I I I 2. Comply with codes, ordinances, rules, regulations, orders and other legal requirements of public authorities, which bear on the performance of work. 3. Promptly submit written notice to the Architect/Engineer of any observed variance of the Contract from legal requirements. It is not the Contractor's responsibility to make certain that the Drawmgs and Specifications comply with codes and regulations. a. Appropriate modifications to the Contract will adjust the necessary changes. b. The Contractor shall assume responsibility for work known to be contrary to such requirements, and performed without such notice. 4. Enforce strict discipline and good order among employees. Do not employ on work: a. Unfit persons. b. Persons not skilled in assigned task. B. Payment to the Contractor will be made only for the actual quantities of work performed and accepted in conformance with the contract. When the accepted quantities of work vary from the original bid quantities, payment Will be at the umt contract prices for accepted work unless the total quantity of any contract item, using the original bid quantity, increases - or cecreases by li10re than 25 percent. ' C. There shall be complete cooperation between Contractor and subcontractors to ensure satisfactory progress and performance of the work. 1.06 WORK SEQUENCE AND PHASING A. The work shall be performed in several phases. 1. Contractor shall provide a schedule and plan to describe sequence and phasing Within seven (7) calendar days of receiving notice to proceed. 2. Attend a preconstruction meeting at the site at least seven (7) calendar days prior to beginning the work. 3. Provide demolition schedule seven (7) calendar days minimum prior to demohtion. 4. The Contractor shall also notify the Owner's Representative and Architect/Engineer 48 hours in advance of changing phases during the work. 1.07 CONTRACTOR USE OF PREMISES A. Confme operations at site to areas permitted by: 1. Law 2. Ordinance 3. Permits 4. Contract B. Do not unreasonably encumber the site with materials or equipment. C. Do not load the structure with weight that will endanger the structure. D. Assume full responsibility for the protection and safekeeping of products stored on the premises. Construction equipment, shoring, tools, etc., shall not be stored in areas of the Owner's continued use. E. Move any stored products, which interfere with the operations of the Owner or other Contractors. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III- 11 Summary of Work 11 August 2003 Bid Set I. I I I I I I I I I I I I I I I I I I F. Obtain and pay for the use of additional storage or work areas needed for operations. G. Confine hours of operations to 7:00 a.m. to 4:00 p.m. Monday through Friday. Extended or weekend hours must be approved by the Owner. H. Maintain the premises and public propertles free from accumulation of waste, debris, and rubbish, caused by operations. 1. Avoid damaging occupied spaces below and adjacent to the work areas. J. Do not permit debris, or other contaminants deleterious to the sewer system, to be washed down drains or discharged into the sewer system. K. Provide effective enclosures as required around work areas. T L.-- Maintain premises free from accumulation of waste. debris and ruhhish CHlI"pcl h~, the - Contractor's operations on a dally basis. -,::-~ ----:: ,-- M. At completion of work, remove waste materials, rubbish, tools, equipment, and machinery and surplus material. Leave the project clean for occupancy. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 llI- 12 Summary of Work 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01140 SPECIAL CONDITIONS PART I - GENERAL 1.01 WORK TO BE DONE A. The Contractor shall furnish all labor, "materials, tools and equipment necessary for and incidental to the scope of work specified herein. B. The work shall include everything requisite and necessary to fmish the work properly, notwithstanding that every item of labor or materials or accessories required to make the mstallation complete, may not be specifically mentioned. 1.02 CLARIFICATIONS PRIOR TO AND F6LLOWIt~G START OF WORK A. The intent of fhese SpecIfications IS to pn;vide a complete watertight roofing membrane system. Any questions, confusion, or ambiguity regarding these specifications by the Contractor shall be subrmtted to Architect/Engineer for clarification. B. The Owner's Representative acts on behalf of the Owner to ascertain that the Work is completed in accordance with the Specifications and is conducted in compliance with the Contract. In this connection, the Owner's Representative is entitled to conduct inspection(s) of the Contractor's Work, including materials, and to perform or witness such tests as are specified or directed. I. All communication concerning technical or contractual aspects of the scope of work shall be directed to the Owner's Representative and Architect/Engineer. Contractor shall be provided with copies of correspondence. C. Clarifications, technical questions and revisions to the project specifications shall be addressed by the Architect/Engineer. D. Architect/Engineer shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and safety programs in connection with the project, since these are solely the responsibility of others. Architect/Engineer shall not be responsible for the Contractor's schedules or failure to carry out the project in accordance with contract documents. Architect/Engineer shall not have control over or charge of acts or omissions of the Contractor, subcontractor(s), or their agents or employees, or of any other non- Architect/Engineer person performing portions of the project. 1.03 SUBSTITUTIONS A. Refer also to Specification Section 01630 for additIOnal information and requirements. B. Where items of equipment and/or materials are specifically identified herein by manufacturer's name, model, or catalog number, only such specific items may be used except as provided herein. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-13 Special Conditions II August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. All substitution of equipment and materials of makes other than those specifically named in the Contract must be approved by the Owner and ArchitectlEngineer. D. Ifbidders wish to use materials or equipment other than those named, bidder shall submit complete descriptive and technical data mcluding load and durability tests of the item or Items bidder proposes to furnish, together with statement of amount of addition or deduction from bid if alternate is accepted. 1.04 CONTRACTOR'S USE OF PREMISES A. The Contractor shall notify Owner prior to commencing any repair work. B. Access to the site, construction limits and construction traffic will be in strict accordance WIth the Owner's instructions. Contractor shall comply with security rules of building. C. The existing building is scheduled to remain in normal operation at all tImes during the work. At the O"mer's dIscretion and right. portIons oftbe fire station (lper!!t;nns T~<>Y ~p temporarily ceast;J c1.r.ng the construction period. D. Access for work within the Apparatus Bay is limited to two adjacent bays at one time, allowing four of the six bays to remain available for fire department operations. Work within each set of bays must be completed within four consecutive calendar days. Provide full time access for frre fighters to traverse through work areas as needed to access equipment. E. Owner reserves the right to stop Contractor's work on roof during excessively windy and/or any other unfavorable days when such conditions increase risk of damage to grounds, building, public automobiles and Owner's property. F. The reparr work shall be performed from the exterior of the building wherever possible. Work to be performed in the apparatus bay that requires access from the interior of the building shall be approved by the Owner's Representative or ArchitectlEngineer in advance. G. Appropriate equipment shall be used in all work to provide maximum control of the repair work. PrOVIde protective canopies, barriers, fences, walkway enclosures, etc., to ensure the safety of pedestrians, building occupants, vehicular traffic, as approved by the Owner's Representative and in accordance with the reqUIrements of local authonties. H. The Owner has designated a staging area at the south side of the building for the Contractor's use during the project. This area is noted on the Drawings. I. Contractor may utilize existing electricity and water, as directed by the Owner. Temporary extension will be made by Contractor. Contractor is to provide chemical toilet facilities for workers. J. Material and equipment storage will be restricted to areas approved by the Owner's Representative. Contractor personnel shall have access to the roof through use of the stairs. Only upon written approval by the Owner may the contractor use bUIlding elevators for personnel. Elevators shall not be used for movement of equipment and materials. All Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-I 4 Special Conditions 11 August 2003 BId Set I I I I I I I I I I I I I I I I I I I material access to the roof shall be performed from the exterior of the building. Do not unreasonably encumber the site with materials or equipment. K. Contractor shall be fully responsIble for daily cleaning of all areas in and around existing building at and adjacent to the area of the work, staging areas, and access ways. L. Contractor shall not load the structure with weight that will endanger the structure. M. Contractor shall assume full responsibility for the protection and safekeeping of products stored on the premises. Construction equipment, shoring, tools, etc., shall not be stored in areas of the Owner's continued use. N. Contractor shall move any stored products which interfere WIth the operations of the Owner or other Contractors. O. Contractor shall avoid damaging occupied spaces above, below and adjacent to the work areas. -- -- u__. P. Contractor shall maintain a crewman as a floor area guard whenever roof decking is being repaired or replaced, or existing gypsum wallboard ceiling is removed, or other hazardous activities are being performed. 1.05 ACCESS A. Contractor shall provide access to scaffolds, swingstages, and work site for Owner's Representative and Architect/Engmeer. 1.06 PROTECTION OF EXISTING FACILITIES A. The Contractor shall protect existing and adjacent buildings during repair work. B. The Contractor shall provide a suitable enclosure/protection for all locations where existing skylights or other rooftop equipment or components are temporarily removed to perform roofing repair work. Enclosure/protection shall be watertight and capable of reSIsting expected wind conditions during the construction period when skylights are removed. Enclosures/protection may be prefabricated and capable ofbemg moved as work progress. Contractor shall be solely responsible for all damages to existing structure and interior of building resulting from water leakage or related conditions due to performance of the enclosures/protection. Contractor shall submit sketches, written description of materials, and all procedures for the enclosure/protection to be used to the Architect/Engineer and Owner's Representative prior to the preconstruction meeting. C. The Contractor shall provide all barricades and protection required to protect existing construction and equipment and to protect pedestrian and vehicular traffic from falling material. Protect Owner's property at all times. D. The existing lightning protection system shall remain in operation during all roofmg repair work. Replacement of the existing lightning protection system shall be performed in a manner that proVIdes for normal operation of system in the event that lightning and/or rain should occur prior to completion of the repair work. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-IS Special CondItions 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I E. All damages to the eXIsting and adjacent bUIldings, sidewalks, walkways, roadways, and landscaping, etc., caused by the Contractor or his Subcontractors during the repair work shall be repaired by the Contractor at no cost to the Owner. F. Contractor shall advise Owner's Representative whenever roofmg repair work is expected to be hazardous to the public, building employees, property, equipment, or materials. G. Contractor shall provide other precautions as instructed by Owner's Representative. H. Work in the kitchen area shall be completed within seven (7) calendar days. The kitchen area shall be temporarily tented, floor to ceiling, to provide an air barrier to control spread of dust and debris. Air barrier shall provide for passage through area to sleeping quarters. Area shall be professionally cleaned to the condition prior to the work, or better. Final cleaning must be satisfactory to Owner. 1. Work in the apparatus bay shall include a temp~rary f'nC'lc)Sl1re, t!-nn, fl:"-:.rto ceiling, separatmg the bays where work IS performed from the adjacent bays. The teniporary enclosure shall keep dust and debris from entering bays where work is not currently being performed. The enclosures shall also cover and protect the north and south walls and overhead doors, overhead door motors, heat elements, alarm systems and other equipment or components that may be damaged in area of work. J. Contractor shall tape and seal all laps and joints in temporary air barrier/dust enclosures to prevent spread of dust and paint overspray. K. Contractor shall remove and dispose oftemporary air barrier/dust enclosures and related installation fasteners or adhesives at conclusion of work. 1.07 DEMOLITION WORK A. The Contractor shall promptly remove from Owner's property, public sidewalks, public parkways, and public streets, all debris and other material removed from the building at the end of each day. 1.08 PRECONSTRUCTION MEETING A. Before the repair work begins, the Contractor shall meet the Owner's Representative and/or Architect/Engineer to discuss the following: 1. List of subcontractors and construction schedule. 2. Relation and coordination of subcontractors. 3. Designation of responsible personnel. 4. Processing of field decisions and change orders. 5. Submittal of shop drawings, project data and samples. 6. Procedures for maintaining record documents. 7. Use of premises. 8. Major equipment deliveries and prioritIes. 9. Safety and first aid procedures. 10. Security procedures. 11. Housekeeping procedures. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-I 6 Special Conditions 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 12. Setting progress meeting intervals and schedules. 13. Descripnon of skylight enclosure/protection. 14. Roofing repair concepts. 15. Special detailing. 16. Standard of workmanship. 17. Quality control. 18. Job organization. 19. Overall workmanship. 1.09 PROGRESS MEETING A. During the course of the project, the Contractor shall meet the Owner's Representative and/or Architect/Engineer as required to discuss the following: 1. Review work progress since last meeting. 2. Note field observations, problems and decisions. 3. Identify problems that impede planned progress 4. Review off-site fabrication prohlems. 5. Develop corrective measures and procedures tL. ~cgain schedule. 6. Coordinate projected progress with other prime contractors. 7. Review submittal schedules; expedite as required to maintain schedule. 8. Status of project costs. 9. Unanttcipated conditions. 10. Special conditions. B. Attendance is mandatory for job superintendent and subcontractor job superintendents. 1.10 CODES AND STANDARDS A. Contractor shall construct work called for in this Specification In accordance with the requirements of all local codes applicable to the State of Washington, the 1997 edition of the Uniform Building Code, and other National Consensus Codes and Standards set forth in detail sections of these specifications. The more stringent requirement shall apply where conflict exists between codes and/or standards. B. Other Codes 1. Applicable requirements of the latest edition of the Washington Industrial Safety and Health Act. 2. The National Electrical Code, as recommended by the National Electrical Contractors Association (NECA) and adopted by the National Fire Protection Association (NFP A No. 70). 1.11 AIR DISTRIBUTION/HANDLING SYSTEM A. Air distribution system including but not limited to air handling units and duct work shall be limited in the amount of time they are out of service. If units are taken out of service they must be reinstalled and balanced and cahbrated before proceeding to other areas of work. B. Contractor shall shut down vehicle exhaust ventilation system prior to starting any work and shall coordinate with Owner. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-17 Special Conditions II August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 1.12 ANTENNA EQUIPMENT AND COMPONENTS A. Fire Department radio communications equipment, including but not limited to antennas, towers, and coaxial cable, shall be lirmted in the amount of time they are to be out of service. If taken out of servIce, they must be reinstalled and balanced and calibrated upon reinstallation by an independent radio communications fIrm experienced in radio communications equipment. The primary fIre radio system must remain in service at all times. This equipment may be disabled for a period of not more than 8 hours to allow for its temporary relocation during the construction period. This work must be coordinated with the Owner and be performed by an independent radio communications fIrm experienced in radio communications eqUIpment. END OF SECTION Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-I 8 Special ConditIOns 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01300 PRODUCT DATA AND SAMPLES PART 1 - GENERAL 1.01 WORK INCLUDED A. Submit to the ArchitectlEngineer and to the Owner product data and samples required by the Project Manual and technical sections of these specifications. 1.02 RELATED WORK A. Section 00860 - Special Conditions B. Section 01010 - Summary of Work C. SectIOn 0 i 740 - Warranhes D. All Technical Sections 1.03 SUBMITTALS A. With respect to manufacturer's standard descriptive product data, the Contractor shall: 1. Clearly mark and modify each copy to identify pertinent materials, products or models and to delete information that is not applicable to this project. a. Show dimensions and clearances required. b. Show performance characteristics and capacities. c. Supplement standard information to provide additional information applicable to this proj ect. B. Contractor Responsibilities: 1. Review product data and samples prior to submission. 2. Venfy field measurements, field construction critena, catalog numbers and similar data. 3. Coordinate each submittal with the requirements of the work and of the Contract. 4. The Contractor's responsibility for errors and omissions in submittals is not relieved by the ArchitectlEngineer's review of submittals. 5. The Contractor's responsibihty for deviations in submittals from requirements of the Contract is not relieved by the ArchitectlEngineer's review of submittals, unless the ArchitectlEngineer gives wntten acceptance of specific deviations. The Contractor shall notify the ArchitectlEngineer of all such deviations in the submittals at the time of submissIon. 6. Begin no work which requires submittals until the retJ.Im of submittals with the ArchitectlEngineer's stamp and initials or signature indicating review. 7. After the ArchitectlEngineer's review, distribute copies as directed. C. SubmIssions shall be scheduled at least 14 calendar days before dates when reviewed submittals will be needed. Work shall not begin until approval of submitted items is received from the ArchItectlEngineer. Any work done pnor to the approval of submittals will be at the Contractor's risk. Port Angeles FIre StatIon Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-I 9 Product Data and Samples 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I D. The Contractor shall submit three (3) copies of product data to the ArchitectlEngineer for dIstribution, unless number of copies is otherwise noted in technical specification sections. E. Submittals that are related to or affect each other shall be forwarded simultaneously as a package to facilitate and coordinate review. All submittals required for each section shall be submitted simultaneously for evaluation at the same time. Uncoordinated submittals WIll be rejected. F. The ArchitectJEngineer reserves the right to require submittals in addition to those called for in the individual sections. G. All submittals sent to the ArchitectlEngineer shall be copied and also sent to the Owner. H. Submittals shall include: 1. Date and revision dates 2. Project title and number 3. The names of: a. ArchitectlEngineer b. Contractor c. Subcontractor if applicable d. Supplier e. Manufacturer f. Separate detailer when pertinent 4. Identification of product or material 5. Material Safety Data Sheets (MSDS) for all products submitted for use on this project (for Architect/Engineer's reference only, not for approval) 6. Relation to adjacent structure or materials 7. Field dimensions, clearly identified as such 8. Specification section number, drawing sheet, and detail number 9. Applicable standards, such as ASTM number or federal Specificatton 10. A blank space 4 inch by 6 inch for the ArchitectlEngineer's stamp 11. Identification of deviations from Contract. 12. Contractor's stamp, initialed or signed, certifying to review of the submittal, verification of field measurements and compliance with Contract. 1. Accompany submittals with a transmittal letter, in duplicate, containing: 1. Date 2. Project title and number 3. Contractor's name and address 4. The number of each product data sheet and sample submitted 5. Notification of deviations from Contract. 6. Other pertinent data J. The Architect/Engineer will check and review, with reasonable promptness, all submitted documents and samples only for conformance with the design concept of the project and information given in the Contract. The Architect/Engineer's review of a separate item does not constitute a review of an assembly in which the item functIons. Conformance to requirements of the Contract remains the responsibility of the Contractor. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-20 Product Data and Samples 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I K. The Contractor shall revise and resubmit all submitted items which are returned by the ArchitectlEngineer as unacceptable. 1.04 RESUBMISSION REQUIREMENTS A. Resubmit the same number of copies to the ArchitectlEngineer for distribution, as required by original submittal requirements in Section l.03.D. B. Shop Drawings 1. Manufacturer's approval of shop drawings is required prior to submission to ArchitectlEngineer . 2. Revise initial drawings as required and resubmit as specified for initial submittal. 3. Indicate on drawings all changes that have been made other than those requested by ArchitectlEngineer. 4. In the event the submittal is returned stamped "AMEND AND RESUBMIT" or "REJECTED - SEE REMARKS," a revised ~ubmittal of the shop drawings shall be resubmitted to the ArchitectlEnl!1neer fl), review as above. 5. DraWIngs receivea by the ArchitectlEngine\:f that do not bear the Contractor's 'Stamp of approval or contain numerous errors indicating a superficial check on the part of the Contractor will be returned for resubmission and will not be reviewed by the ArchitectlEngineer. The ArchitectlEngineer's review of drawings or schedules shall not relieve the Contractor of the responsibility for deviations from the Contract, unless he has in writing called the ArchitectlEngineer's attention to such deVlations at the time of submission and secured his written approval, nor shalllt relieve him of responsibility for errors of any kind. 6. Shop drawings stamped ''NO EXCEPTIONS TAKEN" or "MAKE CORRECTIONS INDICATED" and bearing the Architect/Engineer's signature shall be kept at the jobsite. The Archltect/Engineer will order the removal of any shop drawings not so noted. C. Product Data and Samples: Submit new data and samples as required for initial submittal. D. Make submittals so as not to delay work. No extension of contract will be allowed for delays due to improper submittals. 1.05 DISTRIBUTION A. Distnbute reproductions of Shop Drawings and copies of Product Data which carry the ArchitectlEngineer stamp ofreVlew to: 1. Job site file 2. Owner/Owner's Representative 3. Record Documents file 4. Other affected contractors 5. Subcontractors 6. Supplier or Fabricator B. Distribute samples whlCh carry the Architect/Engineer's stamp of review as directed by the Architect/Engineer. C. Contractor will be required to proVlde copies of approved shop drawings for distribution to other Contractors for coordination. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-21 Product Data and Samples 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I PART 2 - PRODUCTS 2.01 MANUFACTURER'S LITERATURE A. Furnish to the Owner upon completion, the recommendations and guarantees of the manufacturer for the maintenance and repair of the new materials furnished and installed. B. Submit CertIficates, in duplicate, in accordance with requirements of each Specification Section. C. Collect required data into one submittal for each unit of Work or system, and clearly mark each copy to show which choices and options are applicable to the project. Include manufacturer's standard pnnted recommendations for application and use, compliance with standards, application of labels and se~ls, notation of field measurements that have been checked, special coordination re~l)irt"'~cnts, instructlons for cl~1iv~ry, st(\Tage, !lSSPTYlbly, i~st:>lhtio!"_ lH1,h!s!'ng, and finishmg. D. Submit sufficient copies of product data of which one will be retained by the ArchItect/Engineer and one by the Owner. 2.02 SAMPLES A. Samples shall be of sufficient size to clearly illustrate and represent the full range of color, texture and/or pattern. B. Label each sample with identification required for transmittal letter. C. Field Samples 1. Mock-ups are a special form of samples that are too large or otherwise inconvenient for handling in specified manner for transmittal of sample submittals. 2. Where mock-ups and similar samples are indicated in individual work sections, recognized as a special type of sample, comply with requirements for "samples" to greatest extent possible, and process transmittal forms to provide a record of activity. 3. Prepare any field samples required by this Specification at the project site, at a location acceptable to the Owner's Representative and Architect/Engineer. 4. Size of sample shall be as specified in the respectIve specification section. 5. Fabricate each sample complete and finished. 6. Include identification on each sample, giving full information. 7. Approved samples shall be standard for further work, and shall not be removed without approval of the Owner's Representative and/or ArchItectlEngmeer. 2.03 SCHEDULE A. Refer to SectIon 01320 - Progress Schedules. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1II-22 Product Data and Samples 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 2.04 SCHEDULE OF VALUES A. Submit typed schedule on AIA Form G703 Contractor's standard form or media-driven printout will be consIdered on request. B. Format: Table of Contents of this Project Manual and as indicated on the bid form. Identify each line item with number and title of the major Specification Sections. C. For unit cost Allowances, give quantities measured multiplIed by the unit cost equal to the total for the item. D. Include in each line Item a directly proportional amount of Contractor's overhead and profit. 2.05 SCHEDULE OF WARRANTIES AND GUARANTEES A. Certain products, components and systems are required to carry warranties or guarantees which will survive the one year Project Warrantee. Identify 3n(ll1st thoo;e itC!11s. ~llbtJ1it H<::t with specimen guarantee or warrantee forms noting action, if any required by the Manufacturer to validate installation. B. See Performance and Payment Bond, Section 02220, Section 07410, Section 07550, Section 07600, and Section 08600. 2.06 SHOP DRAWINGS A. Shop Drawings mclude specially-prepared technical data for this project, including Drawings, diagrams, performance curves, data sheets, schedules, templates, patterns, reports, calculations, instructions, measurements and similar information not in standard prmted form for general application to several projects. B. Provide newly-prepared information, on reproducible sheets, with graphic information at accurate scale (except as otherwise indicated), with name ofpreparer indicated (firm name). Maximum sheet size shall be 24 in x 36 in. Show dimensions and note which are based on field measurement. Identify materials and products ill the work shown. Indicate compliance with standards and special coordination requirements. Identify details by reference to sheet numbers shown on Drawings and SpecIfication Sections, page numbers and paragraph line numbers. Design Drawings shall not be traced or otherwise reproduced for use as Shop Drawmgs. C. Submit one (1) reproducible Mylar and three (3) opaque reproductions of newly prepared Shop Drawings. Where design calculations are required, submit three (3) copies. D. Do not allow Shop Drawing copies without appropriate final "Action" markings by Architect to be used in connection with the Work. E. Indicate on shop drawing whether it is a full or partial submittal. F. Fabrication and installation of components requiring Shop Drawings shall not begin until Shop DraWIngs have been reviewed and stamped by Architect/Engineer ''NO EXCEPTIONS TAKEN." Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-23 Product Data and Samples 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I PART 3 - EXECUTION 3.01 APPROVALS A. Obtain approvals on all subrmttals before beginning work. Present all such submittals at least 14 calendar days before Contractor's need for approval. 3.02 SUBMITTALS A. As specified in technical sections. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-24 Product Data and Samples 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01310 PROJECT MEETINGS PART 1 GENERAL 1.01 SUMMARY A. Section includes Contractor scheduling, administering progress meetings and preparing minutes of meetings. 1.02 PRECONSTRUCTION MEETING A. Schedule within ten calendar days after Date of Notice to Proceed and prior to starting the project. B. Attendance: Contractor, subcontractors, Architect/Enj!ineer. and Owner'~ representativ(' c. Agenda to Include 1. Discuss list of subcontractors and construction schedule. 2. Relation and coordination of subcontractors. 3. Designation ofresponslble personnel. 4. Processing of field decisions and change orders. 5. Submittal of shop drawings, project data and samples. 6. Procedures for maintaining record documents. 7. Use of premises. 8. Major equipment deliveries and priorities. 9. Safety and first aid procedures. 10. Security procedures. 11. Housekeeping procedures. 12. Setting progress meeting intervals and schedules. 13. Description of skylight enclosure/protection. 14. Roofing repair concepts. 15. Special detailing. 16. Standard of workmanship. 17. Quality control. 18. Job organization. 19. Overall workmanship. D. Record minutes of meeting and within five calendar days of meeting distribute copies to attendees for review and comment. 1.03 PROGRESS MEETINGS A. Hold regular meetings at jobsite at intervals agreed upon at Preconstruction Meeting. B. Attendance: Contractor, Subcontractors as pertinent to agenda, Architect/Engineer, and Owner's Representative. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-25 Project Meetings 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Minimum Agenda 1. Review work progress since last meeting. 2. Note field observations, problems and decisions. 3. Identify problems that impede planned progress. 4. Review off-site fabrication problems. 5. Develop corrective measures and procedures to regain schedule. 6. Coordinate projected progress with other prime contractors. 7. Review submittal schedules; expedite as required to maintain schedule. 8. Status ofproject costs. 9. Unanticipated conditions. 10. Special conditions. D. Record minutes of meetings and within five calendar days of each meeting. Distribute copies to attendees for review and comment. END OF SEe nON' Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1II-26 Project Meetings 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01320 PROGRESS SCHEDULES PART 1 GENERAL 1.01 SUMMARY A. Section includes preparation and submission of projected construction schedule for work to the Owner and Architect/Engineer 1.02 CONTENT OF SCHEDULES A. As soon as possible after receiving Notice of A ward and before any work is begun, submit a Progress Schedule showing the estimated starting, completion and progression of the work. Combine all work activities subrmtted by the subcontractors into the Project Schedule. Form shall be Primavera Suretrack. B. Content of Schedule 1. Show complete sequence of construction by activity, with dates for the beginning and completion of each major element of construction. 2. Show complete sequence of construction by activity, identifying work of separate stages and other logically grouped activities. Show projected percentage of completion for each item of work as of time of each Application for Progress Payment. 3. Identify each item by specification section number. Provide sufficient breakdown by major specification section to illustrate and maintain the progress of the work. 4. Identify work of separate trades and subcontractors. 5. Provide separate schedule of submittal dates for shop drawings, product data, and samples, including when applicable Owner-furnished products and/or products specified under allowances, and dates reviewed submittals will be required from Architect/Engineer. C. Revisions to Schedules 1. Monitor the progress of each activity, including start and completion dates. 2. Update activities modified since previous update, major changes in scope, and other identifiable changes. D. Promptly distribute schedules to Owner, Architect/Engineer, and subcontractors. 1.03 UPDATING A. Update with payment request or monthly, whichever occurs first. Indicate progress of each activity since previous submiSSIOn, projected completion dates for all activities, and activities modified since previous submission. B. Compare projected completion dates to previous submission. State when behind, on, or ahead of previous projection. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-27 Progress Schedules 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Include major changes in scope, revisions m duration of activities, and other identification changes. 1.04 SUBMITIALS A. Submit electronic progress schedule usmg Primavera Suretrack. B. Submit initial schedules at the preconstruction meeting: 1. ArchitectlEngineer and Owner will review schedules and return reviewed copy within ten (10) business days after receipt. 2. When directed, re-submit within five business days after return of reviewed copy. C. Submit updated schedules. D. Submit one to ArchitectlEngineer and two copies to the Ownero Furnish additional copies when directed. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-28 Progress Schedules 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01400 QUALITY CONTROL PART I-GENERAL 1.01 SECTION INCLUDES A. Quality assurance and control of installation B. References C. Field samples D. Mock-up E. Inspection and testing laboratory services F. Manufacturers' field services and reports 1.02 CONTRACTOR'S QUALITY ASSURANCE AND CONTROL OF INSTALLATION A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and workmanship, to produce work of specified quality. B. Comply fully with manufacturers' instructions, including each step in sequence. C. Should manufacturers' mstructIons conflict with Contract, request clanfication from Architect before proceeding. D. Comply with specified standards as a minimum quality for the work except when more stringent tolerances, codes, or specified reqUlrements indicate higher standards or more precise workmanship. E. Perform work by persons qualified to produce workmanshIp of specified quality. F. Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion or disfigurement. G. ArchitectlEngineer shall not have control over or charge of and shall not be responsible for construction means, methods, techniques, sequences or procedures, or for safety precautions and safety programs in connection with the project, since these are solely the responsibtlity of others. Architect/Engineer shall not be responsible for the contractor's schedules or failure to carry out the project in accordance with Contract. ArchitectlEngineer shall not have control over or charge of acts or omissions of the Contractor, subcontractor(s), or their agents or employees, or of any other non- ArchitectlEngineer person performing portions of the project. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-29 Quality Control 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 1.03 REFERENCES A. Conform to reference standard by date of issue current on date of Contract where no date is specified with standard. B. Obtain copies of standards when required by Contract. C. Should specified reference standards conflict with Contract, request clarification from Architect before proceeding. D. The contractual relationship of the parties to the Contract shall not be altered from the Contract by mention or inference otherwise in any reference document. 1.04 FIELD SAMPLES A. Install field sample" at the site as required by i~dividual specifications Sections for review. H. Acceptable samples rr;f'resent a quality level for the work. C. Where field sample is specified in mdividual Sections to be removed, clear area after field sample has been accepted by Architect. 1.05 MOCK-UP A. Mock-ups are a special form of samples, which are too large or otherwise inconvenient for handling in the manner specified for transmittal of sample submittals. B. Where mock-ups and similar samples are indicated in individual work sections, comply with requirements for "samples" to greatest extent possible, and process transmittal forms to provide a record of activity. C. Tests, when specified, will be performed under provisions identified in this section. D. Assemble and erect specified items, with specified attachment and anchorage devices, flashings, seals, and finishes. E. Where mock-up is specified in individual Sections to be removed, clear area after mock-up has been accepted by Architect. 1.06 INSPECTION AND TESTING LABORATORY SERVICES A. Owner WIll appoint, employ, and pay for services of an independent firm to perform inspection and testing and other services specified in individual specification Sections, and as required by the Architect. B. Reports will be submitted by the independent firm to the Architect and to the Owner, indicating observations and results of tests, and indicating compliance or non-compliance WIth Contract. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-30 Quality Control 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Cooperate with independent fIrm; furnish samples of materials, design mix, equipment, tools, storage and assistance as requested. 1. Notify Architect and independent fIrm 48 hours prior to expected time for operations . . . requmng ServIces. 2. Make arrangements with independent fIrm and pay for additional samples and tests required for Contractor's use. D. Retesting required because of non -conformance to specifIed requirements shall be performed by the same independent fIrm on instructions by the Architect. Payment for retesting will be charged to the Contractor by deducting inspection or testing charges from the Contract SumlPrice. 1.07 MANUFACTURERS' FIELD SERVICES AND REPORTS A. When specifIed in individual specifIcation Sections, require material or product suppliers or manufacturers to provide qualifIed staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equioment. te,1. adJUSt, and balance of equipment and record data as appli~able, and to mitiate instructions wl1en necessary. B. When such observations are not performed by an employee of the manufacturer, submit the qualifIcations of the contracted representatives of the manufacturer to the Architect fourteen (14) calendar days in advance of required observations. The observer is subject to approval of Architect and Owner. C. IndiVIduals to report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D. Submit report within seven (7) calendar days of observation to Architect and Owner for reVIew. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-3l Quality Control 11 August 2003 Bid Set I I I I I I I I SECTION 01450 CUTTING AND PATCHING PART 1 - GENERAL 1.01 WORK INCLUDED A. This Project includes work which is affected by existing conditions. Make adjustments in the work as reqUIred to accommodate existing conditions, as directed by the Architect. Where products are to be installed in existing construction, perform cutting, removal of old products, installation of new products, rebuilding of adj acent construction, and other operations as required. 1. Architect will Issue prompt instructions when unanticipated conditions are encountered. 2. Ifunanticipated conditions are such as to impose a hardship on Contractor as interpreted by Architect, such as faulty structure 'l',hich must be rebul1t. A.rcnltect will issue Changt: Orders for approval by Owner. Work J:at in Contract will not be ordered without Change Order for reasonable compensation. 3. Make adjustments in the work, other than those described in 2. above, without additional compensation. I B. Perform cutting, filling or patching of work, required to: 1. Make several parts fit properly. 2. Uncover work to provide for installation of ill-timed work. 3. Remove and replace defective work. 4. Remove and replace work not conforming to contract requirements. 5. Remove samples of installed work as specified for testing. 6. Install specified work in existing construction. 7. Modify existing construction to Install specified work. I I I I I I I I I I C. "Cutting and patching" includes cutting into existing construction to provide for the installation or performance of other work and subsequent fitting and patching required to restore surfaces to their original condition. In addition to Contract requirements, upon instructions of Owner's Representative and ArchitectJEngineer: 1. Uncover work to provide for observation of covered work. 2. Remove samples of installed materials for testing. 3. Remove work to provide for alteration of existing work. D. Cutting and patching performed during the manufacture of products, or during the initial fabrication, erection or Installation processes is not considered to be "cutting and patching" under this definition. Drilling of holes to install fasteners and similar operations are also not considered to be "cutting and patching". E. "Demolition" and "Selective Demolition" are recognized as related-but-separate categories of work, which mayor may not require cutting and patchIng as defined in this section; refer to "Demolition" and "Selective Demolition" sections of Division 2. F. "Removals" includes disconnecting, physically relocating, or temporarily putting out of service existing items or assemblIes which are in good condition, presently operating and Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-32 Cutting and Patching 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I otherwise functional at the time this work is conducted, with the intent of protecting and storing for subsequent reinstallation at or near the original location. 1. Items or assemblies scheduled under Selective Demolition for storage and future use are not "removals". Comply with specified crating and storage requirements. 2. Salvageable products of demohtion are not regarded as a "removal". G. Other sections of these specificatIons describe specific cutting and patching, or removal requirements and limitations applicable to individual units of work. 1. Requirements of this section apply to mechanical work. Refer to Division-IS section for additional requirements and limitations on cutting and patching of mechanical work. H. Do not endanger work by cutting or altering work or any part of it. 1.02 SUBMfIT ALS A. Prior to cutting which affects str..lci.urab;afety'ofPr~lect. suhmlt written !1ot1~e to OW11l"'r's Representative and Architect/Engt.h~~r requestmg consent to proceed with cutting, including: 1. Project identification. 2. Description of affected work. 3. Necessity for cutting. 4. Effect on other work, on structural integrity of Project. 5. Description of proposed work. Designate: a. Scope of cutting and patching. b. Contractor and trades to execute the work. c. Products proposed to be used. d. Extent of refmishing. e. Give dates when work is expected to be performed. f. List utilities that will be disturbed or otherwise be affected by work, including those that will be relocated and those that WIll be out-of-service temporarily. Indicate how long utility service will be disrupted. g. When cutting and patching structural work, submit details and engineering calculations to show how additional reinforcement is integrated with original structure to satisfy requirements. h. IdentIfy areas for test finishes, mock-ups or other full scale samples to establish the standards of the Work. No work shall proceed until the Owner's Representative or Architect/Engineer's consent is received. B. Should conditions of work, or schedule, indicate change of materials or methods, submit recommendation to Owner's Representative and Architect/Engineer including: 1. Condition indicating change. 2. Recommendation for alternative materials or methods. 3. Submittal as required for substitutions. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-33 Cutting and Patching 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 1.03 PAYMENT FOR COSTS A. Costs caused by ill-timed or defective work, or work not conforming to Contract, including costs for additional services of ArchitectlEngineer are to be paid by the party responsible for the ill-timed, rejected or non-conforming work. 1.04 QUALITY ASSURANCE A. Requirements for Structural Work: Do not cut and patch structural work in a manner that would result in a reduction ofload-carrying capacity or ofload-deflectlOn ratio. Prior to such work, obtain approval of ArchitectlEngineer. B. Do not remove equipment or assemblies without adequate gripping, stabilizing and lifting equipment. Verify that the path for removal has adequate structural capacity to support item being moved as well as the equipment used to move it. C. Visual Requ...-ements: Do not cut and patch work exposed on the building's exterior or in its occupied spaces, in a manner that would, in the Arcrutect's/Engineer's opinion, result in lessening the bull ding's aesthetic qualities. Do not cut and patch work in a manner that would result in substantial visual evidence of cut and patch work. Replace work judged by the ArchitectlEngmeer to be cut and patched in a visually unsatisfactory manner. D. Ifpossible, retain the original installer or fabricator, or ifnot available, a recognized, experienced and specialized firm to cut and patch or remove work. E. Use original shop drawings, manufacturers' instructions or similar authentic data prior to removing material or equipment. 1. Confer with Owner's Administrative representative if removals affect building's utility system. Schedule shut-downs well in advance. PART 2 - PRODUCTS 2.01 MATERIALS A. For replacement of work removed, comply with Specifications for type of work to be performed. B. Except as otherwise indicated, or as directed by the ArchitectlEngineer, use materials for cutting and patching that are identical to existing materials. If identical materials are not available, or cannot be used, use materials that match existing adjacent surfaces to the fullest extent possible with regard to visual effect. 1. Use matenals for cutting and patching that will result in equal-or-better performance characteristics. C. New Materials: As specified in individual Sections. D. Match existing products and work for patching and extending work. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-34 Cutting and Patching 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I E. Determine type and quality of existing products by inspection and any necessary testing, and workmanship by use of existing as a standard. Presence of a product, fmish, or type of work, requires that patching, extending, or matching shall be performed as necessary to make work complete and consistent with the contiguous construction. 2.02 PRODUCTS FOR REMOVALS A. Refer to the Section requiring removal for specific product requirements. In general, use covers, plugs, caps or other protective measures which are chemically and electrolytically compatible to exclude contaminants from entering piping, building cavities or bond surfaces. PART 3 - EXECUTION 3.U1 INSPECTION A. Inspect existing conditions of work, including elements subject to movement or damage during cutting and patching. B. After uncovering work, inspect condinons affecting installation of new products. C. Before cutting, examine the surfaces to be cut and patched and the conditions under which the work is to be performed. If unsafe or otherwise unsatisfactory conditions are encountered, take corrective action before proceeding with the work. 1. Before the start of cutting work, meet at the work site with all parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict between the various trades. Coordinate layout of the work and resolve potential conflicts before proceeding with the work. 2. Investigate and confirm the location of concealed services. Make probe holes prior to substantial cutting. 3.02 PREPARATION A. Prior to cutting: 1. Provide shoring, bracing and support as required to maintain structural integrity of proj ect. 2. Provide all necessary support and components affected by cutting so that service to Owner and Building is not interrupted, unless Owner provides written approval. 3. Provide protection for other portions of the Project. 4. Provide protection from elements. 5. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. B. Take precaution not to cut existing pipe, conduit or duct serving the building but scheduled to be relocated until proviSIOns have been made to bypass them. C. When ever possible, employ the installing mechanics for cutting or disassembly. When unavailable, use journeymen skilled in such work. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1lI-35 Cutting and Patching 11 August 2003 Bid Set I I I I I I I I I I 3.03 I I I I I I I I D. Make cuts neatly. Use saws wherever possible. Do not use percussion tools without prior approval. 1. When cutting monolithic, structural materials such as concrete or reinforced masonry, core-bore comers to receive termination of saw-cut. Do not overlap cuts or extend cut beyond the limit of the mtended opening. E. Remove material in easily handled units. F. Layout cuts and prepare opemngs consistent with good installation practices. Plan for use of entire masonry units, full boards, or other whole components to facilitate restoration according to natural or customary joint lines. G. Remove unsuitable material not marked for salvage, such as rotted wood, rusted metals, and deteriorated masonry and concrete; replace matenals as specified for finished Work. H. Remove debris and abandoned items from area and from concealed :;pac..s. 1. Prepare surfaces and remove surface tImshes to provide for proper insth1!~tiun of new Work and new fimshes. J. Close openmgs in exterior surfaces to protect existing work and salvage items from weather and extremes of temperature and humidity. Insulate ductwork and piping to prevent condensation in exposed areas. PERFORMANCE A. Execute fitting and adjustment of products to provide fmished installation to comply with specified tolerances and fmishes. B. Execute cutting by methods which will prevent damage to other work, and will provide proper surfaces to receIve installation of repairs and new work. C. Restore work which has been cut or removed. Install new products to provide completed work in accord WIth Contract requirements. 1. Coordinate work to expedite completion sequentially and to accommodate Owner occupancy. 2. Install products as specified in individual Sections. 3. Installation shall be complete in all respects, includmg operational mechanical, electrical, and related systems. D. Transitions 1. Where new work abuts or aligns with existing, make a smooth and even transition. Patched work shall match existing adjacent work in texture and appearance. 2. When finished surfaces are cut so that a smooth transition with new Work is not pOSSIble, terminate existing surface along a straight hne at a natural line of division and confer with ArchitectJEngmeer. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-36 Cutting and Patching 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I I E. Refinish entire surfaces as specified in mdividual Sections and as necessary to provide a uniform finish and texture over entire area. When finish cannot be matched, refmish entire surface to nearest comers, edges or mtersections with contrasting material. 1. Continuous surfaces: To nearest intersection(s). 2. Assembly: Entire refinishing. 3.04 REPAIR OF DAMAGED SURFACES A. Patch or replace portJ.ons of existing surf,!ces WhICh are damaged, lifted, discolored, or showing other imperfections. B. Repair substrate prior to patching finish. 3.05 CLEANING A. In addition to cleamng specified in Section 01710, clean owner-occupied areas of work daily. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 llI-37 Cutting and Patching 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01500 TEMPORARY FACILITIES AND CONTROLS PART I-GENERAL 1.01 WORK INCLUDED A. Temporary FacIlities B. Temporary Controls 1.02 TEMPORARY FACILITIES A. The Contractor shall arrange for, obtain, and pay for all temporary utilities necessary to complete the work except as stated otherwise in these Specifications. b. V'ility ConnectIOns I. Utilities are available on-site for temporary use by the Contractor during execution of the work of this Contract. 2. All utility hook-ups to be used by the Contractor are subject to approval by the Owner and shall be provided, maintained, and removed at the completion of the project by the Contractor. 3. Materials shall be new and be adequate in capacity for the required usage, must not create unsafe conditions, and shall not violate requirements of applicable codes and standards. 4. Provide connections to existing facilities, SIzed to provide the service required. 5. When temporary connections are removed, restore the existing utility services to their original condition except as indicated by the Contract Drawings. C. Water: The Owner shall permit access to water at existing locations and capacities for the Contractor. The Contractor shall provide whatever valves, fittings, and lines as necessary to distribute water. Make connections to existing facilities using back-flow protection. D. Electrical and lighting 1. The Contractor shall provide all temporary electric power necessary for his operations. The Owner shall provide the existing lighting. The Contractor shall provide supplementary lighting, if necessary. 2. The Owner's existing 110 volt convenience outlets are available for the Contractor's use. Cooperate with the Owner to identify circuits for construction activities. Verify grounding requirements. Verify that the capacity of the circuit will sustain the anticipated tool loads. Do not overload single outlets with multiple outlet taps. Use multiple cirCUIts or local overcurrent devices. 3. Provide artificial lighting for construction operations when natural or ambient light is not adequate for work. Light values shall be adequate for the task in progress. Maintain required illumination levels dunng critical procedures and installations. Provide supplemental light at hazards. a. Existing and permanent lighting may be used during construction. Maintain lighting and make routine repairs. Prior to substantial completIon, replace lamps WIth those of specified configuration, voltage, and color characteristics. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-38 Temporary Facilities and Controls II August 2003 Bid Set I I E. Drains, sumps and sewers: The Contractor shall not permit debns or other contaminants deleterious to the sewer system to be washed down drains within the building or otherwise discharged into the sewer system. Prior to the start of work, the Contractor shall inspect the condition of the drains, sumps and sump pumps in areas affected by the Contractor's work to deternnne that they are clean and in proper working order. The Owner's Representative shall be notified of any elements that are not working properly. During and at the completion of the project, the drains, sumps and sump pumps shall be in a similar condition and working order as observed in the initial inspection. I I I I F. The Contractor shall provide temporary fire protection as required by federal and local laws and ordmances. I G. The Contractor shall provide temporary ventilation as reqUIred to control dust and fumes in work areas. I H. Provide temporary heat and ventilation to maintain environmental conc1iti(mg ~~:-.ropnate to ihe phase of the Work. When eXlstmg heatmg plant is out 01 service, or unable to mahltain specified minimum conditions, provide auxiliary heat. Heat and ventilation shall be adequate for the installation of materials, and the protection of materials and fmishes from damage due to temperature or humidity. 1. Use only approved heating equipment listed specifically for application as a indoor heating appliance. 2. Do not use devices which produce open flame or smoke. Do not store fuels indoors or adjacent to occupied buildings. Maintain limited quantities of fuel. Store in listed, approved containers. 3. Hold required minimum temperatures continuously until next construction phase. Pay all costs of installatIOn, maintenance, operation, removal and for fuel consumed. 4. Do not operate permanent equipment or facilIties for temporary purposes without prior approval. Verify that installation is approved for operation, and that filters are in place. Provide and pay for operation, maintenance, and fuel consumed. The warranty date shall reflect the date of final acceptance rather than the "in service" date. I I I I I I I I 1.03 PROTECTION OF EXISTING FACILITIES A. Prior to the preconstruction conference, photograph existing conditions at the site and project area as stipulated in Section 01700. Note pre-existing damage to areas adjacent to Project Area, and areas which must be traversed to access the Work. Review existing conditions as well as proposed methods of temporary protection at preconstruction conference. I I I B. Provide barriers required to prevent public access to construction areas, to provide for Owner's use of site, and to protect existing facilities and adjacent properties from damage from construction operations. Where barriers or enclosures face Owner occupied areas, paint as directed by the Owner. 1. Maintain egress routes from Owner's operations. Where barriers are required along exit routes, construct to match fire rating of nearest fire separation assembly. If ratmg is not clear, conform to the requirements of a one-hour assembly: one layer of 5/8 inch type-X gypsum board attached to each side of wood or metal studs Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-39 Temporary Facihties and Controls 11 August 2003 Bid Set I I I extending from the floor, tight to the bottom of the floor structure above. Tape joints and seal perimeter. a. When attaching partitions, use protective pads at finishes or surfaces designated to remain. Use fasteners that will permit repairs to the contact surface. Repairs shall be indistinguishable from existing surface. Do not use powder driven fasteners unless approved on a case-by-case basis. Where acoustical separation is required, barrier shall conform to the requirements of a one-hour assembly. I 2. I c. Provide temporary, weather-tight closures where reasonably required to ensure adequate workmanship and protection from weather. Construct closures to maintain conditions for work, to allow for temporary heating, and to prevent entry of unauthorized persons. Provide doors with self-closing hardware and locks. I I D. Protect existing surfaces and finishes designated to remain. Provide covers, pads, and draping to resist Work related abuse. Tape or seal edges to eydude fugitive dust and grit. Restrain cover materials which may scrub or ahrade fipl!o;hes. Restore linisDPC: whl~l1l1avo:' been damaged or made unsightly. I I E. Identify and protect existing utilities. Confer with respective utility company when overhead lines or exposed connections are WIthin potential contact area of construction activities. Take necessary protective action as work of this Contract. I I F. Provide protection for landscape and grounds within and adjacent to Project Area. 1. Protect walkways and curbs where vehicles are expected to cross or park. Use planking or sheet matenals to evenly distribute loads from wheels and stabilizers. Take measures to prevent staining or chipping. Restore paving where damaged or made unsightly by construction activities. 2. Control water and site drainage. When altering discharge or drainage patterns, proVIde positive means of directing water to prevent nuisance as well as hazardous conditions. 3. Do not permit effluent produced as a result of construction activities to drain onto plantings, landscape features or into storm drains. 4. Protect trees, shrubs and plantings according to the likely hazard. In general, box tree trunks with framing lumber and plywood. Construct a "roof' or "tent" over trees or plantmgs to prevent damage from above. Provide canvas or poly covers to protect from over-spray. Prop-up or tie back branches which may interfere with construction activities. Proposed protection techmques shall be submitted for review. Proceed only according to approved methods. If protection requirements are not clear, confer with the Owner and proceed as directed. a. Certain specimen trees may require boxing at- or beyond the drip line. Confirm requirements at preconstruction conference. b. Do not use trees as construction aids. Do not restrain temporary braces or guy against trees. Pile material well beyond drip lines. 5. A void using lawns for parking, material storage, stockpiling debris, or discharging waste liquids. Restore lawn areas damaged by construction activities: a. Replace contaminated soIls. b. Regrade to original contour. c. Seed or sod to match adjacent undamaged area. d. Heal in plantings removed during construction as soon as feasible. I I I I I I I Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -40 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I I G. Protect installed Work from damage caused by constructIon operations. Limit traffic on finished surfaces. Carefully follow manufacturers' instructions and specified directives for curing periods, and post installation environmental conditions. H. Also refer to Section 00860 Special Conditions. 1.04 TRAFFIC MAINTENANCE AND CONTROLS A. Provide, erect, and maintain barricades and warning signs. Take all necessary precautions to ensure the safety of the public and the protection of the work and grounds. All signs and barricades, including their locations, must be approved in advance by the Owner's Representative. B. All adjacent walkways and roadways shall remain fully open to vehicular and pedestrian traffic at all times. The Owner's Repre~'::ntative shall make the [mal determination as to the reauired level of traffic control C. Provide barricades and covered walkways required for public rights-of-way and for public access to existing building. Where a public roadway/walkway adjoins project site in a manner which involves possibility that materials might be hoisted from roadway, across walkway and onto site, erect a substantial and structurally adequate protective bridge for passage of persons along walkway. Provide heavy scaffolding, waterproof heavy wood-plank type overhead deck, protective plywood enclosure walls, hand rails, barricades, warning signs, lights, safe and well-drained walkways, and similar provisions needed for adequate protection and safe passage. Maintain facility in a manner acceptable to Project Manager. Coordinate bridge with entrance gates and other facilities and obstructions. 1.05 SECURITY AND STORAGE FACILITIES A. The Contractor shall proVIde for the security of materials, supplies and equipment stored at the site. Material and equIpment shall not be stored in areas that continue to be used by the building. The Contractor may store equipment and materials in areas in which Contractor is working; otherwise they shall be removed from the site. B. All shipments shall be addressed to the Contractor and Contractor shall be responsible for their receipt, unloading, handling and storage at the site. The Owner's Representative will not accept deliveries on behalf of the Contractor or his Subcontractors or assume any responsibility for security of materials, equipment, or supplies delIvered to the site. C. Confine storage of materials to area designated by the Owner's Representative. D. Provide temporary sheds or other covered facilities for protection of materials from the weather. The number and size of structures shall be subject to Owner's Representative's approval. Locate structures to aVOId interference with work; relocate as required by progress of work. E. Remove structures and surplus stored materials at completion of work. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -41 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I F. Contractor must provide suitable storage for all combustible and flammable materials. Type and location of storage to be approved in advance by Owner's Representative. G. Storage sheds for tools, materials, and equipment shall be weather-tight, with heat and ventilation for Products requiring controlled conditIons. Sheds shall have adequate space for organized storage and access, and lighting for inspection of stored materials. H. Provide 8 foot high fence around storage area. Equip WIth vehicular and pedestrian gates with locks. Arrange locks on one personnel gate to accommodate Owner's padlock, and padlocks of other trades requiring after-hour access. Use commercial grade chain link fence or painted plywood. Do not use barbed wire or razor ribbon without specific approval. I. Project Security shall be reviewed at the preconstruction conference. An appropriate change order will be issued to reflect modifications to this Section. K. At preconstructIon cont-t;:rence. the Owner will cooperate in identifying ~rE>qs a"ajl~l-l~ f('T material and to:)l storage. These areas will be incorporated into the Project Area, and secured by the Contractor. L. Provide effective means of securing or disabling ladders, scaffold, staging or hoists where they may provide unauthorized access to roof area. M. Disable or remove material handling equipment. N. Maintain perimeter security. When It becomes necessary to prop open gates or doors which are normally locked, provide continuous supervision of area until doors or gates can be closed. 1.06 SPECIAL CONTROLS A. The Contractor shall provide all necessary equipment, labor, materials, and components required for the temporary relocation of mechanical/electrical equipment to allow for installation of the new roofing membrane systems or the raising of mechanical/electrical equipment as shown on the Drawings. 1. All temporary disconnection of all mechanical/electrical equipment shall be coordinated with the Owner. 2. No mechanical/electrical eqUIpment shall be disconnected for more than three (3) calendar days without advanced approval by the Owner's Representative. 3. Interim mechanical/electrical service shall be provided for any equipment that may be disconnected for more than three (3) calendar days. B. The Contractor shall restrict the use of and vent all objectionable or noxious vapors produced during the work such that normal building operatIOns are not disrupted. The Contractor shall assume full responSIbility for any and all health damage claims caused by noxious vapors produced during work operations. 1. All temporary closures of air intakes shall be coordinated with the Owner. 2. The Owner may request at any time that the Contractor provide temporary extensions to the existing air intakes to reduce the intake of objectIonable vapors. Port Angeles Fire StatIon Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -4 2 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I C. Noise control: The Contractor shall confine hours of operations to those required by the Owner's Representative and local laws and ordinances. NOIse levels shall be held to a minimum considering the nature of the work. Disruptions to normal building operations shall be minimized. No noise related work will be allowed prior to 7:00 a.m. Workers must be off the roofby 4:00 p.m. D. Dust control: The Contractor shall erect, as required, temporary enclosures of polyethylene or other suitable material around the area of work. All doors to the occupied portion of the building, stairways, mechanical and electrical equipment, and mechanical and electrical rooms shall be sealed with polyethylene. The Contractor shall provide for protection for his employees from dust according to OSHA and other environmental agencies having jurisdiction. E. Water control: The Contractor shall not permit water to run uncontrolled off of his work or be carried airborne off the site or onto vehicles and persons occupying part of the site. To prevent this, sUItable enclosures shall be proVIded if water or moisture exr.eed levels acceptable to the Owner. F. Lightning protection: The existing lightning protectIOn system shall remain in operation during all roofing repair work. Modifications to existing lightning protection system shall be perform m a manner that provides for normal operation of system in the event that lightning and/or rain should occur prior to completion of the repair work and provides watertIght seals for penetrations through the roof deck and new roofmg membrane system. G The Contractor shall maintain the watertightness of the building and roof areas during the removal of the existing membrane components and installation of the new roofing membrane systems. Damage to the bUIlding or interior components from water entry resulting from Contractor's work shall be repaired at no cost to the Owner. H. The Contractor shall mstitute the necessary measures to prevent/minimize dust, fumes, odors, debris or liquids from this project from entering non-construction areas of the building. This shall include but not be limited to: 1. Installation of partitions and sealants over all openings to the building. 2. Sealing and maintaining seals on all doors (overhead and swmg), equipment rooms, locker rooms, offices, ceiling and floor penetrations, etc. 3. Restricted use of open flames, hIghly volatIle solvents, or noxious chemicals. 4. Location of heating kettles, melters, or tankers shall be restricted from locations adjacent to aIr intakes, windows, and doorways. I. The Contractor shall be responsIble for mamtaining any means of egress required by governmg codes for the continued use of the facilIty. Enclosures, which limit the means of egress from the structure, shall have provisions for emergency egress through the partition. J. All internal combustion engines used m the Contractor's work and operating in a fixed locatIon while running shall have their exhaust directed away from this buIlding or any adjacent structures so as to prevent accumulation of fumes or carbon stains on the surfaces of the structure. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -43 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I I K. Disposal and Cleaning: 1. Keep project neat, orderly and in a safe condition at all times. Do not allow rubbish or debris to accumulate. Provide on-site containers for collectIOn of rubbish and debris and/or dispose of daily. 2. Wet down dry materials and rubbish to prevent blowing dust. 3. Dispose of all waste materials legally at public or private dumping areas. L. Hazards control: 1. Store propane, fuel oil, kerosene and other volatile or flammable matenals in covered and fireproof metal containers, and at locations as required by federal and local legal requirements, and as approved by the Owner's Representative. Remove such containers from the premises daily. 2. Prevent the accumulation of wastes that create hazardous conditions. 3. Provide adequate ventilation during the use of volatIle or noxious substances. M. The Contractor shall temporarily support or remoV!:' and replace any plumbing lines, electrical conduit or mechanIcal ducts that m~v Interfere WIth the work 1.07 FIELD OFFICE A. If Contractor elects to establish a field office for his own use, the SIze and location shall be subject to the approval of the Owner's Representative. B. Field office to be removed at completion of work. C. Office may be located in a room or partitioned area in existing building. Project Manager will identify avaIlable space. 1. Provide and maintain a clean table with a dustproof cover to store and review drawings and related project documents during the work day. Owner's Representative will assist Contractor in locating table in a locatIon convenient to project area. Do not block exits. Do not store Project Record Documents overnight. Avoid using table for lunch or coffee. 1.08 SANITARY FACILITIES A. Provide and maintain facilities in compliance with applicable local laws, codes, and ordinance. B. Location of portable facility to be approved in advance by Owner's Representative. C. Provide cool, potable water for construction personnel in locations convenient to work station. The Owner will furnish water at the Job site. D. Completely remove sanitary facilities at completion of work. 1.09 FIRE PREVENTION AND PROTECTION A. Take all necessary precautions to prevent fire during the construction. Provide adequate ventIlation during the use of volatile or noxious materials. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-44 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I B. Fire Protection Equipment: At a mimmum the Contractor shall provide at the job site, UL Class 2A, 2-1/2 gallon water type, store pressure extinguisher, and UL Class 10, Type 1, 15 pound B: C carbon dioxide extmguisher. C. Smoking shall be prohibited during operations where there are combustible/flammable matenals present. "NO SMOKING" signs shall be clearly posted in these areas. 1.10 CONSTRUCTION AIDS A. Provide lifting devices and qualified operators necessary for the efficient movement of matenals. Provide guys, bracing, and support independent of the building unless specifically reviewed and approved. B. Provide construction aids and equipment required by personnel and to facilitate execution of the Work. Scaffolds, staging, ladders, ramps, runways, platforms, railings, cranes, chutes and other such facilities and pquipment. C. Provide adequate lifting fa<.,illties for materials. Do not allow employees to ride hoists or material elevators which comply with requirements for materials only. Except as otherwise indicated, selection of type, size, and number of facilities for temporary use at project site is Contractor's option. 1.11 ACCESS ROADS A. The Project Manager shall designate existing roads for access to the Project Area. At the preconstruction conference discuss vehicular access requirements. Repair damage caused by contractors' equipment. Post signs or other warning devices where hazards maybe created by poor visibility or new traffic patterns. 1.12 SMOKING POLICY A. The Owner has instituted a "No Smoking Policy", within the existing building. Cooperate with the Owner and do not allow constructIon workers to smoke while in the building or other areas as designated by the Owner. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -4 5 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01600 GENERAL STANDARDS FOR MATERIAL AND WORKMANSHIP PART I-GENERAL 1.01 DESCRIPTION A. Related work specified elsewhere: 1. The Contract Documents are complementary. 2. Temporary facilities and controls are specified in Section 01500. 1.02 GENERAL STANDARDS APPLICABLE TO ALL SPECIFICATIONS SECTIONS A. These provisions, standards, and tolerances shall apply to all work under this Contract. \Vhere stricter standards and tolerances are specified elsewhere in these Specifications or in references specified in these Specifications, they shall take prpC'eciencp {lVp!, the"p stmtl':!rr!s and tolerances. B. Ship and receive products in unopened factory containers. Inspect for damage and verify quantities. 1. Store as directed by the manufacturer, with labels clearly visible for inspection. Maintain adequate lighting levels for inspection and inventory in storage areas. Maintain required environmental conditions. 2. Where exterior storage is permitted by the manufacturer, cover with tarpaulms or similar woven, breath-able material. Do not use polyethylene, or covers that may trap or promote condensation. 3. Material may be rejected if, in the opinion of the Architect, that material is affected by improper storage or handling such that the aesthetic or functional characteristics are affected. C. Build and install parts of the Work level, plumb, square, and in correct position unless specifically shown or specified otherwise. 1. No part shall be out of plumb, level, square, or correct position so much as to impair the proper functioning of the part or the Work as judged by the Architect. 2. No part shall be out of plumb, level, square, or correct positIon so much as to impair the aesthetic effect of the part or the Work as judged by the Arclutect. D. Make joints tight and neat. Provide uniform joints in exposed work. Arrange joints to achieve the best visual effect. Refer choices of questionable visual effect to the Architect. E. Under potentially damp conditions, prOVIde galvanic insulation between dIfferent metals which are not adjacent on the galvanic scale. F. Manufacturers, subcontractors, and workmen shall be experienced and skillful in performing the work assigned to them. G. All paint used on all products shall conform to ANSI. Z66.1, Specifications for Paints and Coatings Accessible to Children to Minimize Dry Film Toxicity. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-46 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I H. All warranties, guarantees, and service maintenance agreements shall commence on the date of Substantial Completion of the Work or of the item being guaranteed, whichever is later, so that Owner receives full use of the item for the guarantee or warranty period. I. The Drawings do not attempt to show every item of existing work to be demolished and every item of repair required to existing surfaces. Perform work required to remove existing materials which are not to be saved and to restore existing surfaces to condition equivalent to new as judged by Architect. If possIble, repairs shall be indistinguishable from adjacent sound surfaces. Where it is impossible to achieve repairs which are mdistinguishable from adjacent sound surfaces to remain, notify Architect, and proceed accordmg to his mstructions. J. All materials and equipment shall comply with the Occupational Safety and Health Act, including all amendments. 1.03 REFERENCE STANDARDS ~-;5~~ _ - _ ~-"r"- A. Unless date is lIsted, reference to specifications and standards shall mean latest editioilof- such specifications and standards published at Contract bid date (2:00 pm, September 8, 2003- unless modified by contract addendum), with all applicable amendments. B. Reference to technical societies and organizations is made in the Project Manual according to abbreviations found in the "Encyclopedia of Associations" published by Gale Research Co. available in large libraries. PART 2 - PRODUCTS 2.01 PRODUCT LIST A. Within seven (7) calendar days after the date established in the Notice to Proceed, submIt the complete list of major products proposed for use, with name of manufacturer, trade name, and model number of each product. 2.02 PRODUCT OPTIONS A. Refer to Specification Section 01630. 2.03 SUBSTITUTIONS A. Refer to Specification Section 01630. 2.04 PRODUCT REQUIREMENTS A. Products include material, equipment, and systems. Where accessories are reqUIred in order to install parts of the Work in usable form, provide such accessories. B. Components required to be supplied in quantity within a Specification section shall be the same, and shall be interchangeable. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -47 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Do not use materials and equipment which are salvage, except as specifically reqUired by the Contract. D. Adjust and operate all items of equipment, leaving them fully ready for use. E. All fasteners used by all trades on the exterior and where dampness and corrosion can reasonably be anticipated shall be corrosion reSIstant or as specified on the Drawings or elsewhere in the Project Manual. Ifnot specifically Identified, the following shall apply: 1. Exposed fasteners used for unpainted exterior wood siding and trim shall be stainless steel. Fasteners for other carpentry on the exterior or in potentially damp locations shall be stainless steel, alummum, or double hot dip galvanized steel. Fasteners for copper, brass, and bronze in all locations and under all conditions shall be copper, brass, or bronze. Fasteners for stainless steel shall be stainless steel. Fasteners for aluminum shall be stainless steel or aluminum where exposec to view and stainless steel. aluminum._or dOlJble hot rli!, ga]v:mizen l'tf>pl wn,:,Tc'not exposed:~..::-,.' to view. Fasteners for ferrous metals shall be galvanized or stainless steel. Fasteners for other materials on the exterior, embedded in exterior walls, at the roof, and other places where dampness and corrOSIon can reasonably be anticIpated shall be one of the types specified above. If corrosion-resistant fasteners are not available, notify Architect. Architect will direct alternative protection. 2. 3. 4. 5. ~- ~ ~ .......... - ~ ~.:.-...:..:...::--y':. -:'''''-~ -- "':. 6. 7. 8. PART 3 - EXECUTION 3.01 GENERAL WORK TO BE PERFORMED AS PART OF GENERAL CONSTRUCTION A. Verify cntical dimenSIOns m the field before fabricating or ordering items whIch must fit adjoining construction. Notify the Architect if unanticipated variations are discovered. B. Apply protective finish to parts of the work before concealing parts. 1. Paint other concealed materials and products with same primer and finish specified for exposed surfaces. If concealed materials are fully covered, pnmer alone is sufficient unless specified otherwise. 2. Concealed products which are already corrOSIon protected need not be protected further unless specified otherwise. C. Seal cracks and openings to make exterior skin of building tight to water and air entry at locations of work covered by the Drawings and Project Manual. If methods of doing so are not specified, notify Architect, and proceed as directed by ArchItectJEngineer. D. Seal penetrations through rated floors, roofs, or walls to maintain required rating. If ratmg of construction is not clear, or methods of doing so are not specified, notify Architect, and proceed as directed by Architect/Engineer. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-48 Temporary Facilities and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I E. Provide adequate blocking, bracing, nailers, fastenmgs, and other supports to install parts of the Work securely. Installed parts shall be able to withstand 2-112 times the maximum anticipated load as estimated by Architect. F. Check drawings for requirements for bases, pads, and other supporting structures. Provide such supporting structures. If removal of existing equipment is indicated, remove supporting structures associated with removed equipment and patch remaining surfaces. G. Follow manufacturers' instructions for assembling, mstalling, and adjusting products. Where manufacturers' instructions conflIct with Contract, request interpretations from Architect and follow ArchitectJEngineer's interpretations. H. As part of one-year warranty, repair cracks and other damage which occur as a result of settlement and shrinkage during the first year after substantial completion. This requIrement does not include cracks and other damage which are due to abuse of the Project or abnormal faults which result from in,adequate d~<;ign. - - -~- -- --- F...~- _ _-10 __.".~___"'_.".- ,- - . END OF SECTION Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -49 Temporary Facihties and Controls 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01630 SUBSTITUTIONS AND PRODUCT OPTIONS PART 1 - GENERAL 1.01 RELATED WORK A. Section 01300 - Project Data and Samples 1.02 PRODUCTS LIST A. Within seven (7) calendar days after date of Notice to Proceed, submit to ArchitectlEngineer three copies of a complete list of all products which are proposed for installation and one copy to Owner's Representative. B. Tabulate list by each St>ecificaTlQn sectIon. ~ . C. For products specified under reference standards, include with listing of each product: 1. Name and address of manufacturer 2. Trade name 3. Model or catalog designation 4. Manufacturer's data a. Performance and test data b. Reference standards 5. Material Safety Data Sheets for all chemicals to be used. 1.03 CONTRACTOR'S OPTIONS A. For products specified by naming only one product and manufacturer, there is no option, and no substItution will be allowed. B. For products specified only by reference standards, select any product meeting standards, by any manufacturer. C. For products specified by naming several products or manufacturers, select any of the products and manufacturer's listed (only). D. For products specified by naming one or more products, but indicating the option of selecting equivalent products by stating "or approved equal" after specified product, if the Contractor selects a product which is not specified by name, and which meets the requirements of the Specifications, It shall meet the requirements for substitutions as described in this section. 1.04 SUBSTITUTIONS A. No requests for product substitutions will be considered prior to the bid opening. The base bid must be based upon the use of the matenals specified herein. Formal written requests for product substItutions must be submitted by the Contractor who is selected to perform the work, no later than 7 calendar days following the Notice to Proceed. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-50 Substitutions and Product Options 11 August 2003 BId Set I I I I I I I I I I I I I I I I I I I B. Architect/Engineer will act upon formal requests received from the Contractor for substitution of products in place of those specified within 7 calendar days of receipt of the formal written request proVIded all required information is submitted with the substitution request. C. Submit five copies of the request for substitution. Include in the request: 1. Complete data substantiating compliance of the proposed substitution with the Contract Documents. 2. For products: a. Product identification, including manufacturer's name and address b. Manufacturer's literature (1) Product description (2) Performance and test data (3) Reference standards c/...::Samples -_0--- -__ d. :'Tame and address ot siIDllar projects on which product was used, and date of installation. 3. For constructiOn methods: a. Detailed description of proposed method b. Drawings illustrating methods 4. Itemized comparison of the proposed substitution with the product or method specified. 5. Data relating to changes in construction schedule 6. Accurate cost data on the proposed substitution in comparison with the product or method specified. D. In making a request for substitution, Bidder/Contractor represents: 1. He has personally investigated the proposed product or method, and has determined that it IS equal or superior in all respects to that specified. 2. He will provide the same guarantee for the substitution as for the product or method specified. 3. He will coordinate the installation of the accepted substitution into the work, making such changes as may be required for the work to be complete in all respects. 4. He waives all claims for additional costs related to the substitution which consequently become apparent. 5. The cost data IS complete and mcludes all related costs under his Contract, but excludes: a. Costs under separate contracts b. Archltect/Engineer's re-design E. Substitutions will not be considered if: 1. They are indicated or implied on shop Drawings or project data submittals without a formal request submitted in accordance with this section. 2. Acceptance will require a substantial reVISIon ofthe Contract as determined by the Owner. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-51 Substitutions and Product Options 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01700 'PROJECT CLOSEOUT PART 1 - GENERAL 1.01 DEFINITION A. Closeout is defmed to include general requirements near the end of Contract Time, in preparation for final acceptance, final payment, normal termination of contract, occupancy by Owner and sirmlar actions evidencing completion of the work. Specific requirements for individual units of work are specified in sections of Division 2 through 15. Time of closeout is directly related to "Substantial Completion", and therefore may be either a single time period for the entire Work, or a series of time periods for individual parts of the Work which have been certified as substantially complete at different dates. That time variation (if any) shall be apphcable to other p~ovisions of this section. .$ -~ ~ "-- '-~ ---, - ~ ~ . 1.02 CLEANlNG A. Products: Use cleaning materials recommended by manufacturer of surface to be cleaned and follow directIons on container. B. Exterior Cleaning: Sweep paved surfaces; rake other surfaces or grounds. Clean building surfaces with recommended products. C. Final Cleaning: Remove all tools, equipment, surplus materials, and rubbish. Repair marred surfaces and remove grease, dirt, stains, foreign materials, fingerprints, and labels from exterior finished surfaces. At time of final inspection, project shall be thoroughly clean and ready for occupancy. 1.03 PROJECT RECORD DRAWINGS A. Using colored ink, make changes on a set of clean prints of original tracings. Indicate all changes and revisions to the original design which affect the permanent structures and will exist m the completed work. Reference underground utilities to semi-permanent or permanent phYSIcal objects. Reference water, sewer, telephone, and electric lines to corners of building. B. Keep record drawings current. Inspection will be made bi-weekly. Certification of accuracy and completeness will be required on monthly submitted payment requisitions. C. Record copies are defmed to include those documents or copies relating directly to performance of the work, which Contractor IS required to prepare or maintain for Owner's records, recording the work as actually performed. In particular, record copies show changes in the work in relation to the way in which shown and specified by onginal contract documents; and show additional information of value to Owner's records, but not indicated by original contract documents. Record documents include newly-prepared drawings (if any are specified), marked-up copies of contract drawings and shop drawings, marked-up copies of specifications, addenda and change orders, marked-up product data submittals, record samples, field records for variable and concealed conditions such as Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 111..:52 Proj ect Closeout 11 August 2003 BId Set I I I I I I I I I I I I I I I I I I I excavation and foundations, field test reports, Inspection Certificates, Manufacturer's Certificates, and miscellaneous record information on work which is otherwise recorded only schematically or not at all. Label each record document "PROJECT RECORD" in one (1) inch high printed letters. D. Maintain documents in clean, dry, legible condition and do not use record documents for constructIon purposes. Store documents in files and on racks in temporary field office. Keep separate from those used for construction. E. Record documents shall be available at all times for inspection by Architect and Owner. F. Keep documents current; do not permanently conceal any work until required information has been recorded on the documents. G. At Contract closeout, submit documents with transmittal letter containing date, Project title, Contractor's name and address, list of document.;, and signature of Contractor. i .04 RECORD DRAWINGS A. During progress of work maintain two (2) sets of contract drawings, shop drawings, and any special drawings with mark-up of actual installation which vary substantially from the work as originally shown. Architect will provide one set of Mylar sepias and one set of prints for contractor's use. B. Mark whatever drawing is most capable of showing actual physical condition, fully and accurately. C. When shop drawings are marked-up, mark cross-reference on contract drawings at corresponding location. D. Mark with erasable color pencil, using separate colors where feasible to distinguish between changes for different categories of work at same general location. E. Mark-up important additional information which was either shown schematically or omitted from original drawings. Give particular attention to information on work concealed, which would be difficult to identify or measure and record at a later date. F. Note alternative numbers, change order numbers and similar identification. G. Require each person preparing mark-up to initial and date mark-up. 1.05 RECORD SPECIFICATION A. During progress of the work, maintain two (2) copies of specifications, including addenda, change orders and similar modifications issued in printed form during construction, and mark-up variations (of substance) in actual work in comparison with text of specifications and modifications as Issued. Give particular attention to substitutions, selection of options, and similar information on work where it is concealed or cannot otherwise be readily discerned at a later date by direct observation. Note related record drawing information and product data, where applicable. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-53 Project Closeout 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 1.06 RECORD MANUFACTURER'S PRODUCT DATA A. During progress of the work, maintain one copy of each product data submittal, and mark-up significant variations in the actual work comparison with submitted information. Include both vanations in product as delivered to site, and variations from manufacturer's instructions and recommendations for installation. Give particular attention to concealed products and portions of the work which cannot otherwise be readily discerned at a later date by direct observations. B. Note related change orders and mark-up of record drawings and specifications. 1.07 RECORD SAMPLES A. Immediately prior to date( s) of substantial completion, Architect (and including Owner's personnel where desired) will meet with Contractor at site, and will determine which (if any) of submitted samples maintamed by Contractor dunng progress of the work are to be transmitted to Owner, for record purposes. ' B. Comply with Architect's instructions for packaging, identification marking, and delivery to Owner's sample storage space. C. Dispose of the samples in manner specified for disposal of surplus and waste materials, unless otherwise indicated or directed by Architect. 1.08 OPERATION AND MAINTENANCE DATA A. Provide data for: 1. Products specified in individual Specification Sections. B. Submit two sets prior to final inspection, bound in 8-1/2 x 11 inch three-ring side binders with durable plastic covers. C. Provide a separate volume for each system, with a table of contents and index tabs for each volume. D. Part 1: Directory, listing names, addresses, and telephone numbers of: Architect and Contractor. E. Part 2: Operation and maintenance instructions, arranged by Specification Division. For each Specification Division, give names, addresses, and telephone numbers of Subcontractors and suppliers. List: 1. Appropriate design criteria. 2. Ltst of equipment. 3. Parts list. 4. Operating instructIons. 5. Maintenance instructions, equipment. 6. Maintenance instructions, fmishes. 7. Shop drawings and product data. 8. Warranties. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-54 Project Closeout 11 August 2003 BId Set I I I F. Arrange for each installer of work requiring contmuing maint~nance or operation, to meet with Owner's personnel, at project site, to provide basic instructions needed for proper operation and maintenance of entire work. Include instructions by manufacturer's representatives where installer are not expert in the required procedures. Review maintenance manuals, record documentation, tools, spare parts and materials, lubricants, fuels, identification system, control sequences, hazards, cleaning and similar procedures and facilities. For operational equipment, demonstration start-up, shut-down, emergency operations, noise and vibration adjustments, safety economy/efficiency adjustments, and SImilar operations. Review maintenance and operations in relations with applicable warranties, agreements to maintain bonds, and similar continuing commitments. I I I 1.09 PREREQUISITES TO SUBSTANTIAL COMPLETION I I I A. In additlOn to the requirements of the General Conditions for certification of Substantial Completion, (for either the entire Work or for agreed portions of the Work), complete the following, and list known exceptions m request: -.1... .:.-. ;~omplcte.personnel training for equi?ment or systems :which requiTe sUl~h trn1n;ng.l'l~ - a condItion of warranty. 2. Submit test logs, certificates or minutes of System Start-ups or other fmal tests required to be witnessed by the Architect or authorities having jurisdiction. 3. Submit Manuals or maintenance data for Work under warrantee at Substantial Completion. 1.10 PREREQUISITES TO FINAL ACCEPTANCE I I I I I I I I I I A. In addItion to the requirements of the General Conditions, and prior to requesting Architect's fmal inspection for certification of final acceptance and final payment, as required by General Conditions, complete the following and list known exceptions (if any) m request: 1. Submit certified copy of Architect's final punch-list of itemized work to be completed or corrected, statIng that each item has been completed or otherwise resolved for acceptance. 2. Submit record drawings, maintenance manuals, fma1 project photographs, specific warranties, workmanship/maintenance bonds, maintenance agreements, fmal certifications and similar record documents as specified herein. 3. Complete final clean-up requirements as specified herein, including touch-up of marred surfaces. 4. Dehver tools, spare parts, extra stocks of materials, and similar physical items to Owner. 5. Make final change-over oflocks and transmit keys to Owner, and advise Owner's personnel to change-over in security provisions. 6. Complete start-up testmg of systems, and instructions of Owner's operating/maintenance personnel. Discontinue (or change-over) and remove from project site temporary facilities and services, along with construction tools and facilities, mock-ups and SImIlar elements. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-55 Project Closeout 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I ",T~___"~ -..~:.: ~o::.-~ 1.11 SUBSTANTIAL COMPLETION AND FINAL INSPECTION A. Submit written certification that project, or designated portion of project, is substantially complete and request, in writing, a [mal inspection. 1. Should Architect/Engineer determine that the work is substantially complete, it will prepare a punch list of deficienCIes that need to be corrected before final acceptance, and issue a notice of substantial completion with the deficiencies noted. 2. Should Architect/Engineer determine that the work is not substantially complete, it will immediately notify Contractor, in writing, stating reason. After Contractor completes work, it shall resubmit certification and request for final inspection. B. Within ten (10) calendar days following receipt of Contractor's request for substantial completion inspection, the Architect will either proceed with inspection or advise Contractor of prerequisites not fulfilled. c. Following inItial inspection, the Architect will either authorize Certificate of Sub!'t2Iltial Completion, or advise Contractor of Work that must hf" perfmmen priQf t() l"!,",ance of'-:~:<!.':.' certiticate; and repeat Inspection when requested and assured that work has been h__~"'~ "T~ substantially complete. Results of completed inspection will form initial "punch-list" for [mal acceptance. D. The Architect will authorize the Certificate of Substantial Completion, AIA G704, complete with sIgnatures of Owner and Contractor, accompanied by Contractor's list of items to be completed or corrected, as venfied and amended by Architect. E. Complete work listed for completion or correction, within designated time. F. Complete work, and send second written notice to Architect certifying that Project, or designated portion of Project, is substantially complete. G. Architect will reinspect work. 1.12 ACCEPTANCE OF THE WORK A. After all deficiencies have been corrected, a Letter of Final Acceptance will be issued. If only designated portIOns of the project have been inspected, a Letter of Partial Acceptance wIll be issued for that portion of the work. B. Acceptance may be given prior to correction of deficiencies which do not preclude operation or use of the facility; however, final payment will be withheld until all deficiencies are corrected. C. Until receipt of Letter of Final Acceptance, Contractor shall be responsible for the work of this Contract. D. Within ten (10) calendar days following receIpt of contractor's notice that the work has been completed, mcluding "punch lIst" items from earlier inspections, Architect will reinspect the work. Upon completion of reinspection, Architect/Engineer will either notify Contractor in writing of work not completed or obligations not fulfilled as required for final Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Project Closeout 11 August 2003 Bid Set III-56 I I I I I I ::1:-. I I I I I I I I I I I I acceptance of request Contractor submit evidence of payments, release of liens and final application for payment as an indication of fmal acceptance. E. Contractor shall take immediate steps to remedy the stated deficiencies, and send second written notice to Architect certifying that work is complete and Architect will reinspect work. F. Should Architect be required to perform second inspections because of failure to work to comply with onginal certifications of Contractor, Owner will compensate Architect for additional services, and deduct amount paid from final payment to Contractor. 1.13 CLOSEOUT SUBMITTALS: Submit before fmal payment request. A. Project Record Drawings: As specified above. B. Guarantee and Bonds: As specIfied in individual sections. ,-- - - ~~. - .:: ~~ - --'-- ----- - -~ ~--.":.-------- ""'--.. ,,,"" - ~- - 1.14 EVIDENCE OF PAYMENTS AND RELEASE OF LIENS A. The Contractor shall submit the followmg documents as evidence of payments and release of liens with the final application for payment: 1. Contractor's Affidavit of Payment of Debts and Claims: AIA G706. 2. Contractor's Affidavit of Release of Liens: AIA G706A, with: 3. Contractor's release or waiver of liens. 4. Separate releases of waivers of hens for Subcontractors, suppliers, and others with lien rights against property of Owner, together with list of those parties. 5. Consent of Surety to Final Payment: AIA G707. B. All submittals shall be duly executed before delivery to ArchItect 1.15 FINAL APPLICATION FOR PAYMENT A. Contractor shall submit final application in accordance With requirements of General and Supplementary Conditions and as hereinbefore specified. 1.16 FINAL CERTIFICATE FOR PAYMENT A. Architect will issue final certificate in accordance with provisions of General Conditions. B. Should final completion be materially delayed through no fault of Contractor, Architect may issue a Semi-Final Certificate of Payment, in accordance with provisions of General Conditions. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-57 Project Closeout 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 1.17 POST-CONSTRUCTION INSPECTION A. Prior to expiration of one year from date of final acceptance, ArchitectJEngineer will inspect project to determine whether corrective work is required. Contractor will be notified in writing of all deficiencies. In accordance with term of the General Provisions, corrective work must start on noted deficiencies within 10 calendar days of receipt of notification to Contractor. B. Architect will promptly notify Contractor, in writing, of any observed deficiencies. PART 2 - PRODUCTS Not Used PART 3 - EXECUTION Not Used END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-58 Project Closeout 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01710 CLEANING PART 1 - GENERAL 1.01 WORK INCLUDED A. Maintain premises free from accumulations of waste, debris, and rubbish, caused by operations. B. At completion of work, remove waste materials, rubbish, tools, equipment, machinery and surplus materials, and clean all sight-exposed surfaces, leave project clean, in a condition equivalent to or better than that prior to Contractor's mobilization on the site. 1.02 RELATED WORK 1\.- - Section 01010 - Summary of Work B. Section 01500 - Temporary Facilities and Controls C. Cleaning for specific products or work - Specification section for that work. 1.03 SAFETY REQUIREMENTS A. Hazards Controls: 1. Store volatile wastes in covered and fireproof metal containers and remove from premises dally. 2. Prevent accumulation of wastes that create hazardous conditions. 3. Provide adequate ventilation during the use of volatile or noxious substances. 4. Provide Material Safety Data Sheets for all products used. B. Conduct cleaning and disposal operations to comply with local ordinances and anti- pollution laws. 1. Do not dispose of volatile wastes such as mmeral spirits, oil paint thinner in storm and/or sanitary drains. 2. Do not dispose of wastes into samtary sewers, streams or waterways. PART 2 - PRODUCTS 2.01 MATERIALS A. Use cleaning materials only on surfaces recommended by cleaning material manufacturer. B. Repair of damage to any surfaces due to Improper cleaning methods or materials shall be performed by the Contractor, to the Owner's satisfaction, at no cost to the Owner. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 ITI-59 Cleaning 11 August 2003 Bid Set I I I I I I I_,~ __"' -~ ~ ,""-~'r::'.-._ ~ I I I I I I I I I I I I PART 3 - EXECUTION 3.01 DURING CONSTRUCTION A. Execute cleaning at the end of every workday to ensure that areas adjacent to work areas are maintained free from accumulations of waste materials and rubbish. This specifically includes roofing debris. B. Remove waste materials, other debris, and rubbish from site and legally dispose of at public or private dumping areas off Owner's property, at least on a weekly basis. 3.02 FlNAL CLEANING A. Utilize experienced workmen, or professional cleaners, for final cleaning at the closeout of the proj ect. B. In preparation of final completion. conduct a final msnectton of <:1 I!ht ;exposed extenor surfaces. . C. Repair, patch, and touch-up marred surfaces to the original finish and profile, to match adjacent existing surfaces. D. Remove debris from drains and check that drains are operable. E. Specific requirements for mdividual units of work are specified in sections of Division 2 through 15 respectively. Employ experienced workmen, or professional cleaners, for tinal cleaning of the work, at time indIcated, consisting of cleaning each surface or unit of work to normal"clean" condition expected for a first-class building cleaning and maintenance' program. Company with manufacturer's instructions for cleaning operations. F. Execute final cleaning prior to final inspection. G. Remove labels which are not required as permanent labels. H. Clean transparent materials, including mirrors and window/door glass, to a polished condition, removing substances which are noticeable as vision-obscuring materials. Replace broken glass. I. Clean exposed exterior and interior hard-surfaced finishes, including metals, masonry, stone, concrete, painted surfaces, plastics, tile, wood, special coatings, and similar surfaces, to a dirt-free condition, free of dust, stains, films and SImilar noticeable distracting substances. Except as otherwise indicated; avoid disturbance of natural weathering of exterior surfaces. Restore reflecttve surfaces to original reflective condition. J. Wipe surface of mechanical equipment clean, including elevator equipment and simtlar equipment in addition to that specified in DiVIsion 15; remove excess lubncation and other substances. K. Remove debris and surface dust from limited access spaces including roofs, plenums, shafts, trenches, equipment vaults, manholes, attics and similar spaces. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 Cleaning 11 August 2003 Bid Set III -60 I I I I I I I I I I I I I I I I I I I L. Clean concrete floors broom clean. M. Vacuum clean carpeted surfaces and smIilar soft surfaces. N. Clean plumbing fixtures to a sanitary condItIon, free of stains including those resulting from water exposure. O. Clean ducts, blowers and coils, if air conditioning units were operated without filters during construction. P. Replace air conditIoning filters if units were operated during construction. Q. Clean light fixtures and lamps so as to function with full efficiency. R. Clean project site (yard and grounds), including landscape, development areas, oflitter and foreign substances. Sweep oaved areas to a h:Qom-clean condition: remove <;t::llT1<;, petro-chemical SpinS and other foreign deposits R~kc grounds which are neither planted nor paved, to a smooth, even-textured surface. S. No burning or disposal of rubbish at the jobsite will be pernIitted. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-61 Cleaning 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 01740 WARRANTIES PART 1 - GENERAL 1.01 RELATED REQUIREMENTS SPECIFIED ELSEWHERE: A. Section 01010 - Summary of Work B. All Technical Specification Sections referred to below. 1.02 WARRANTIES A. The completed application of the new roofing membrane system (including msulation) shall be guaranteed by the Contractor against defects in material and application, for a period of two (2) ve~T<; frl:lm-the-col1)pleti~n ofthf' application as noted in Specitkatiol1 Section 07550. The Mem'ur.mdvIanufacturer shall prOVIde a "No Dollar Limit," non- prorated roofing system warranty covering defects in material and application for a period of twenty years (20) from the completion of the application as noted in Specification Section 07550. B. The completed metal wall panel and sheet metal work shall be guaranteed by the Contractor against defects in material and in application, for a period of two (2) years from the completIon of the application and as noted in Specification Section 07600. The finish on factory coated sheet metal items shall be provided by the manufacturer for a period of twenty (20) years and as noted m Specification Section 07600. C. Joint sealant shall be guaranteed to be free offaults and defects for one (1) year. The warranty shall be signed by the Contractor, Subcontractor, and the manufacturer. D. All other Contractor work related to project shall be free of defects in workmanship and materials for a period of one (1) year after final completion of work. E. Provide duplicate, notarized copies. Execute Contractor's submittals and assemble documents executed by Subcontractors, suppliers, and manufacturers. Provide table of contents and assemble in binder with durable plastic cover. F. Submit material prior to fmal applicatIOn for payment. For equipment put into use with Owner's permission during construction, submit within ten (10) calendar days after first operation. For items of Work delayed materially beyond date of Substantial Completion, provide updated submittal within ten calendar days after acceptance, listing date of acceptance as start of warranty period. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -62 Warranties 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 1.03 QUALITY CONfROL A. Quality Control will be the responsibility of the Contractor. Training of workmen, controlling material quality and mix proportions and monitoring application techniques shall be done by the Contractor. These guarantees reflect the Contractor's control over and responsibility for quality workmanship. END OF SECTION r.< .!:-=~-=---~::::~~ ::~~:- .--~-- Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 llI-63 Warranties 11 August 2003 Bid Set I I I I I I "I;: .- I I I I I I I I I I I I SECTION 02220 SELECTNE DEMOLITION PART I: GENERAL 1.01 DESCRIPTION A. The work for this project consists of furnishing all items, materials, operations or methods listed, mentioned, mdicated or scheduled in these Specifications, including all labor, materials, equipment transportation and incidentals necessary and required to perform the Work and to bring the project to completion. Contractor shall coordinate the work with other trades. B. The work shall include, but is not limited to the following: I. Removal of all existing roofing membrane materials. 2. Removal of existing base flashing membrane and related materials. 3. Removal of existing metal coping, counterflashin~. and Tf>!at~d'mateFials';_ H 4. Removal of deteriorated wood deckmg 5. Removal of existing scuppers, conductor heads, and downspouts 6. Removal of existing skylights 7. Removal of remaming gypsum ceiling in Apparatus Bay 8. Removal of batt insulation and vapor retarder above suspended ceilings in upper level kitchen and lower level offices. 1.02 RELATED WORK A. Section 01010 - Summary of Work B. Section 07550 - Modified Bituminous Sheet Roofmg C. Section 07600 - Flashing and Sheet Metal D. Section 07700 - Roofing Specialties and Accessories 1.03 QUALITY ASSURANCE A. All demolition work shall conform to codes and requirements of govermng authority. B. Contractor shall obtain and pay for all permits for demolitIon; protection of the public and property; transportation, disposal of removed Items and debris. C. The Contractor shall issue a written certification to the Owner's Representative that all materials have been removed, handled, transported and disposed of m conformance with the requirements and codes of the govemmg authorities. 1.04 SUBMITTALS A. Contractor shall submit to the Owner the following: I. Permits and notices authorizing demolition. 2. Permit for transport and disposal of debris. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -64 Selective Demolition II August 2003 Bid Set I I I 3. Demolition schedule indicatmg sequence of demolition and removal operation. 1.05 JOB CONDITIONS I I A. Building will be occupied during the work. Contractor shall ensure the safety of occupants in the buildings, the safety of persons around the areas of demolition and the professional working environment including privacy of occupants. Contractor shall conduct operations to prevent injury to people, the Owner's property and adjacent facilities. B. The Owner and the Architect/Engineer assumes no responsibility for the actual condition of existing construction to be removed. I C. Remove from the building sites on a daily basis and legally dispose of debris, rubbish and other matenals resulting from demolition operations, except items designated to store on the site, and dispose of off site. I I D. .Remqve and dispose of all existing conl'tr:uct10n"and:J!lstallations necessary l:lnd rl"'~l1ired f(lr pruper installation of all work mdicated on the Drawings and in these SpecificatIOns. Conduct all removals carefully with consideration for all installations that are to remain in place. Be fully responsible for all damage caused by removal operations. Protect walls and structure to prevent damage or spillage at time of removal of existing materials and during application of new materials. I I I E. Remove and dispose of the existing roofing system, metal work, scuppers, conductors, and downspouts, and other removed materials from the roof areas shall be performed using sealed containers. F. Provide temporary protection of existing construction from the weather until the portions removed are completely replaced with new construction. Any damage to existing facilities or finishes resulting from inadequate protection procedures shall be repaired at no cost to the Owner. I I I I G. Promptly repair any damage caused by demolition operations to the existing construction at no cost to the Owner. Repairs must, as a minimum standard, restore the condition which existed prior to the start of demolition and shall be as approved by Owner's Representative and the Architect/Engineer. H. Maintain premises and adjacent properties free of waste, debris and rubbish caused by demolition operations. I 1. Utility Services: 1. Maintain existing services, keep in service, and protect against damage dunng demolition and removal operations. 2. Do not interrupt existing utilities servmg occupied or used facilities without prior notification to the Owner. 3. The Contractor shall provide all necessary equipment, labor, materials, and components required for the temporary relocation of mechanicallelectncal equipment to allow for installation of the new roofing membrane systems. I I I Port Angeles Fire Station Headquarters Roof Replacement and Deck RepalfS WJE No. 2001.3254 III-65 Selective Demolition 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I J. Storage of Materials: 1. Storage of any materials shall be only at locations and in amounts as directed and approved by the Owner's Representative. 2. There shall be no moving of any matenals on roof areas where new roofing msulation or roofing membrane materials have been installed. 3. No matenals shall be stored on roof structure. 4. Storage of materials shall comply with all manufacturer's restrictions including but not limited to ambient temperature constraints and shelflife. All materials shall be kept dry and free of moisture. K. Coordinate and prOVide access for ArchitectlEngineer and Industrial Hygienist for inspection at underside of roof deck areas where batt insulation and vapor retarder are removed. PART 2 - PRODUCTS Not Used ~~' ..==~=-:.- .":"'''':':!:: _ . ~~-..>~. -- PART 3 - EXECUTION 3.01 APPARATUS BAY GYPSUM CEILING REMOVAL A. Remove remaimng gypsum ceiling board in apparatus bay. B. Where gypsum ceiling board cannot be removed without removal of fixtures, or where Owner agrees portion of gypsum ceiling can remain, square-off and fimsh exposed edge WIth new rigid vinyl trim cap accessory. Submit for approval. C. Remove all staples, nails, string, wire, clips, fasteners and related components that were part of the existing ceiling assembly that was removed. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -66 Selective DemolItion 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 02805 SITE RESTORATION PART 1 - GENERAL 1.01 DESCRIPTION A. Repair and/or replace areas of the site damaged during demolition and construction operations mcludmg, but not limited to, landscape utilities, sidewalks, curbs, pavements and site furnishings and building components immediately after completion of all operations in that area. Repairs must, as a minimum standard, be equal to or exceed the condition which existed prior to the start of Work under this contract. 1.02 SUBMITTALS 6,.,-,The-Conga.ctor shall submit to the Owner's Representative)md A-rchitect/ErzginePT for ~ppTl)v?l t.1rree (3) copies of a statement detailing the restoratIon Work required. ">'"1lv-."".:;';":'- _L~; ~ _......-~ B. The statement shall as a minimum contain the following: 1. Description of Work 2. Location and quantity of Work 3. Materials and standard for workmanship 4. Schedule of operations C. Approval ofthis statement by the Owner's Representative and/or ArchitectJEngineer shall not constitute approval of methods or materials. 1.03 QUALITY ASSURANCE A. Qualifications: Contractor shall employ Subcontractors and/or tradesmen with a minimum of two (2) years experience m performing the Work required. PART 2 - PRODUCTS 2.01 UTILITIES A. All restoration of utility service shall be in full compliance with the requirements of the utility service provider. 2.02 PAVING AND SURFACING A. Replacement of all damaged paving, walks, curbs, and other surfacing on the site shall match the adjacent material to remain in color, shape and texture. 2.03 SITE FURNISHINGS A. All site furnishings damaged during construction operations shall be replaced in kind. Port Angeles FIfe Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-67 Site Restoration 11 August 2003 Bid Set I I I I I I 1__" /.':-- -, I 1 I I I I I I I I I I PART 3 - EXECUTION 3.01 PAVING AND SURFACING A. Means and methods for the installation of replacement pavings, walks, curbs and other surfacing shall be in accordance with local construction standards. END OF SECTION ~ - -...-0:-:'.:.:..;:. -=_..:... ~-:ii~~: -a"<.-" -~-~ Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 111-68 Site RestoratIOn 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 06100 ROUGH CARPENTRY PART I-GENERAL 1.01 SUMMARY A. The Contractor shall furnish all items, materials, operations or methods listed, mentioned, indicated or scheduled in these specIfications mcluding all labor, materials, equipment, transportation and incidentals necessary and required to perform the work and bring it to completion. Contractor shall furnish and install rough carpentry as shown on the Drawings and specified, herein, including but not limited to: 1. Roof deck sheathing 2. Miscellaneous wood blocking B. . Related.Requirements Specified Elc;;ewherp' 1. Section 07220 - Roofing Insulation ----=- . 2. Section 07550 - Modified Bituminous Sheet Roofing 1.02 QUALITY ASSURANCE A. Cited standards and specified manufacturer's catalogues, current at the date of bidding document unless otherwise specified as incorporated herein by reference and govern the work. If a conflict is dIscovered between referenced standards or catalogues and the project specifications the more stringent shall apply. Alternatively, the Contractor shall request written clarification from the Architect. Do not proceed with the work until receiving clarification. B. Grading Rules: 1. Plywood shall conform to the following: a. Softwood Plywood - Construction and Industrial: Product Standard PS 1-83 b. Hardwood Plywood: Product Standard PS 51-71. C. Grade Marks: Identify all plywood by official grade mark. 1. Plywood: Appropriate grade trademark of the American Plywood Association. a. Type, grade, class and identification index. b. Inspection and testing agency mark. 1.03 SUBMITTALS A. Submit a complete listing of all manufacturers' products, model numbers, and designs proposed for use in the Work of this section. B. Maintain two copies of all shop drawings, product data, and samples, and manufacturer's specifications, recommendations, installation instructions, and maintenance data at the project site. At project closeout, turn over both copies to the ArchItect/Engineer who will transmit one copy to the Owner. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-69 Rough Carpentry 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I ",.,: ~~, 1.04 PRODUCT DELIVERY, STORAGE AND HANDLING A. Immediately upon delIvery to job site, place materials in area protected from weather. B. Store materials a minimum of6 inches (150 mm) above ground on framework or blocking and cover with protective waterproof covering, providing adequate air circulation or ventIlation C. Seasoned materials shall not be stored in wet or damp areas. D. Protect existing building construction and all work in place from damage resulting from the storage, preparation, handling and application of rough carpentry. E. Material storage on roof is not permitted. Moving of materials shall not be allowed at any locations, where new roofing materials have been installed. ," PART.2 - PRODUCT~~ 2.01 MATERIALS A. Nails: Common, hot dipped galvanized. American or Canadian manufacturer only. B. Wood Screws: 1. Galvanized wood screws, lengths as required according to Drawings, No. 10 2. Metal straps: Pan head wood/sheet metal type, No. 10, lengths as required according to Drawings. C. Plywood: APA Type CD-X. Panels shall be 5/8 inch thick, with a span rating of24. D. Wood Framing, Blocking, Cants and Curbs dimensional lumber. 1. Lumber: Hem-Fir #2; free from warping and decay, nominal 2 inch thick members. 2. Preservative treated framing lumber and blockmg: Pressure treated with 0.40 pcf chromated copper arsenate (CCA) per A WP A standards P5 and C2. All cutting and boring after pressure treatment shall be cared for in accordance with A WP A Specification M-4 at locations indicated on drawings. E. Rough Hardware: 1. Plywood sheathing to wood joists: 10d common nails at spacing shown on Drawings. 2. Wood Blocking and Framing: Galvanized screws, No. 10 at 8 inches on center maximum, unless otherwise speCified on Drawings. 3. Plywood clips: PSCL 5/8 (H) clip, 20 gauge, galvanized. F. Anchors and Connectors, as shown on Drawings 1. Simpson, Teco, Bowman, or other ICBO approved. 2. Connection hardware shall be galvanized. 3. Fill all attachment holes per manufacturer's recommendations. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-70 Rough Carpentry 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 2.02 LUMBER, GENERAL A. Standards: Furmsh lumber manufactured to comply with PS 20 "American Softwood Lumber Standard" and with applicable grading rules of inspection agencies certified by American Lumber Standards Committee's (ALSC) Board of Review. B. Grade Stamps: Furnish lumber with each piece factory-marked with grade stamp of inspectlon agency that indicates grading agency, grade, and species. C. Sizes: Provide nominal sized indicated, complying with PS 20 except where actual sizes are specifically noted as being required. D. Moisture Content: S-DRY, KD 19 or MC 19 (19 percent maximum moisture content). PART 3 - EXECUTION 3.01- COORDINATION A. Installation of wood framing members shall be coordinated with roofing membrane installations specified in Section 07550 - Modified Bituminous Sheet Roofing. 3.02 PREPARATION A. Examine all surfaces to receive the parts of the Work specified herein for foreign material unevenness or other condition which could prevent the best quality installation of the materials. Notify Architect in writing immediately of all deficiencies. B. Do not proceed with work until all deficiencies have been corrected to the satisfaction of the Architect. Proceeding with work shall signify Contractor's acceptance of the substrate and conditions covered with new work. C. Field measurements and quantities: Installer shall have sole responsibility for accuracy of all measurements and estimate of material quantities and size. 3.03 INSTALLATION, GENERAL A. Discard units of material with defects that impair quality of miscellaneous carpentry and in sizes that would require an excessive number of poor arrangements of joints. B. Cut and fit miscellaneous carpentry accurately. Install members plumb and true to line and level. C. Securely fasten miscellaneous carpentry as indicated and according to applicable codes and recognized standards. ' D. Use fasteners of appropriate type and length. Pre-drill members when necessary to avoid splitting wood. E. Minimum nailing: Per 1997 UBC Table 23-II-B-1. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-71 Rough Carpentry 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I ..,t. 'O-~ ". 3.04 PLYWOOD SHEATHING INSTALLATION A. Install plywood WIth face grain perpendicular to supports, using panel with continuous end joints over two or more spans staggered between panels and locate over supports. Minimum two eXIsting plank widths at each location of replacement. B. Allow minimum space 1/8 inch between joints. c. Vertical offsets between adjacent panels at installation shall not exceed 1/16 mch of any location. D. For unblocked plywood sheathing panel installations, support edge joints by use of panel (H) clip at each point between supports. E. Replace existing blocking with new when replacing blocked ply-vond. ~ - 3.05 INSTALLATION OF WOOD FRAMING AND BLOCKING A. All existing wood framing or blocking uncovered during removal operations shall be removed and replaced with new wood members unless otherwise indicated. B. Install new wood blocking where shown and at intersections of deck and walls. C. Attach multiple layers of wood blocking utilizing nails m a double 12 inch on center staggered pattern. D. If new sizes are not detailed, new blocking shall match existing wood blocking sizes and profile. E. All connection of new wood blocking shall be as indicated. Fasteners shall be of compatible material when used in conjunction with new blocking and metal items. F. Mechanically attach wood blocking in accordance with FM LPDS 1-28S and 1-49 guidelines. Blocking thickness: Equal to final msulation thickness. Width shall be nominal 4 inches. G. Fasteners shall be installed in two rows staggered. H. Offset additional blocking layers 12 inches and weave comers. Additional layers of blocking may be secured to bottom layer with nails in a double 12 inch on center staggered pattern. 3.06 PROTECTION A. Sheathing shall be completely covered with temporary roofing system as specified m Section 07550 - Modified Bituminous Sheet Roofing. B. No area shall be left unprotected in the event of ram or precipitation is expected. Temporary water cutoffs shall be removed before proceeding with next work area. Port Angeles Fire StattOn Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1lI-72 Rough Carpentry 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 3.07 CLEANUP A. Remove from the job site and legally dispose of all trash and debris. Remove all surplus materials, tools and equipment from the job site. B. Carefully inspect all completed work and correct all defects. C. Repair all damage and remove stains caused by work. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-73 Rough Carpentry 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 07220 ROOFING INSULATION PART I-GENERAL 1.01 DESCRIPTION A. The contractor shall provide all items, materials, operations or methods listed, mentioned, indicated or scheduled in these Specifications, including all labor, materials, equipment transportation and incidentals necessary and required to perform the Work and to bring the project to completion. B. Contractor shall furnish and install a tapered insulation system and related roofing components as specified and shown on the Drawings, and in this Project Manual. Work under this sectIOn to include, but is not limited to: 1. High-density cover boards 2. Polyisocyanurate insulation boards 3. Tapered ed~~ ~tripsand crickets 1.02 RELATED WORK A. Specified elsewhere: 1. Section 06100 - Rough Carpentry 2. Section 07550 - Modified Bituminous Sheet Roofing 3. Section 07600 - Flashing and Sheet Metal 4. Section 07700 - Roof Specialties and Accessories 1.03 QUALITY ASSURANCE A. Qualifications: 1. Contractor: Have installauons of specified materials and jobs of similar size in local area in use for a minimum period of five years. 2. Utilize only experienced workmen on this project, skilled in the installation ofthe specified roofing system. B. Source Quality Control 1. Manufacturer's Product: Obtain insulation materials from only one manufacturer. PrOVIde materials not aVaIlable from the insulation manufacturer from sources, which are recommended and approved by the insulation manufacturer. 2. Written approval by the insulation manufacturer for use and performance of the specified board insulation (as a substrate for the specified roofmg membrane system) including that all materials supplied for this job comply with the requirements of the ASTM standards cited and that materials are suitable for a UL Class A roof. Written approval shall indicate that the use of the material and components specified for this project meets the design intent and capabilities associated WIth an FM 1-90 wind uplift rating for the roofing system as specified. 3. Manufacturers: Materials shall be obtained only from manufacturers who will, if required, send a qualified technical representative to the project site for the purpose of adVIsing the contractor on the procedures and precautions for use of the specified materials. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1lI-74 Roofing Insulation 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Standards 1. American Society for Testing and Materials (ASTM). 2. Factory Mutual Laboratories (FM). 3. National Roofing Contractors Association (NRCA) "Roofing and Waterproofing Manual", 5th Edition, 2001 4. Underwriter's Laboratories (UL) 5. Cited Standards and specified manufacturers catalogs, current at date of bidding documents, unless otherwise specified, are incorporated herein by reference and govern the work. If a conflict is discovered between referenced Standards or catalogs and the project specifications, request written clarification from the Architect. Do not proceed with the work until receiving clarification. D. Underwriters Laboratories (UL) Listed Products: Provide materials which have been tested and listed by UL, and bear UL label on each package or are shipped to the project with a UL Certification of Compliance. A copy of said UL certificates shall be subrmtted '--~..::...:~-fo-Architect for f'~ch notf'd <;hipmf':l1t receiverl ::It the' <:;tf'. --,..?_,,;..~ :l '-~ ": E. Fire and Insurance Ratings: Comply with ratings as required by governing authorities and codes, and comply with the following: 1. Underwnters Laboratones requirements for "Roof Deck Constructions" which are rated "Fire-Acceptable," Class "A" fire rating. 2. Factory Mutual: Must meet design mtent for PM 1-90 wind uplift rating for the specified roofing membrane system. 1.04 SUBMITTALS A. Shop Drawings 1. Submit shop drawings to the membrane manufacturer for review. 2. Submit only manufacturer and contractor reviewed shop drawings to the Architect. Review by each shall be clearly noted on Drawings at time of submission to Architect. 3. Minimum Scale for Roof Plan: 1/8 inch = 1 foot-O inches 4. Minimum Scale for Details: 1 inch = 1 foot-O inches 5. Submit the following: a. Roof insulation plan showing all valleys, ridges, slopes, saddles, crickets and sumps at scuppers, and relative thickness of total insulation. b. Insulation fastener pattern (where required) c. Cross section showing all layers of insulation to provide overall slope indicated on Drawings. B. Samples 1. Four (4) pieces each type of insulation board, 6 inches square minimum C. Product Data 1. Four (4) copies manufacturer's product data and installation specifications for each type of roofing insulation material. 2. Manufacturer's data stating the Equilibrium Moisture Content for all insulation products to be used on this project. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-75 Roofing Insulation 11 August 2003 Bid Set I I I I I 1.05 I I I I I I 1.06 I I I I I I I D. Written approval from insulation manufacturer for use and performance of insulation product in the roof system as designed and specified for this project. E. Written or graphic description by the insulation manufacturer indicating the use of material as specified for this project meets the design intent and capabilities associated with an FM 1-90 wmd uplift rating for the roofing membrane system specified in Section 07550 of this Specification. F. Scupper Sump Mock-up: Refer to Item 1.09 this Section. WORK SEQUENCE A. Contractor will verify elevations so that the proposed design layout will provide adequate slope to drain and remove water. Vanations to elevations that do not provide for positive drainage shall be brought to the attention of the Architect. B. Install oI?-ly as much insulation as can be comDletely-roofed:!2Y-~heend of each workday_ C. Contractor will remove existing work completely as mdicated on the Drawings and as specified, and as may be reqUIred to permit the proper installation of new materials and new work. D. Do not remove existing roofing materials when rain or precipitation is imminent. Do not remove excessive quantity of existing roofing membrane ahead of reroofing. PRODUCT HANDLING AND PROTECTION A. Deliver materials requiring fire resistant classifications packaged with labels intact and legible. B. Protect existing building construction and all work in place from damage resulting from the storage, preparation, handhng and application of insulation materials. C. Keep all materials dry while they are transported, stored and installed. Do not allow materials to be exposed to any mOIsture anywhere, at any time, during transportation, storage, handling and installation. Reject and remove from the site any new materials that exhibit evidence of moisture during application, or have been exposed to moisture. Reject and remove from the site any material that has moisture content more than 10 percent greater than the Equilibrium Moisture Content (EMC) at 90 percent relative humidity. Insulation manufacturer shall provide EMC for all insulation materials to be installed on this project. D. Handle all materials to avoid damage. Store goods as recommended by the manufacturer. E. Store all materials on raised platforms with weather protective coverings. The manufacturer's standard packaging and covering is not considered adequate weather protection. Tarpaulins are preferred for protection of all roof materials. If visqueen coverings are used, venting of each package is required. Material storage procedures WIll be monitored and strictly enforced. Port Angeles FIre StatIOn Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-76 Roofing Insulation 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I I F. Materials moved on roofs shall be limited to the safe loading of structural framing, and only at locations designated and approved by the Architect and/or Owner. G. Materials stored on roofs shall be limited to the safe loading of structural framing, and only at locations designated and approved by the Architect/Engineer and/or Owner. Storage of materials shall not be allowed at any locations where new roofing insulation or roofing membrane materials have been installed. H. Perform all work under temperatures and climatic conditions recommended by materials manufacturer. 1.07 JOB CONDITIONS A. Environmental Conditions 1. Perform work under temperature and climatic conditions recommended by materials manufacturer. 2. Do not install roofiJ1p;rnateFials~~JE'ain or orecipItation is imminent. B. Protection: 1. Protect roofing membrane, building surfaces, paving, and landscaping from traffic and roofing equipment. 2. Restore or replace all work or materials damaged by the roofing operation. 3. Remove protection materials upon completion of the work. 1.08 WARRANTY A. By the Contractor and insulation manufacturer to the Owner: 1. Provide warranties as required in Specification Section 01740 - Warranties, and Specification Section 07550 - Modified Bituminous Sheet Roofing. 1.09 SCUPPER SUMP MOCK-UP A. Refer to Section 07550, Item 1.09.A. B. The mock-ups shall establish the height of blocking/insulation at the scupper and the slope of insulation for drainage within the sump, based on existing conditions. The mock-ups may be required to be demolished and reconstructed after approval by Architect. PART 2 - PRODUCTS 2.01 INSULATION A. For insulation that will be placed using hot asphalt, board SIzes shall not exceed 4 feet by 4 feet maXImum. Largest appropriate sized approaching, but not exceeding 4 feet by 4 feet or as appropriate, shall be installed where possible. Using multiple smaller sized sections of insulation where larger sections would be more appropriate shall not be allowed. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-77 Roofing Insulation 11 August 2003 Bid Set I I I I I I I~ I I I I I I I I I I I I B. Rigid Board Insulation: Polyisocyanurate boards having mmimum thickness of 1-1/2 inches and 2 inches maximum, with either fiber reinforced or fiberglass facer sheets. Material shall have a mmimum "in-service" thermal resistance value (R-value) of 5.6 per inch of thickness. Matenal shall comply with the requirements of ASTM C518 for thermal performance, ASTM D 1621 for a mmimum compressive strength of 20 psi, and meet flame spread requirements of ASTM E84. Acceptable products and manufacturers: 1. "AC Foam II" as manufactured by Atlas Roofmg Corporation, Atlanta, Georgia 2. "E'nrg'y 2" as manufactured by Johns-Manville Corporation Denver, Colorado. 3. "Paratherm" as manufactured by Siplast/Icopal, Irving, Texas. 4. As recommended by the roofing membrane manufacturer for a system warranty and as approved by Architect. C. High-Density Cover Board Insulation: 1. High-density boards composed of expanded perlite blended with selected binders and fibers, surface treated to reduce asphalt absorption. Boards shall be 3/4 inch -JhiehaE:.cl+;i!lsnJhick. as specified on Drawings, have a minlmllm com!lTe""iv~ &~rength of 30 psi (per AS fM C 165), flexural strength of 40 pSI mmimum (per ASTM C 728), and have a thermal resistance value of2.0 for 3/4 inch thickness (per ASTM C728). a. "Fresco Board" and as manufactured by Johns-Manville Corporation, Denver, Colorado. b. "Ce1otherm" as manufactured by Celotex Corporation, Tampa, Florida. c. Or as approved by the roofing membrane manufacturer for a system warranty and meeting the requirements noted above. D. Spray-Apphed Foam Insulation: Foam shall be pre-packaged containers of spray-applied polyurethane foam to fill gaps at outside perimeter edge of main roof where rigid boards cannot fill transition and prior to installation of high-density cover boards. 1. Foam as manufactured by Insta-Foam products, Inc., Joliet, lllinois or approved equal. E. Cants and Edge Strips: Cants shall be a minimum of3 inches by 3 inches with 4-1/4 mch face and shall be of either wood, perlite, or wood fiberboard. Edge strips shall be tapered 1/2 inch maximum to 0 inch by 24 inches wide, and shall be either wood fiberboard or perlite. 1. Cant Products, Inc., Bradenton, Florida 2. International Permalite, Inc., Wadsworth, Ohio 3. Or approved equal 2.02 MISCELLANEOUS MATERIALS A. Asphalt Products: 1. Conforming to ASTM D312, Type III or Type IV, as required by the insulation and roofing membrane manufacturer for the specified system. 2. Primer: Conforming to ASTM D41 and as supplied or recommended by the roofing membrane manufacturer. 3. PlastIc Cement: Conforming to ASTM D4586, Type II, as supplied or recommended by the roofing membrane manufacturer. Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-78 Roofing Insulation 11 August 2003 Bid Set I I I B. Fiberglass tape for sealing joints between boards as supplied and approved by the insulation board manufacturer. PART 3 - EXECUTION I 3.01 I I I I PREPARATION OF SUBSTRATE A. Coordinate with work specified in Specification Section 07550 - Modified Bituminous Sheet Roofing. - B. Examine all surfaces for unsound substrate, foreign material, moisture, unevenness, or other conditions which could prevent the best quality installatton and longevity of the insulation and accessory components. Notify Architect in writing of unsatisfactory conditions. ~~..-";f'-~ - E.",G~c',~~::Do not proceed with work until unsatisfactory conditions have been corrected to t};e :s?r~~'-;:;;;;Ot::::~~~..- ...... -,- satisfaction of the ArchItect and the insuiattonlroofing membrane manufacturers. -~';---"'~-- I I I I I I I I I I D. Contractor shall verify that areas to have new insulation meet slope requirements for thls project. Contractor will notify the Architect in writing if unsatisfactory conditions are encountered. E. Field measurements and material quantities: Installer shall have sole responsibility for accuracy of all measurements and estimates of material quantities and sizes. F. Clean the substrate of projections and substances detrimental to the insulation work. G. Clean, prepare, and treat substrates according to manufacturer's written instructions. Provide clean, dust-free, and dry substrates for insulation application. H. Proceeding with work shall signify the Contractor's acceptance of the substrate and conditions being covered with the new work. I. Contractor to coordinate with work under Division 6 that impacts the insulation installation, including but not limited to, installation of plywood deck repalrs, new wood nailers, blocking, and wood cants in areas where insulation materials will be installed. Unless specified in Division 6 or on the Drawings, the following shall apply to wood nailers and cants: 1. Mechanically attach wood blocking. Blocking thickness shall equal final insulation thickness. Width shall be nominal 4 inch mmimum. 2. Install specified fasteners 2 feet on center, with two fasteners minimum per blocking section. Within 8 feet of outside corners, spacmg shall not exceed 12 inches. Countersink heads. Offset blocking layers 12 inches and weave comers. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-79 Roofing Insulation 11 August 2003 Bid Set I I I I I I 1 "I"" _........,-. I I I I I I I I I I I I 3.02 INSULATION ATTACHMENT A. Polyisocyanurate Insulation: 1. Discard and remove from site any wet or damaged insulation. 2. Install units of insulation with long joints continuous and short joints staggered. All boards shall be laid with joints tightly butted. Mop full width under each insulation unit with asphalt at a minimum rate of 25 Ibs. per square per layer of msulation. Apply asphalt at temperatures between 3750F and 425<>P. Stagger joints 6 inches minimum. 3. Apply succeedmg layers using same procedure as for first layer. Offset joints of top layer a minimum 6 inches in both directions from joints of bottom layer. 4. Polyisocyanurate insulation shall be installed as bottom layer. Over top surface of (fmal/top) layer ofpolyisocyanurate insulation, install a layer of high-density cover board. (See Paragraph 3.02.B of this Section.) 5. Lay down insulation as smoothly as possible to eliminate irregularities from board to board. Install insulation boards in courses parallel to roof edges, mopping surface up. _ ' '~"",, ~",~,,~ '._:-<<~"~- o. Firmly butt each insulation board to surrounding boards. 1)0 norJam or deform board. 7. Maximum elevation between boards at joints: 1/8 inch 8. MaXImum insulation gap: 1/8 inch; fill insulation board gaps larger than 1/8 inch with roof insulation. 9. Cut and fit insulation boards where roof deck intersects vertical surfaces and wood nailers. Cut board 1/4 inch from vertical surface. 10. Use largest full section of board material as appropriate. Do not use multiple small sections where a single larger section can be used. 11. At scupper locations, insulation shall be trimmed to form sump with low pomt at scupper opening. Form a smooth transition from scupper to insulation surface. Sumps areas to be 4 feet square unless otherwise noted on Drawings. 12. Thickness of insulation system at outside edges of sumps as shown on Drawings. Thickness at edge of scupper as required to attain 1/2 inch per foot minimum taper to drain in insulation. B. High density cover board insulation 1. Install boards with long joints continuous and short joints staggered. All boards shall be laid with joints tightly butted. Mop full width under each board with asphalt at a minimum rate of 25 pounds per square. Apply asphalt at temperatures between 375 and 425<>P. Stagger joints at least SIX inches. 2. Lay down boards as smoothly as possible to eliminate irregularities from board to board. 3. Install boards in courses parallel to roof edges, mopping surface up. 4. Firmly butt each board to surrounding boards. Do not jam or deform board. 5. Maximum elevation between boards at joints: 1/8 inch 6. MaXImum msulation gap: 1/8 inch; fill insulation board gaps larger than 1/8 inch with roof insulation. 7. Cut and fit boards where roof deck intersects vertical surfaces or wood nailers. Cut board 1/4 inch from vertical surface. 8. Use largest full section of board material as appropriate. Do not use multiple small sections where a single larger section can be used. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -80 Roofing Insulation 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 9. Tapered edge strips can be used at drain locations to form smooth transition to drain edges. Narrow end of edge strip (0 inch thickness) shall be aligned at edge of drain flanges if edge strips are used. 3.03 CLEAN-UP A. Carefully inspect all completed work and correct all defects. B. Remove from the job site and legally dispose of all debris. C. Clean up bitumen and mastic spills and spattering. Repair damage and remove stams caused by work. D. Remove all surplus materials, tools, and equipment. E. Prevent storage of matenals and equipment em the completed roof. ~-:t~-_~~ ~~. ...-:: = -- ~~ - F. Accompany the manufacturer's technical illspector, and assist with equipment and workmen if necessary to provide access to the roof. Correct all defects noted during the inspection. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-81 Roofing Insulation 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 07270 WEATHER RESISTNE BARRIER PART 1 ~ GENERAL 1.01 DESCRIPTION A. The Contractor shall provide all items, materials, operations or methods listed, mentioned, indicated or scheduled in these Specifications, including all labor, materials, equipment transportation and incidentals necessary and required to perform the Work and to bring the project to completion. B. Work in this section includes but is not limited to installation of continuous sheet weather resistive barrier system behind removed, modified, and new metal wall panels. C. Related Sections ..". 1. '"". Section 07410 - Preformed Metal Panels 2.-....-Bechon 07550 - ModltIed Membrane Rooting 3. Section 07600 - Flashing and Sheet Metal 4. Section 07700 - Roofing Specialties and Accessories 1.02 SUBMITTALS A. Submit in accordance with Section 01300 - Product Data and Samples. B. Product Data: Submit manufacturer's product data and installation instruction sheets. C. Samples: 1 foot by 1 foot samples of product. Samples shall be taken from portion of roll that has the product name imprinted on the surface of the material. D. Perform mock-up of complete weather resistive barrier system at location selected by Owner and Architect/Engineer. Approved mock-up shall establish quality of workmanship and work. 1.03 DELNERY, STORAGE, AND HANDLING A. Packing, Shipping, Handling, and Unloading: Deliver to the site material in unopened and undamaged original packages with the manufacturer's labels intact, visible, and legible. B. Storage and Protection: Store material off the ground on pallets and protected from the elements. Store and protect in accordance with the manufacturer's recommendations. 1.04 SEQUENCING A. Install weather resistive barrier after exterior plywood sheathing modifications and/or installation is complete in area of work. B. Coordinate installation of weather resistive barrier with new parapet construction, flashing, sheet metal work, scupper, and metal wall panel installations. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 111-82 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 4 ;!:: ~ ~ "-". ~ PART 2 - PRODUCTS 2.01 MATERIALS A. Weather Resistive Barrier: Tyvek Commercial Wrap as manufactured by DuPont, Wilmington, Delaware, or approved equal. B. Fasteners 1. Galvanized wide staples with a minimum 1 inch crown 2. Galvanized metal capped roofing nails C. Tyvek Seam/Repair Tape, as manufactured by DuPont, Wilmington, Delaware, or approved equal. D. Tyvek Flexwrap, 8 inch wide self-adhering membrane flashmg, as manufactured by DuPont, Wilmington, Delaware, or approved equal. ._.;;-~;:.,."'.... ~ PART 3 - EXECUTION 3.01 PREPARATION OF SUBSTRATE A. Examine all surfaces for adequate anchorage, foreign material, moisture, unevenness, or other conditions that could prevent the best qualIty installation and longevity of the metal wall panel, flashing, and accessory component system. Notify the ArchitectJEngineer in writing of all deficiencies. B. Do not proceed with the work until all deficiencies have been corrected to the satisfaction of the Architect/Engineer and the roofing manufacturer. C. Proceeding WIth work shall signify the Contractor's acceptance of the substrate and conditions being covered with the new work. D. Do not install over wood sheathing that exceeds a moisture content of 12 percent. 3.02 WEATHER RESISTIVE BARRIER SYSTEM INSTALLATION A. Apply weather resistive barrier system in accordance with manufacturer's written instructions, including but not limited to barner, tape, and membrane flashing. B. Install weather resistive barrier system at one mock-up location. C. Weather ReSIstive Barrier 1. Install weather resistive barrier from the bottom of the wall up, shingling subsequent courses. Orient barrier horizontally. 2. Overlap horizontal and vertical laps 6 inches minimum. 3. At building corners leave 6 to 12 inches of barrier material extended beyond corner edge for overlapping. 4. Seal tears and penetrations in the weather resistive barrier with repair tape. 5. Tape seal all laps m accordance with manufacturer's directions. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 Preformed Metal Panels 11 August 2003 Bid Set III-83 I I I I I I I I I I I I I I I I I I I 6. Integrate into existing building paper system to remain. Lap over 6 inches mImmum. D. Flashings 1. Overlap the vertica11eg of the sheet metal flashings and roofing membrane base flashings at the base of the walls. E. Wall Openings/Penetrations 1. Install self-adhering membrane flashing horizontally. 2. Install self-adhering membrane flashing vertically along sides of opening, lapping previously applied horizontal membrane flashing 8 inches minimum. 3. Install self-adhering membrane flashing vertically at top of opening, lapping previously applied vertical membrane flashing 12 inches mimmum. 4. Integrate weather resistive barrier to membrane flashing in accordance with manufacturer's written instructions. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 llI-84 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 07410 PREFORMED METAL PANELS PART 1 - GENERAL 1.01 DESCRIPTION A. The work of this section consists of furnishing all items, materials, operations, or methods listed, mentioned, indicated or scheduled in these Specifications and Drawings, including all labor, materials, equipment transportation, and incidentals necessary and required to perform the Work and to bring the project to completion. B. The work of this section includes modifying existing wall panels, preparing and painting cut edges, providing weather resistant barrier, new wall panels, and related components as indicated on the Drawmgs and <:oecified herein. Work shall include but is not limited to the following: " 1. Remove and modify memi w:iWtianels. 2. Prepare and paint modified/cut edges where finishing has been removed. 3. Furnish and install new light gauge metal framing and related components. 4. Furnish and install clips, fasteners, and closures as required to meet design criteria and weathertight installation. 5. Furnish and install new prefinished, prefabricated exterior wall panel system with all related components. C. Although such work is not specifically indicated, furnish and install all supplementary or miscellaneous items, appurtenances, and devices incidental to or necessary for a sound, secure, and complete installation. D. Metal wall panel system shall match type, gauge, profile, color, and finish of adjacent existing system. 1.02 RELATED WORK A. Section 07270 - Weather Resistive Barrier B. Section 07550 - Modified Bitumen Membrane Roofing C. Section 07600 - Flashing and Sheet Metal D. Section 07700 - Roofing Specialties and Accessories 1.03 QUALITY ASSURANCE A. Manufacturer's Qualifications I. Ten years minimum experience in factory fabricatIon of metal wall panel systems. 2. No other metal wall panel system will be accepted without prior written approval or ArchitectlEngineer's or Owner's Representative based upon other manufacturer's products meeting specified requirements. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-85 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 3. Materials shall be submitted only from manufacturer's who will, if required, send a qualified technical representative to the project site, for the purpose of advismg the Contractor of the procedures and precautions for the use of the materials. B. Applicator Qualifications 1. Three years minimum experience in application of metal wall panel systems on projects of similar nature and scope. 2. Must have satisfactorily completed a minimum of five projects of similar construction. 3. Must be certified by system manufacturer for installation of specific metal wall panel system within one year of the beginning of installation of the system. C. Underwriters Laboratories (UL) Listed Products 1. Provide materials that have been tested and listed by UL and bear the UL label of each package or are shipped to the project with a UL Certification of Compliance. D. Regulatory Agency Requirements 1. Comply with local building code requirements if more restrictive than those specified herein. 1.04 SUBMITTALS A. The following shall be submitted in accordance with section 01300 - Product Data and Samples. B. Produce Data: Submit manufacturer's specifications, standard detail drawings, and installation instructions. C. Manufacturer's sample standard warranty. D. Shop Drawings 1. Submit shop drawings indicating thickness and dimensions of parts, fastenings, and anchoring methods, details, and locations of seams, transitions and other provisions necessary for thermal expansion and contraction, and erection details. Do not use design drawings contained in this specification manual for shop or erection drawings without written approval from Architect/Engineer and Owner's Representative. 2. Indicate panel layout, number of panels, terminations, clearly showing flashings, laps, change of direction transitions, and all perimeter and joint flashmgs. 3. Clearly indicate locations offield and factory applied seals and sealants. 4. Show locations and types of clips and fasteners. 5. Provide drawing indicating layout of north and west elevations. 6. Shop drawings show methods of erection, elevations, and plans of wall panels, sections and details, flashings, interfaces with all materials not supplied, and identification of component parts and their finishes. 7. Provide performance data on panels, chps, fasteners, and all related system components. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-86 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I E. Samples I. Submit two samples, 12 inches long by full width panel, showing proposed metal gauge, seam profile, color, and fimsh. F. Certification 1. Submit manufacturer's certification that materials and finishes meet specIfication requirements. 2. Written approval from manufacturer for use and performance of metal products in the wall system as designed. 3. Manufacturer's written statement that project Drawings and Specifications have been reviewed, and will provide a 10-year weathertight warranty for the specified system. 4. Manufacturer's certification indicating panels have been produced in a factory environment (not at job site) with fixed-base all forming equipment. 5. Manufacturer's certification that installer of specified metal wall panel system is an authorized installer within one year of the beginning of installation of the metal wall panel system. . ~~ _of> ,,- G. Applicator's and Manufacturer's experience records: Submit list of completed projects and name and phone number of contacts. 1.05 SYSTEM DESCRIPTION A. Design requirements I. Provide factory preformed panel system that has been pretested and certified by manufacturer to comply with specified requirements under installed conditions. 2. Provide one-piece, single length panels where possible. 3. Continuous factory mstalled hot-melt sealant or mastic (as specified by the manufacturer) in laps. B. Structural Requirements I. Engineer panels for structural properties in accordance with latest edition of American Iron and Steel Institute "Cold Formed Steel Design Manual," using "effective width" concepts. 2. Provide confirmation of positive and negative buckling moments and uplift capacity determined by full-scale tests in accordance with ASTM E 72-80 (Chamber Method). C. Envlfonmental Requirements: (Actual independent laboratory certified test results must be submItted.) I. Resistance to water infiltration: No leakage through panel joints when tested in accordance with ASTM E331 at static test pressure differential of 20 psf. 2. Resistance to air infiltration: 0.009 cfmllineal feet of panel seam. 1.06 PRODUCT HANDLING A. Deliver materials in manufacturer's original, unopened protective packaging. Store, where directed, off the ground. Protect products and accessories from damage and discoloration during transit and at project site. Store sheets and components in dry storage area to prevent condensation. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-87 Preformed Metal Panels II August 2003 Bid Set I I I I I I I I I I I I I I I I I I I B. Protect panels against standing water and condensation between adjacent surfaces. If panels become wet, immediately separate sheets, wipe dry with clean cloth, and separate sheets for air-drying. C. Protect existing building construction and all work in space from damage resulting from the storage, preparation, handling, and application materials. D. Exercise extreme care in unloading, store, and erecting panels to prevent bending, warping, twisting, and surface damage. Handle with non-marring slings. E. Store all materials on clean, raised platforms and cover with weather protective coverings. Tarpaulins are preferred for protection of all roof materials. If visqueen is used, venting of each package is required. Material storage procedures will be constantly monitored and strictly enforced. F. Materials stored on roofs shall be limited to the safe loading of installed materials. G. Locations for storage of new materials shall i.;e-only-at approved locations. Storage of materials and traffic shall not be allowed at any locations where new roofing materials have been installed. H. Perform all work under temperatures and climatic conditions recommended by materials manufacturer. I. Do not allow panels with strippable film to be exposed to direct sunlight. Remove film prior to installation. 1.07 JOB CONDITIONS A. Field measurements shall be taken prior to fabrication of panels. B. Examine the conditlOn and substrates in which metal wall panel system is to be installed. Substrate shall be installed level, flat, and true to avoid panel stresses. C. Proceed with installation only after satisfactory conditions are met. - 1.08 WARRANTY A. Contractor's Guarantee 1. By Contractor 2. Time period: Two years after date of completion and acceptance by the Owner's Representative. 3. Terms: Include all labor, materials, tools, equipment, and service necessary for proper repair, restoration, or replacement of all new work damaged as a result of: a. Defects, leaks, imperfections, or faults in: 1) Materials 2) Workmanship b. The Contractor's correcting the defects, imperfections, or faults, including leaks. c. Repairs required to maintain watertight conditions. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-88 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I . . ~ 4. Corrections of defects, imperfections, and faults shall not relieve the Contractor from his responsibility for addItional corrective work during the remaining time period. B. Furnish Manufacturer's standard 20-year warranty stating architectural finish will be: 1. Free of fading or color change in excess of 5 NBS units as measured per ASTM D2244. 2. Will not chalk in excess of numerical rating of 8 when measured in accordance with standard procedures specified in ASTM D659-75. 3. Will not peel, crack, chip, or delaminate. C. Furnish Manufacturer's 10-year Weathertightness Limited Warranty, no dollar limit. D. Furnish 10-year warranty against structural defects or corrosion of panels and related system components. PART 2 - PRODUCTS 2.01 MANUFACTURERS A. General Description: The metal wall panel system shall be installed over a weather resistive barrier and fastened to substrate In accordance with manufacturer's written instructions and systems. B. Metal wall panel system shall match type, gauge, profile, color, and finish of eXIsting system. C. Substitutions must fully comply with specified requirements. D. System/material manufacturers: 1. MBCI, Nampa, Idaho 2. IMSA Building Products, Las Vegas, Nevada 3. Approved equal 2.02 MATERIALS A. Panels 1. Prefinished 22 gauge minimum steel sheet conforming to ASTM A-792, Grade 50, with aluminum-zinc alloy coated (Galvalume) made up of 55 percent aluminum, 1.6 percent silicone, and the balance zinc, as described in ASTM Specification A-792-AZ50. 2. Factory fabricate panel. Field formed panels will not be acceptable. 3. Rib Size: trapezoidal rib to match existing 4. Provide factory installed, hIgh-grade, hot-melt elastomeric sealant or mastic (as required by manufacturer), designed to seal laps. 5. Panels should be gray in color, to match existing. B. CliplFastener Assemblies 1. As required by Manufacturer. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-89 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Light Gauge Metal Framing 1. Hot dipped galvamzed conforming to ASTM A-653, Coating Class 90, hats and channels. 2. As required by Manufacturer. D. Profile Closures 1. Neoprene or polyethylene closed cell foam, die-cut or formed to panel configuration. E. Accessories 1. Provide manufacturer's standard accessories and other items essential to completeness of metal wall panel system installation. 2.03 FABRICATION A. Panels 1. ---...'.ProVlde factory-formed panel, WIdth of 36 mches with trapezoidal rib to match adjacent existmg. 2. Provide panels in full continuous one-piece length to match seams and laps in existing. B. Seams 1. Provide factory side lap sealant to aid in resistance of leaks and to provide panel-to- panel seal while allowing expansion and contraction movement. C. Incidental Accessories: Provide all necessary and requisite components for installation of entire metal wall panel system including, but not limited to, required cleats, edge strIps, and closure sections as supplied or recommended by system manufacturer. D. Panels to use concealed anchors that permit expansion and contraction. Exposed fasteners in metal wall panels will not be permitted. 2.04 FINISH A. Color and texture to match adjacent existing. B. Exterior Finish 1. Primer Coat Material: Baked-on corrosion-resistant primer, minimum primer coat dry film thickness: 0.2 mils; finish coat material: Polyvinylidene Fluoride (PVF2) 2. Total exterior finish dry film thickness: 1.0 mils C. Interior Finish 1. Primer Coat Material: CorrosIOn-resistant primer; primer coat dry film thickness: 0.15 miles; finish coat material: polyester pamt, finish coat dry film thickness: 0.35 mils. 2. Total Interior Dry Film Thickness: 0.50 mils 3. Color: Light Gray Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-90 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I , -Ii;.. PART 3 - EXECUTION 3.01 COORDINATION A. Coordinate metal wall panel work with the construction of new parapets, weather- resistive barrier, and roofing materials. B. Coordinate with new sheet metal installations specified in Section 07600 - Flashing and Sheet Metal. C. Field measurements and material quantities: Applicator shall have sole responsibility for accuracy of all measurements and estimates of material quantIties and sizes. D. Traffic and equipment: Keep off completed roof areas. E. Wrapper and packaging materials not to be included in completed system. :':::"---.~~,I.....-:', . ~~J.02 PKEi'Al{A'TlUN uF SUBSTRATE ".,....:...,.;~-..-r... A. Examine the condItions under which roofing work is to be performed, and notify ArchitectlEngineer and Owner's Representative in writing of unsatisfactory conditions. Do not proceed with work until unsatisfactory conditions have been corrected m an approved manner. B. Clean the substrate of projections and substances detrimental to the work. Substrate shall be free of foreign particles prior to laymg roof panels. C. Verify that installation may be made in accordance with approved shop drawings and manufacturer's instructions. In the event of discrepancies, notify ArchitectlEngineer and Owner's Representative. Do not proceed with installatIOn untIl discrepancies have been resolved. D. Proceedings with work shall signify the Contractor's acceptance of the substrate and conditions being covered with the new work. E. Check substrate for projections, foreign material, moisture or unevenness that would prevent quality and execution of new metal wall panel system. 3.03 PROTECTION A. Arrange work sequence to avoid use of newly constructed roofing for storage, walking surface, and equipment movement. 3.04 PANEL INSTALLATION A. Comply with manufacturer's instructions for assembly, installation, and erection in order to achieve weathertight installation. Install in accordance with approved shop drawings. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Preformed Metal Panels 11 August 2003 Bid Set III-91 I I I I I I ~A B. System 1. Install panels in accordance with manufacturer's instructions and recommendations, and in accordance with shop drawings. 2. Install panels so that they are weathertight, without waves, warps, buckles, fastening stresses, or distortion, allowing for expansion and contraction. 3. Install to maintain plane with 1/4 +/- tolerance in 40 feet. 4. Anchor panels securely in place using fasteners spaced in accordance with manufacturer's recommendations for design wind load criteria. 5. Fully seat adjacent panel to achieve continuous engagement at lap areas. 6. Overlap flashing 6 inches minimum. I I I C. Dissimilar Metals 1. Where sheet metal is in contact with dissimilar metals, execute juncture to facilitate drainage and minimize possibility of galvanic actIOn. 2. At point of contact with dissimilar metal, coat metal with protective paint or tape that can be placed between metals. D. Do not allow panels to contact preservative treated lumbt,r; -~,,,,"-=,- E. Field apply sealant to penetrations, transitions, and other locations necessary for airtight, waterproof installation. 3.05 CUITING AND FITTING I I I A. Cut panels as required to accommodate required wall openings. 1. Neat, square, and true. Torch cutting is prohibited where cut is exposed to final VIew. 2. Openings 6 inches and larger in any direction: Shop fabricate and reinforce to maintain original load capacity. 3. Where necessary to saw cut panels, debur and treat with galvanic paint. 4. Openings less than 6 inches on largest dimension can be made in field. I I I I I B. Panel Damage and Finish Scratches 1. Do not apply touch-up paint to damaged paint areas that involve minor scratches. 2. Panels or flashings that have severe pamt and/or substrate damage shall be replaced as directed by the Architect/Engineer or Owner's Representative. 3.06 ADmSTING AND CLEANING A. Repair of Deficiencies 1. Installations or details noted as deficient during final inspection must be repaired and corrected by applicator and made ready for re-inspection within five (5) working days, weather permitting. B. Clean-Up 1. Immediately upon job completion, roof membrane and flashing surfaces shall be cleaned of all trash, debris, and equipment. All gutters, drains, downspouts, etc., shall be cleaned and free-flowing. I Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-92 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I I 2. Contractor shall leave roof and all adjacent sites free from all accumulations of dirt, debns, and job related soil from walls, windows, floors, ladders, sidewalks, grounds, and sImilar aspects of Owner's property. 3. Repair damage and remove stains caused by the work. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-93 Preformed Metal Panels 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 07550 MODIFIED BITUMINOUS SHEET ROOFING PART I-GENERAL 1.01 WORK INCLUDES A. The Contractor shall provide all items, materials, operations or methods listed, mentioned, indicated or scheduled in these Specifications, including all labor, materials, equipment transportation and incidentals necessary and required to perform the Work and to bring the project to completion. B. Contractor shall furnIsh and install a new two-ply temporary roof/vapor retarder, a new two-ply modified bitumen membrane roofing and flashing system(s) and related roofing components as specified and shown on the Drawings, and in this Project Manual. Work under this section to include. but is not limited to: 1. Temporary root/vapor retarder 2. Base flashing assemblies 3. Roofing membrane system 4. Roof scupper and drain flashmgs 5. Termination bar and fasteners 6. Walkway pads 7. Incidental sealant and backer rods 1.02 RELATED WORK A. Specified elsewhere: 1. Section 06100 - Rough Carpentry 2. Section 07220 - Roofing Insulation 3. Section 07600 - Flashmg and Sheet Metal 4. Section 07700 - Roof Specialties and Accessories 1.03 DEFINITIONS A. Roofing Systems Manufacturer: Any of the manufacturers whose systems are specified under "Acceptable Roofing System Manufacturers", and herein called "manufacturer". 1.04 QUALITY ASSURANCE A. Contractor's Qualifications: 1. Have successful installations of the specified materials and jobs of similar size m the local area m use for a minimum period of five years. 2. Utilize only experienced workmen on this project, skilled in the installation ofthe specified roofing system. 3. The installing contractor must be authorized and previously trained by the roofing system manufacturer to install the specified membrane system. 4. Provide for membrane manufacturer's periodic field observation of all roofing membrane work. Additional inspection shall occur at begmmng of modified Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-94 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I--,:~ ~"..,,~ ':-'~-"-" .~ ~'""""-.=- I I I I I I I I I I I I bitumen membrane and flashmg mstallation and a final inspection upon modified bitumen membrane system completion. B. Source Quality Control 1. Manufacturer's Product: Obtain roofing materials from only one membrane manufacturer. Provide materials not avaIlable from the membrane manufacturer from sources, which are recommended and approved by the membrane manufacturer. 2. Manufacturers: Materials shall be obtained only from manufacturers who will, if required, send a qualified techmcal representative to the project site for the purpose of advising the contractor on the procedures and precautions for use of the specified materials. C. Standards 1. American Society for Testing and Materials (ASTM). 2. Factory Mutual Laboratories (FM). 3. National Roofing Contractors AssociatlOn t:NRf:A) "Rnnf1~g and Waterproofin3 Manual", 5111 Edition, 2001 4. Underwriter's Laboratories (UL) 5. Cited Standards and specified manufacturers catalogs, current at date of bidding documents, unless otherwise speCIfied, are incorporated herein by reference and govern the work. If a conflict IS discovered between referenced Standards or catalogs and the project specifications, request written clarification from the Architect. Do not proceed with the work until receiving clarification. D. Underwriters Laboratories (UL) Listed Products: Provide materials which have been tested and lIsted by UL, and bear UL label on each package or are shipped to the project WIth a UL Certification of Compliance. A copy of said UL certification shall be submitted to Architect for each noted shipment received at the site. E. FIre and Insurance Ratings: Comply with ratings as required by governing authorities and codes, and comply with the following: 1. Underwriters Laboratories requirements for "Roof Deck Constructions" which are rated "Fire-Acceptable," Class "A" fire rating. 2. Factory Mutual: Must meet design intent for FM 1-90 wind uplift rating for the specified roofing membrane system. 1.05 SUBMITTALS A. The following shall be submitted in accordance with Section 01300 - Product Data and Samples. B. Endorsement of Roofing Firm: With first submittal of any roofing related items, submit the manufacturer's endorsement of the installing firm. C. Written approval by the membrane manufacturer for use and performance of the membrane system over the specified board insulation including that all materials supplied for this job comply with the requirements of the ASTM standards cited and that materials are suitable for a UL Class A roof. Written approval shall indicate that the use of the material and components speCIfied for this project meets the design intent and capabilities Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set III-95 I I I I I I I I I I I I I- I I I I I I associated with an FM 1-90 wind uphft rating for the roofing membrane system as specified. D. Written approval by the membrane manufacturer stating that the proposed applications will comply with the manufacturer's requirements in order to quality the project for the specified warranty. E. Manufacturer's printed recommendations for proper maintenance of the specified roof system including inspection frequencies, penetration addition policies, temporary repairs, and leak call procedures. F. Shop Drawings: 1. Submit shop drawings to the membrane manufacturer for review. 2. Submit only manufacturer and Contractor reviewed shop drawings to the Architect. Review by each shall be clearly noted on Drawings at time of submission to Architect. 3 ._Miniu11JTn ~c~lf' for "Ro(\fp1atl: 1 /9. in('~,'::-~~1-f06t-0;ii:iche<: 4. Mimmum Scale for Details: 1 inch = 1 foot-a ihches. Manufacturer's standard details are not acceptable unless all changes required for this specified project have been clearly indicated and incorporated. 5. Submit the following: a. Roofing membrane system (including relationship with non-roofing components that impact the installation) b. All modified bitumen flashing details c. All membrane termination details, including but not limited to, termination bar d. Penetration flashing details e. Roof scupper drains and overflow drains f. Walkway pad plan and detail g. Interface with sheet metal components (per Section 07600), including but not limited to: 1) Counterflashing 2) Stack flashing assemblies 3) Edge and fascia sections h. Interface WIth prefabricated coping cap assemblies (per Section 07600) 1. Interface with roofing accessories (per Section 07700), including but not limited to: 1) EqUlpment curbs 2) Sumps 3) Flashing boots G. Samples 1. Modified bitumen cap sheet in selected color of mineral surfacing, 4 pieces, 8 inches by 10 inches minimum 2. Modified bitumen base ply, 4 pieces, 8 inches by 10 inches minimum 3. Base flashmg layers (base sheet and cap sheet), 4 pieces each type, 8 inches by 10 inches mimmum, cap sheet in selected color of mineral surfacing 4. One (1) container ofloose granules to be used for surfacing along seams m cap sheet (one pound) Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-96 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 5. Sample copy of the contractor's warranty per Section 1.08.A. Sample warranty shall include or clearly indicate all provisions required for this specific project. Standard sample warranty forms alone are not acceptable submissions. 6. Sample copy of the manufacturer's warranty per Section 1.08.B. Sample warranty shall include or clearly indicate all provisions required for this specific project. Standard sample warranty forms alone are not acceptable submissions. H. Product Data 1. Four (4) copies (each) of manufacturer's product data and installation specifications for roofing membrane and base flashing. All project specific variations are to be clearly indicated at time of submission. 2. Equiviscous Temperature (EVT) and Final Blowing Temperature (FBT) from the manufacturer/supplier for all (heated) asphalt products to be used on this project. 3. Letter from asphalt manufacturer specifying minimum asphalt application temperature at point of apphcation. I. Scunper Sqmp Mock-'J.p:-Refer'tQ1tem-l_09 in thlS Sectil)n J. Required After Completion of the Work 1. As-built drawings reflecting modifications and variations to the specified roofing system from construction drawings to be used as record set. 2. Completed Contractor's Warranty per Section 1.08.A 3. Completed Manufacturer's Warranty per Section 1.08.B 1.06 DELIVERY, STORAGE AND HANDLING A. Deliver materials requinng fire resistant classifications packaged with labels intact and legible. B. Protect existmg building construction and all work in place from damage resulting from the storage, preparation, handling and application of roofing materials. C. Keep all material dry while they are transported, stored and installed. Do not allow materials to be exposed to any moisture anywhere, at any time, during transportation, storage, handling and installation. Reject and remove from the site any new materials, which exhibit evidence of moisture during application, or have been exposed to moisture. Reject and remove from the site any material, which has moisture content more than 10 percent greater than the Equilibnum Moisture Content (EMC) at 90 percent relative humidity. D. Store all materials on raised platforms with weather protective coverings at areas approved and designated by Owner. The manufacturer's standard packaging and covering is not considered adequate weather protection. Tarpaulins are preferred for protection of all roof materials. If visqueen coverings are used, venting of each package is required. Material storage procedures will be monitored and strictly enforced. E. Handle all materials to avoid damage. Store rolled goods on ends only. Discard rolls that have been flattened, creased or otherwise damaged. Unroll membrane and allow to flatten out before application. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 1lI-97 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I ~ .-- -- - I I I I I I I I I I I I F. Storage of all materials shall conform to the limitations recommended by the material manufacturer including restrictions on amblent temperatures and shelf hfe. G. Materials stored on roofs shall be limited to the safe loading of structural framing, and only at locations designated and approved by the Architect and/or Owner. Storage of materials shall not be allowed at any locatIOns where new roofing msulation or roofing membrane materials have been installed. 1.07 WORK SEQUENCE A. Perform all Work under temperature and climatic conditions recommended by materials manufacturer. Do not install roofing materials when rain or precipitation is imminent. B. Cold adhesive temperature restrictions: 1. When ambient temperature is below 500 F, store cold adhesives and roll goods in heated area 700 F mmimum, with all materials achievmg specified temperature immediat~ly prior to use. 2.' <.Temperature of cold adheslve at point of appllcatIOn shali be 700 F minimum. 3. Suspend application in situations where cold adhesive cannot be kept at temperatures allowing for even distribution. C. Installation of temporary membrane and of new roofing membrane system shall be coordinated with removal operations as defined in Speclfication Section 02220 - Selective Demolition, new insulation installatIOn as defined in SpecificatIOn Section 07220 - Roofing Insulation, and wood frammg and blocking installation as defined in Specification Section 06100 - Rough Carpentry. D. Installation of new membrane flashings shall be coordinated with sheet metal operations defined in Specification Section 07600 - Sheet Metal and Flashings. E. Phased application of the modified bitumen membrane is not permitted. F. General protection: 1. Protect roofing membrane, building surfaces, paving, and landscaping from traffic and roofing equipment. 2. Restore or replace all work or materials damaged by the roofing operation. 3. Remove protection materials upon completion of the work. G. Membrane protection: 1. Provide protection against staining and mechanical damage for newly applied roofing and adjacent surfaces throughout this project. 2. No foot traffic on unprotected areas of new membrane installation. 1.08 WARRANTY A. Contractor's: 1. Paid by Contractor 2. Time Period: Two years after date of completion and acceptance by the Owner. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set III-98 I I I I I I ,I." I I I I I I I I I I I I 3. Terms: Include all labor, materials and tools, equipment and service necessary for proper repair, restorations, or replacement of all new work damaged as a result of: a. Defects, imperfections, or faults ill: 1) Materials 2) Workmanship b. The Contractor's correcting the defects, imperfections, or faults shall not relieve the Contractor from his responsibility for additional corrective work during the remaining time period. B. Manufacturer's: 1. Paid by Contractor. 2. Time Period: Manufacturer's twenty (20) year NDL, Non-Prorated System Warranty prepared as a single source warranty covering defects in all materials supplied by the manufacturer or used as part of the total roofing system (membrane, adhesives, flashings, insulation, mastic, sealants, etc.) and workmanship involved in installation. -- ~ ...,;::~:: - ~~:..=-..;-;;;-;:.'-;.,. L09 SCUPPER SUMP MOCK-U!' -- -;..;.:;:~ A. Perform three total mock-ups. At the north elevation of roof area D, at the west elevation of roof area D, and at one location on roof area B, perform complete trial mock-ups ofthe scupper sump construction. The purpose ofthe trial mock-ups is to verify proper slope for drainage and shall include all components of the roof system. Upon approval by Architect, the quality of work used in the trial mock-up areas shall be established as standard for the proJect. The trial mock-up areas shall include, but are not limited to installation of the following: 1. Temporary roofing 2. Scupper/conductor head 3. Blocking and insulation 4. Roofing membrane 5. Membrane flashing 6. Exterior wall/parapet and metal siding modifications, construction, and final finishes B. The mock-up shall establish the height of blocking/insulation at the scupper, and the slope of insulation for drainage within the sump, based on eXIsting condItions. The mock-up may be required to be demolished and reconstructed after approval by Architect. PART 2 - PRODUCTS 2.01 MANUFACTURERS AND SYSTEMS A. General Description: The roofing system shall be a two-ply modified bitumen membrane system installed over polyisocyanurate insulation and high-density cover boards. Color of cap sheet and flashing shall be as selected by the Owner from manufacturer's standard colors. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-99 Modified Bituminous Sheet Roofmg II August 2003 Bid Set I I I I I I I I I I I I I I I I I I I B. System/Material Manufacturers: 1. Paradiene as manufactured by Siplast, Irving, Texas 2. Sopralene as manufactured by Soprema, Inc. Wadsworth, Ohio 2.02 MATERIALS A. Paradiene Roofing System: 1. Field Base Ply and Flashing Base Ply: Paradiene 20, fibrous glass mat impregnated and coated with Styrene-Butadiene-Styrene (SBS) modified bitumen, meeting the requirements of ASTM D 5147 and D 6163. 2. Field Cap Sheet: Paradiene 30FR, fibrous glass mat impregnated and coated with SBS modified bitumen and surfaced with ceramic granules, meeting the requirements of ASTM D 5147 and D 6163. 3. Base Flashing Cap Sheet: Paradiene 40RP, fiberglass scrim/fiberglass mat composite carrier impregnated and coated with SBS modified bitumen and surfaced with ceramic granules, meeting thp. requirements of ASTM D 5147 and D 6163. 4._ __Walkway Pads: Paratread. :If'. asphalf impregnated. punchJre Tf"sistant polyester core, coated wIth a polymer moolfi.ea:1)immen and surfaced with ceramic granules. B. Sopralene Roofing System: 1. FIeld Base Ply and Flashing Base Ply: Sopralene 180, an SBS modified bitumen coated non-woven polyester reinforced base sheet, meeting the requirements of ASTM D 5147 and D 6164. 2. Field Cap Sheet: Sopralene 250FRGR, an SBS modified bitumen coated non- woven polyester reinforced, granular surfaced cap sheet, meeting the requirements of ASTM D 5147 and D 6164. 3. Base Flashing Cap Sheet: Sopralene 180FR Granules, an SBS modified bitumen coated non-woven polyester reinforced, granular surfaced cap sheet, meeting the requirements of ASTM D 5147 and D 6164. 4. Walkway Pads: Sopra Walk, a non-woven polyester core coated with a polymer modified bitumen and surfaced with mineral granules. 2.03 SELF-ADHERING WATERPROOFING MEMBRANE UNDERLA YMENT A. Membrane Sheet: "Vycor Ultra," by W.R. Grace & Company~ Columbia, Maryland, or approved equal, a self-adhering, modified, rubberized asphalt having a polyethylene film on one side and meetmg the following properties: 1. Thickness 30 mils minimum 2. Tensile strength: 250 psi mimmum per ASTM D 412 3. Elongation (asphalt): 250 percent per ASTM D 412, Die C modified B. Primer: "Bituthene P-3000" by W.R. Grace & Company, Columbia, Maryland, or approved equal, a rubber-based primer in solvent compatible with sheet metal material. C. LIquid Membrane: "Bituthene Liquid Membrane" by W.R. Grace & Company, Columbia, Maryland, or approved equal, a cold-applied, elastomeric, trowel grade material comprised of two components and compatible with sheet membrane material. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-IOO Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I D. Mastic: "Bituthene Mastic," by W.R. Grace & Company, Columbia, Maryland, or approved equal, a rubberized asphalt-based mastic compatible with sheet membrane material. 2.04 MISCELLANEOUS MATERIALS A. Roofing Adhesives: 1. Asphalt Conforming to ASTM D3l2, Type IV, such as Siplast PA-100. Each container or bulk shippmg ticket shall indicate the equiviscous temperature (EVT) and the flash point. Mopping asphalt shall be approved in writing by the membrane manufacturer. 2. Cap Sheet and Cap Flashing: Cold-applied adhesive, conforming to ASTM D 4479, Type II, such as SIplast PA-311, as approved by membrane manufacturer. 3. Metal Primer: For use with metal surfaces prior to application of membrane. Conforming to ASTM D 41, such as Siplast PA-1125, or as supphed or recommend~d by the membrane manufacturer. 4. Pl::1stk Qenient~eontonnin8 to ASTM n L1586, TY!Je IT, ~u('!1 as Si~l~st P <\_1 OJ 1. as supplielFin-Yec"'^ommended by the membrane manufacturer. B. Temporary Roof Base Sheet Over Plywood Sheathing: Conforming to ASTM D 4601, Type II, fiberglass reinforced, asphalt coated, with a polyolefin film backing, having a minimum weight of 20 pounds/square such as Siplast Parabase FS or approved equal, as supplied or recommended by the membrane manufacturer. C. Base Sheet Fasteners: Base sheet fasteners shall be approved by the manufacturer of the primary roofing products. Acceptable base sheet fasteners are 12 gauge, spIral or annular threaded shank, zinc coated steel roofing fastener having a minimum 1 inch head. Plastic caps are not acceptable. 1. Square cap by W.H. Maze Company, Peru, lllinois 2. 12 Gauge Siplex Nail by the Simples Nail and Manufacturing Company, Americus, Georgia D. Temporary RoofPlyNapor Retarder Ply: A fiberglass reinforced, oxidized asphalt coated sheet conformmg to ASTM D 5147, such as Siplast Irex 30, or approved equal. E. Loose ceramic granules to match type and color scheme of modified bitumen cap sheet. F. Fiberglass mesh fabric for seahng of termination bar and top edge of base flashing. G. Metal Flashings: Refer to Section 07600. H. Vent Stack Flashing: Refer to Section 07600. 1. Butyl Tape: Polyisobutylene-butyl sealant, 1/8 mch thick by 1 inch wide, or approved equal, to seal terminations as indicated on Drawings. J. Sealant 1. For filing joints below the roofing membrane or at areas in contact with bituminous components, sealant shall be one part, bitumen modified polyurethane Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-101 Modified Bituminous Sheet Roofmg 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I "Vulkem 116" as manufactured by Mameco International, Inc., Cleveland, Ohio, or approved equal and as recommended by the membrane manufacturer. 2. Surfaces to which the sealant is to be applied shall be cleaned and primed with applicable matenals for the type of surface and sealant used and as recommended by the sealant manufacturer. Cleaner and primer shall be as manufactured by the respective sealant manufacturer or as approved by the sealant manufacturer for use with the specified sealant. 3. Related materials include closed-cell, non-gassing expanded polyethylene backer rods, "Ethafoam" as manufactured by Dow Chemical Co., "Expand-O-Foam" as manufactured by Williams Products, Inc., or "Sonofoam Backer Rod" as manufactured by Sonneborn-Contech or approved equal. Where depth of joint prevents the use of backer rods, use an adhesive backed polyethylene tape to prevent three sided adhesion. 4. Self-adhering aluminum tape for providing separation between non-compatible materials. ,.,.:;.. ~~~::;:"3"~?<- __ __ ,-- - _.:-=: - -.,~ ......- =;;-=-~~......~!~ PART 3- EXECUTION " "J-'"'.l-'l"- 3.01 PREPARATION OF SUBSTRATE A. Examine all surfaces for adequate anchorage, foreign material, moisture, unevenness, slope to drain less than 1/4 inch per foot, or other conditlOns which could prevent the best quality installation and longevity of the roofing, flashing, and accessory components. Notify the Architect in writing of all deficiencies. B. Do not proceed with the work until all deficiencies have been corrected to the satisfaction of the Architect and the roofing manufacturer. C. Contractor shall verify that areas to have new insulation and membrane materials meet slope requirements. Contractor will notify the Architect in writing if unsatisfactory conditions are encountered. D. Field measurements and material quantities: Installer shall have sole responsibility for accuracy of all measurements and estimates of material quantities and sizes. E. Clean the roof deck (sheathing) and (insulation) substrates of dirt, debris and substances detrimental to the membrane application work. F. Proceeding with work shall signify the Contractor's acceptance- of the substrate and conditions being covered with the new work. G. Contractor to coordinate with work under Division 6 that impacts the roofing membrane installatlOn, including but not limited to, installation of wood nailers and wood cants in areas where roofing membrane and insulation materials will be installed. Unless specified in Division 6 or on the Drawings, the following shall apply to wood nailers and cants: 1. Mechanically attach wood blocking. Blocking thickness shall equal final insulation thickness. Width shall be nominal 4 inches minimum. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 1lI-102 ModIfied Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I 2. Install specified fasteners 2 feet on center, with two fasteners minimum per blocking section. Within 8 feet of outsIde comers, spacing shall not exceed 18 inches. Countersink heads. Offset blocking layers 12 inches and weave comers. H. Sweep or vacuum all surfaces, removing dirt, debris, loose particles, and foreign substances prior to commencement of roofing membrane system installation. 3.02 WATER CUT-OFFS A. Water cut-offs shall be provided where and when a danger exists that water caused by precipitation may get under the new roof membrane. Water cut-offs shall be installed at the end of each work day and completely removed prior to beginning new membrane installation work the following work day. I 3.03 -.:~': ~.:;._~ _~~=~: L~%.~,,~ I I I I INSTALLATION OF SEALANT MATERIALS -< .'"{_::::.;;;-: :c.-J;..... _ A An c:urfacf':" to receiVf' s~a l~l1tS C;:r~'1 ,b~ ~lp~n._rlry, l;ln~ free 0f <>11~' 1l'f)<.:dnateria1s,:dm;-- . - dust, laitance, rust, bitumen residue, oil, frost, and other contaminants. - . ,:,'-:,.::.-.... B. Use a primer on all surfaces and of a type as recommended by the sealant manufacturer. C. ,Test applications shall be made at the beginning of the sealant work, in all types of prepared joints or surface applications, by the contractor, to determine if preparation steps have been adequate for optimum sealant adhesion. These test applications will be reviewed by the Architect/Engineer prior to the start of the work. I I I I I I D. Install all materials in accordance with the manufacturer's printed instructions, as well as the following: 1. Install bond breakers and backer rods in locations and of the type recommended by the sealant manufacturer to prevent bond of sealant to surfaces where such bond might impair the performance of the sealant. 2. Compounds shall not be mstalled when surface and ambient temperatures are below 400 F unless specifically approved by the Architect/Engineer. Compounds also shall not be installed when surface and ambient temperatures are above 1000 F. 3. Run sealant beads sufficiently slow enough to be certain that the entire cavity is filled from bottom up. Air pockets or voids along the edges are not acceptable. 4. Tool sealant surfaces to slightly concave surface or as indicated in the details on the construction drawings. 5. Tooling of sealants with soap, detergent, or other lubricant is not allowed. E. Do not place dissimilar sealant materials in contact with each other. Follow sealant manufacturer's recommendations for separation for dissimilar materials. F. All sealant material to be covered shall be allowed to fully cure in accordance with manufacturer's recommendations. I Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-1 03 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I I 3.04 ROOF SCUPPERS A. Layout new scuppers at locations shown on Drawings. B. Taper msulatIOn back from scupper a mmimum of 48 inches to provide for positive drainage. Prime all metal surfaces of scupper flanges. Using a trowel, set a 6 inch wide layer of mastic scupper for scupper setting bed at all flange locations. C. Install a reinforcing sheet of base ply material at scupper flanges in flashing cement. D. Install mineral-surfaced top ply to scupper by running a hot trowel along the edge and firmly pressing against the flanges. Completed stripping plies shall extend 8 inches mimmum beyond edge of flanges. E. Test all scuppers for proper flow and watertightness. Correct defects. 3.05 INTERFACE WTfHltELATED COMPONENTS A. Install sheet metal closure strip at roof deck to parapet transitions. Refer to Section 07600 - Flashing and Sheet Metal. Prime and apply self-adhering bituminous membrane over sheet metal closure strip. B. Seal edge of temporary roofing/vapor retarder ply sheet to self-adhering bituminous membrane with roofing cement, as approved by membrane manufacturers. C. Sealant: Seal all exposed finish ply edges at the transition to metal flashings, closure strips, and penetrations into the deck with a smooth continuous bead of the specified sealant. 3.06 BITUMEN HEATING A. Thermostatically-controlled kettles shall be used for heating of all bituminous materials. Bitumen heating temperatures will be closely monitored. Kettles shall have operating thermometers to indicate operating temperatures. Contractor shall have available on site, hand-held thermometers or other suitable temperature measuring apparatUs (properly calibrated temperaturelheat gun) capable of verifying mop bucket temperatures. B. Bitumen heating shall be in accordance with the Equiviscous Temperature (EVT) Range Concept (NRCA Technical Bulletin No. 2-91, December, 1991). C. Do not heat asphalt to or above its flash point. Avoid heating at or above the FBT, should conditions make this impractical, heating must be no more than 250 F below the EVT and no more than 250 F above EVT. D. Asphalt temperature at the point of embedding fiberglass ply sheets shall be a minimum of 3650F, unless further restricted by the asphalt manufacturer. E. Asphalt temperature at the point of embedding modified bitumen sheets shall be a minimum of 4000F, unless further restncted by the asphalt manufacturer. Membrane Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-I04 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I manufacturer shall submit letter recommending the minimum asphalt temperature of the pomt of application. F. Follow manufacturer's recommendations for mop lead distances, but in no instance shall asphalt to be applied more than 5 feet ahead of membrane or ply sheet installation. 3.07 TEMPORARY ROOFN APOR RETARDER INSTALLATION A. Apply all layers of roofing perpendicular to the slope of the deck. B. Starting at low point, install the base sheet and ply sheet in shingle fashion with laps installed so that water flows over laps toward drainage points. C. Base Sheet Securement to Prepared Substrate: Lay the base sheet over the entire area to be roofed, lapping side 4 inches and ends 6 inches. Using the specified fasteners, fasten each shf"et every 9 inches through laps and stagger fasten the remainder of the sheet in twe rows on n.ol11mal12 inch centers with fasteners in each row (\!! J? .iT!ch.('entPf~ -. D. Priming: Prime metal surfaces with a uniform coating of the specified asphalt primer, at rate recommended by membrane manufacturer. Surface shall be tack free prior to apphcation of ply sheet. E. Asphalt mopping: Ensure that all moppings do not exceed a maximum of 25 pounds/square. Mopping shall be total in coverage, leaving no breaks or voids. F. Immediately, install over mechanically fastened base sheet, one fully bonded ply sheet set in solid mopping of hot asphalt directly to the base sheet surface, lapping sides and ends a mmimum of 4 inches. Use a stiff broom to obtam full and uniform contact of membrane with asphalt mopping. Broom should be 34 inches minimum. Apply the sheets free of wrinkles, creases or fishmouths and exert sufficient pressure on the roll during application to ensure the prevention of air pockets. Seal each penetration and terminatIOn using fiberglass tape and the specified plastic cement to ensure that the configuration is completely watertight. G. Stagger side laps a minimum of 19 inches from side laps of underlying base sheet. Stagger end laps a minimum of 3 feet from end laps of underlying base sheet. Ensure that asphalt mopping does not exceed a maximum of 25 pounds/square. Mopping shall be total in coverage, leaving no breaks or voids. Apply ply sheet directly behind asphalt applicator. Do not walk on ply sheets during application. H. Install the vapor retarder/temporary roof in a manner that precludes the transmission of mOIsture vapor mside the building from entenng the roof insulation assembly. I. The vapor retarder is to be used as a temporary roof and it must have a glaze coat of steep asphalt applied immediately following the application of the felt. J. Bitumen conSIstency: Cutting or alterations of bitumen and primers is not permitted. K. At terminations and deck penetrations turn up edge of ply sheet a minimum of 2 inches, unless indicated otherwise in drawings, and set in roofmg cement or hot asphalt. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1lI-105 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I L. Set blocking and wood curbs in full bed of mastic. Mechanically attach wood blocking. Blocking thickness shall equal final insulation thickness. Width shall be nominal 4 inches mInImum. M. Install specified fasteners 2 feet on center with two fasteners minimum per blocking section. Within 8 feet of outside comers, spacing shall not exceed 12 inches. Countersink heads. Offset blocking layers 12 inches and weave comers. N. Install cants at locations indicated on Drawings. Cants shall be trimmed to fit and anchored to substrate or wood framing members. 3.08 ROOFING MEMBRANE INSTALLATION A. Install all roofing membrane and flashing systems, and all accessory components In _ accordance with the Drawings and Specifications, and the latest written manufacturer'~ c~.:~: ,,- -.. -- ."c:":-;_~. apjJli~ation instructions... In case of conflictin~ infprmation, re~uf"c;t for cl~rif1('l!tio~;8hall~';; '::::<"_5"4<-~~ be submitted in writing to the Arcmtect. .. .~ B. An aesthetically pleasing overall appearance of the finished roofing application is a standard requirement for this project. Perform all roofing operatIOns so that finished application is acceptable to Owner. C. Refer to Section 07220 - Roofing Insulation for insulation application. D. Application of roofing membrane shall immediately follow application of insulatIOn as a continuous system operation. E. Asphalt moppings: Ensure that all moppings do not exceed a maximum of 25 pounds/square. F. Install the base ply and cap sheet all in the same day. Phasing is not permitted unless prior approval is given by Architect/Engineer to allow a later installation of cap sheet only. G. Apply all layers of roofing perpendicular to the slope of the deck. H. Starting at low point, install the field base ply and cap sheet in shingle fashion with laps installed so that water flows over laps toward drainage points. 1. Bitumen Consistency: Cutting or alternations of bitumen and primers is not permitted. J. Priming: Prime metal and masonry surfaces with a uniform coating of the specified asphalt primer, at rate recommended by membrane manufacturer. Surface shall be tack free prior to application of ply sheet. K. Fully bond field base ply to insulation coverboard in hot asphalt. Ensure asphalt mopping does not exceed a maximum 25Ibs/sq. Mopping shall be total in coverage, leaving no breaks or voids. Apply sheet directly behind asphalt applicator. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 1lI-106 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I _I___~- ...:'::.:--.:'~ --~~~ ~ ~ I I I I I I I I I I I I L. Apply field base ply so that a small amount of asphalt is visible the full length of each lap. M. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-Iaps immediately following sheet application. N. Use a stiff broom to obtain full and uniform contact of membrane with asphalt mopping. O. Avoid walking on ply until membrane has sufficiently cooled to prevent displacement of asphalt. P. Install with 4 inches minimum side and end laps. Stagger end laps 12 inches minimum. Q. Interweave base flashing and field sheets at vertical transitions. R. Layout and align the cap sheet membrane so that the side laps d,-, not coincide with the side laps of the ba,s~_:ply sl1eeJ;s,_ IdeJllly the side laps of thp l-ase -ply sheet sho1l1rlhe positioned under the mIddle of the succeedIng layer of cap shet,~ hlemorane. S. Cap sheet application in adhesive: At a minimum, seams in cap sheet shall be staggered 12 inches from base ply. Apply cold adhesive in a smooth, even, continuous layer without breaks or VOIds. Apply at a rate of 1-1/2 to 2 gallons/square, or as recommended by membrane manufacturer to all surfaces to receive membrane layer. Double the adheSIve application rate at the end laps. T. Immediately apply cap sheet into adhesive. Do not allow adhesive to flash. Lightly broom cap sheet to ensure complete and continuous bond with adhesive. Install with 4 inches minimum side and end laps. Stagger end laps 3 feet minimum from end laps in underlYIng base ply. Remove all wnnkles, fish mouths, and blisters. Broom should be 34 inches minimum. U. Apply mineral-surfaced cap sheet adhesive so that a small amount is visible the full length of each lap. V. Cut a dog ear angle at the end laps on overlapping selvage edges. Using a clean trowel, apply top pressure to top seal T-laps immediately following sheet application. W. Check and seal all loose laps and edges. X. Broadcast mIneral granules completely over all adhesive overruns while adhesive is soft, to ensure a net, monohthic surface color. Y. Avoid walking on cap sheet until adhesive has cured, in accordance with manufacturer's directIOn. Damaged membrane due to foot traffic shall be removed and replaced at no cost to Owner. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set III-107 I I I I I I I I I I I I I I I I I I I 3.09 ROOFING MEMBRANE FLASHING INSTALLATION A. Install flashing base ply and cap flashing membrane layer in acco.rdance with the membrane manufacturer's reco.mmended pro.cedures and the fo.llo.wing: 1. Extend base ply and tap membrane layers aut past to.e o.f cant o.nto. flat roo.f surface a mimmum o.f 4 inches and 8 inches respectively, and pro.vide side laps o.f 4 inches minimum. Stagger jo.ints in base ply and tap layer 12 inches minimum. 2. Base flashing heIght shall no.t be less than 8 inches no.r mare than 24 inches abo.ve finish ro.o.f surface unless o.therwise mdicated an drawings o.r appro.ved in writing by membrane manufacturer and Architect. 3. At the parapets, extend base ply flashing membrane to. tap o.fparapet as indicated an Drawings and nail to. wo.o.d blacking at 4 inches an center. B. Flashing Applicatio.n: Apply the base flashing sheet o.nto. the parapet. Nail the sheet an 12 inch centers in all directio.ns to. the vertIcal wo.o.d surface farm the tap o.fthe cant to. tap o.f wall. Fully adhere the remainder of sheet that extends ho.rizo.ntally aver the base ply (io.dield.ofroof) in aclhec:ivp A!,~iy'a>unifo.rriiccoat oftpe <:r~cifipcl cold ~ilpesive to the back o.fthe cap flashIng sheet as well ~&,th~ area to. receive cap flashing co.verage. Do. no.t apply adhesive aver the selvage edge o.r the area an the subsequent flashing sheet that is to. lap aver the selvage edge. Allo.w the adhesive to. flash until it beco.mes "tacky." Set the cap flashing sheet in place and exert pressure an the sheet during applicatio.n to. ensure co.mplete co.ntact with the wall/ro.o.f surfaces; this can be acco.mplished by using a small metal roller. Using a Leister Hand Welding To.o.I, seal the laps between flashing sheets. Stagger the laps o.f the flashing sheet layer fro.m the lap seams in the base flashing ply. Check and seal alllo.o.se laps and edges. Secure with terminatio.n bar at the tap edge o.f the flashing and nail an 8 inch centers. C. Seal terminatio.n bar and tap edge o.f flashing with fabric and mastic o.r plastic ro.o.fing cement (three co.ursing pro.cedures). D. Far parapet flashIng where wall height is greater than 24 inches abo.ve the finished ro.o.f surface, the fo.llo.wing additio.nal procedures shall applied with the appro.val o.f the membrane manufacturer: 1. Install base ply o.fflashing fro.m (4 inches o.nto. the field sheet) base up to. a minimum o.f 4 inches vertically abo.ve the tap edge o.f the cant. Install seco.nd separate ply o.fbase flashing membrane an vertical surface o.fparapet ext~nding aver tap edge o.fbo.tto.m ply 4 inches and up to. tap o.fparapet, at the tap o.fthe parapet naIl ply to. wo.o.d blacking at 4 inches an center. 2. Install first layer o.f flashing cap sheet fro.m (8 inches o.nto. the field sheet) base up to. a minimum o.f 8 inches abo.ve tap o.f cant and secure to. wall with terminatio.n bar and fasteners as 8 inches an center. Install seco.nd separate ply o.fflashing cap sheet to. vertical surface o.f wall extendIng aver the tap edge o.f the bo.tto.m ply cap sheet 8 inches and up to. tap o.fwall and secure with terminatio.n bar. Seal tap edge o.fflashing with fabric and mastic o.r ro.o.fing cement (three co.ursing pro.cedures). E. Avo.id excessive adhesive seepage at seam. At cap flashing, caver expo.sed seepage with a full sprinkling o.f lo.o.se granules while adhesive o.verrun is so.ft. Part Angeles Fire Statio.n Headquarters Ro.o.f Replacement and Deck Repairs WJE No.. 2001.3254 1lI-108 Mo.dified Bitumino.us Sheet Ro.o.fIng 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 3.10 VENT STACKS, STANCHIONS AND LIGHTNING PROTECTION A. Install roofing base plies at base of vent stack. Construct a single piece vent sleeve (refer to Section 07600) and set flange in mastic. Base flange should extend 6 inches mmImum. B. For vent stacks, turn lead down into vent opening a minimum of2 inches. Install top ply as noted above. Stripping plies shall extend 4 mches beyond edge of lead flashing. A uniform bead of mastic/roofing cement shall be installed at edge of top ply at the base of the stack. c. Install roofing base plies at base of lightmng protection stanchions. Seal around base of stanchion with mastic. Install preformed flashing boot assembly (per to Section 07700) and set flange in mastic. Base flange should extend 6 inches minimum. Install top ply as noted above. Stripping plies shall extend 4 inches beyond edge of metal flashing. A uniform bead of ma~tic/roofing cement shall b~ installed at edge of top ply at the base of the stanchion ~_~_~<_c::-~o:~.~o__ _ - ---,-,- - .- "'- D. Apply sealant at all exposed finish ply edges at transitions to metal flashings. 3.11 ROOF TOP MECHANICAL EQUIPMENT, VENTS AND AREA DIVIDER CURBS A. Refer to Paragraph 3.09 above for general base flashing installation requirem~nts and the following additional procedures. B. Pnme all vertical surfaces at a rate recommended by the membrane manufacturer and allow to dry completely. C. At wood curbs for equipment and expansion joint assemblies, extend base ply of flashing membrane to top of curb, and secure with nails to blocking. D. Extend cap flashing membrane sheet up vertical surface of curb and terminate at top edge. E. For curbs where integral sheet metal flashing is used but not attached to face of curb, install terminatIOn bar through cap sheet as shown on Drawings with fasteners at 8 inches on center. F. Apply self-adhering membrane underlayment at top of curbs, lapping roofing membrane 3 inches minimum. 3.12 INSTALLATION OF ANCILLARY COMPONENTS A. Walkway Pads 1. Walkway pads shall be installed in cold adhesive over roof surface, at locations where indicated on Drawings. 2. Walkway pads shall be installed in 5 foot lengths maximum with 6 inch spacing between sectIons to allow for water flow. 3. All edges shall be cut true and uniform in appearance. 4. Allow walkway pad to relax until flat, prior to installation. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 TII-I09 Modified Bituminous Sheet Roofmg 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 5. Spot apply adhesive to back surface of walkway pad in 5 inch by 5 inch by 3/8 inch thick, in accordance with manufacturer's specified pattern. 6. Walk-in each sheet after application to ensure proper adhesion. 3.13 FIELD QUALITY CONTROL A. The Architect will provide periodic onsite observation during mstallation. B. The roofmg manufacturer will provide qualified technical personnel for onsite observation and instruction full time at beginning of membrane installation to establish project standard and thereafter as the manufacturer deems necessary, but not less than one time every two weeks when roofing membrane and related work is being performed. Architect shall be notified at least 48 hours in advance of site visit by manufacturer's representative. C Roofing manufacturer's representative shall submit a written report for each site visit to the Ar,fhitcct within one week of site visit. Conditions obc;erv.ed th.~t required !'In ~r!,rnva 1 '" from the Architect or which vary from the Project Manual and Drawmgs shall be brought to the attention of the Architect immediately and documented in writing. 3.14 ADmST AND CLEAN A. Carefully inspect all completed work and correct all defects. B. Remove from the job site and legally dispose of all debris. C. Accompany the manufacturer's techmcal representative and Architect, and assist with equipment and workmen if necessary to provide access to the roof. Correct all defects noted during the inspection. D. Clean up bitumen and mastic spills and spattermg. Repair damage and remove stains caused by the work. E. At completion of the work, remove all surplus equipment, tools and supplies. F. Prevent storage of materials and equipment on the completed roof areas. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-I 10 Modified Bituminous Sheet Roofing 11 August 2003 Bid Set I I I I I I ~~, - I I I I I I I I I I I I SECTION 07600 FLASHING AND SHEET METAL PART 1 - GENERAL 1.01 DESCRIPTION A. Contractor shall furnish all items, materials, operations or methods listed, mentioned, indicated or scheduled in these Specifications, including all labor, materials, equipment transportation and incidentals necessary and required to perform the Work and to bring the project to completion. B. Contractor shall furnish and install new miscellaneous sheet metal, flashing and related components as specified and shown on the Drawings and m this Project Manual. Work to include, but is not limited to: 1. Furnish and install galvanized steel cleats. 2. Furnish and.instalJ prf"finishpil g~ lV<'ln17pQ ~t~~l and -aIUn'iJjium:J1~<:hing<:. counterflashmgs, receivers, fascia, metal covers, c::.ncr-iriin. 3. Furnish and install miscellaneous sheet metal items and fasteners. 4. Furnish and install sheet metal flashing assembhes and counterflashing for curbs and vents. 5. Furnish and install new lead flashing for vent stacks and drain sumps. 6. Furnish and install new galvanized steel deck to wall closure strips. 7. Furnish and install new prefinished galvanized steel copings, one component coping transitions, and terminations. 1.02 RELATED WORK A. Specified elsewhere: 1. Section 06100 - Rough Carpentry . 2. Section 07220 - Roofmg Insulation 3. Section 07550 - Modified Bituminous Sheet Roofing. 4. Section 07700 - Roof Specialties and Accessories 5. Section 07800 - Skylights 1.03 QUALITY ASSURANCE A. Qualifications 1. Have installations of the specified materials and components for a minimum period of five (5) years. 2. Utilize only experienced workers on this project, skilled in the installation of the materials and components specified herein. B. Source Quality Control 1. Manufacturer's Product: Obtain materials for complete installation of that assembly or system from only one manufacturer as appropriate. Provide materials not available from the manufacturer from sources, which are recommended and approved by the component manufacturer. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-Ill Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Reference Standards: Except as modified by the Drawings and Specifications, the following documents, or applicable portions thereof, govern the work: 1. Sheet Metal and Air conditioning Contractors National Association, Inc. (SMACNA) "Architectural Sheet Metal Manual Fifth Edition." 2. American Society for Testing and Materials (AS1M) 3. National Roofing Contractors Association (NRCA), "Roofing and Waterproofing Manual," 5th edition, 2001 4. "Specification for Aluminum Structures" by the Aluminum Association 5. ANSIIA WS D1.2, "Structural Welding Code - Aluminum" 6. Sheet Metal Welding Code 1.04 WORK SEQUENCE A. Conduct all work under temperature and climate conditions as recommended by standard practice. Do not install new sheet metal and flashings when rain or inclement weather is imminent. --~--~>~~~-:.~~~~~:--....- B. Installation of the new sheet nlctcl-components shall be coordinated with related work and all other trade work required to proVIde suitable substrate for installation of completed roofing system. C. InstallatIon of new sheet metal and flashings shall be coordinated with new membrane installation defined in Specification Section 07550 - Modified Bituminous Sheet Roofmg. 1.05 SUBMmALS A. Required prior to the commencement of work: 1. Detailed shop drawings or full-sized mockups, 12 inch wide (length) minimum, of all new sheet metal. Shop drawings shall include details of all erection and connection methods, expansion joint location and detail, and accessories for all new items required under this Specification. 2. Approval of shop drawings will be for details, and arrangements of the various parts. Verification of job dimensions shall be the sole responsibility of this Contractor. 3. FIeld mock-ups will be allowed with the pri~r approval of the Architect. Mock-up shall include all components required for complete installation of assembly. Approval of mock-up will establish the mimmum standard level of care to be used for entire project. 4. Minimum Scale for Roof Plan: 1/8 inch = 1 foot-O inches. 5. Minimum Scale for Details: 1-1/2 inches = 1 foot-O inches. Submit the following a. Counterflashing at roof edges b. Counterflashing and flashing assemblies for base of curbs and vents c. Receiver sections d. Metal edge faSCIa (roof area A, north and west elevations) e. Penetration flashing (mcluding rain collars) f. Vent stack flashing (lead sheets) g. Copings h. One-component coping transitions and coping to wall terminations. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-1l2 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I B. Samples: 1. Four (4) samples of aluminum and galvanized, prefinished sheet steel for each thickness and color specified, 12 inches minimum. Color chart shall be submitted with sample color prior to mock-up submittal. 2. Four (4) samples of each type of fastener to be used 3. Four (4) sheets of rosin paper 4. Four (4) samples oftermination bar, 12 inches long (for any that are different from roofing submittal) C. Product Data: 1. Four (4) sets of manufacturer's technical literature for color 2. Four (4) sets of manufacturer's technical literature for sealant and backer rods 1.06 WARRANTY A. Contractor's Warranty: 1. ~y-the.she~_H!1.et~J contractor. - __n. - - 2. 1\.-:1e~Pen'od: Five (5) years after the date of completion and acceptance by the Owner. 3. Terms: All materials, labor, tools and equipment necessary for repair, restoration, or replacement of all new work damaged as a result of: a. Defects, imperfections, or faults in: 1) Materials 2) Workmanship 4. Corrections of defects, imperfections, and faults shall not reheve the Contractor from his responsibility for addinonal corrective work during the remaming time period. B. Manufacturer's Warranty: 1. Finish on factory coated prefmished sheet metal items shall be for 20 years and as provided by the manufacturer. 1.07 DELIVERY, STORAGE AND HANDLING A. Deliver materials requiring fire resistant classifications packaged with labels intact and legible. B. Protect existing building construction and all work in place from damage resulting from the storage, preparanon, handlmg and application of roofing materials. C. Keep all material dry while they are transported, stored and installed. Do not allow materials to be exposed to any moisture anywhere, at any time, during transportation, storage, handling and installation. D. Store all materials on raised platforms with weather protective coverings. The manufacturer's standard packaging and covering is not considered adequate weather protection. Tarpaulins are preferred for protection of all roof materials. If visqueen coverings are used, venting of each package is required. Material storage procedures will be constantly monitored and strictly enforced. E. Handle all materials to avoid damage. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 llI-l13 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I F. Storage of all materials shall conform to the limitations recommended by the material manufacturer including restrictions on ambient temperatures and shelf life. PART 2 - PRODUCTS 2.01 SHEET METAL MATERIAL A. New fabncated metal copings, flashing, counterflashing, fascia, receivers, roof covers, terminations and transitions, and miscellaneous sections as indicated on drawings: Shop fabricate items to comply with Drawings or with profiles of materials sections in place and adjacent to work (and as reqUIred to fit eXIsting construction). All work to comply with standard industry details as shown by SMACNA in the "Architectural Sheet Metal Manua1." Except as otherwise indicated, provide drip edges which project 3/4 inch minimum at a 45 degree angle and folded back to form a hem on the concealed side of -,- ~"~ ~'>exposed edges. Roof side att.achment holes shall be PJedrilled. 1/16 inch overslzen, :Jt,;~.-~",-:",;~.;:L.r~;!C}:'.";::;:"-_".: '" ;.,---,_.,.'- 24 Inches on center. --;' ;;;:.-.... 1. Galvanized steel: Conforming to ASTM A 446, 24 gauge minimum unless otherwise specified. 2. Aluminum: Conforming to ASTM B202-92a (UNS Alloy Designation A93003-H14 or A933004-H34), .050 Inch minimum thickness. B. All cleats to be fabricated from matching material, one gauge minimum heavier than material being attached to. C. All exposed sheet metal shall have Kynar coating, or approved equal, to match color of existing material removed, unless otherwise approved by Owner. D. Provide 12 inch minimum wide, 26 gauge back-up plates and 8 inch minimum wide 24 gauge cover plates, matching profile, material, and finish for new fascias and copings. E. Provide preformed, one-component inside and outside comer coping sections and transitions of matching material, finish and profile for all sheet metal work. Fabricate with soldered or welded seams for waterproof construction. F. Provide miscellaneous roofIng accessories fabricated from sheet metal in the location indicated and of the sizes and profiles indicated (or to match adjacent construction). Fabricate with soldered or welded seams for waterproof construction, and provide flanges for integration with roofing, flashing on other work as indicated. G . Welding electrodes for aluminum shall meet the requirements of ANSI! A WS A5.1 0 "Specification for Bare Aluminum and Aluminum Alloy Welding Electrodes and Rods," and Table 1.2 of A WS D1.2. H. Soldering for galvanized steel shall be in accordance with ASTM B32-91, alloy grade 50A, use solder with 50/50 percent composition. Flux: resin, muriatic acid neutralized With zinc or approved equal joints. Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-114 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I. , h.... ~ > ~ I I I I I I I I I I I I 1. Termination Bar: Conformmg to ASTM A167, Type 304 or 316 stainless steel, 1/8 inch thick by 1-1/2 inch wide with prepunched holes at 4 inches on center. J. Lead flashing for vent stacks and similar penetrations: Standard 0.062 inch thick 18 inch square lead sheet weighing not less than 4 pounds per square foot, conforming to ASTM B29-79 (1984). K. Rosin paper: Unsaturated, 5 lb. minimum conforming to Federal SpecificatIon UU-B-790, Type I, Grade A. L. Draw Bands: Adjustable stainless steel draw bands and clamping rings for penetrations, conforming to ASTM A167, Type 304 or 316. M. Conductor Heads: Factory welded 0.063 aluminum, fmished with post-coat Kynar 500 two-coat system as manufactured by Hickman, Inc., Asheville, North Carolina. Owner to select color from manufacturer's standard colors. N. Scupper: Factory welded 0.063 aluminum finished with post-coat K~iiai'500 two-coat system as manufactured by HIckman, Inc. Asheville, North Carolina. Color to match color of conductor head. O. Downspouts: 0.050 aluminum, finished with pre-coat Kynar 500 coating system as manufactured by Hickman, Inc., Asheville, North Carolina. Owner to select color from manufacturer's standard colors. P. Downspout straps and starter tube: 0.063 aluminum, fimshed with pre-coat Kynar 500 coating system as manufactured by Hickman, Inc., Asheville, North Carolina. Color to match color selected by Owner for downspout. Q. Closure strip: 24 gauge galvanized steel conforming to ASTM 446. 2.02 FASTENERS A. General 1. Exposed fasteners shall be stainless steel only (nails, screws or spikes). Spacing as noted on Drawings. 2. All non-exposed fasteners shall be non-corrosive metal, compatible with material being fastened or anchored. Spacing as noted on Drawings. B. Metal to Masonry: All fasteners to have a 1-1/2 inch minimum embedment in the substrate. 1. Conductor head to masonry wall shall be 1/4 inch by 3 inches long with integral EPDM sealing washer with 2-3/4 inch embedment. 2. All other masonry screw fasteners 1/4 inch by 2 inch long with integral EPDM head washers for predrilled holes. a. Approved manufacturers: 1) Powers Fasteners 2) Elco Industries, Inc. 3) Approved equal meeting the requirements noted above and as recommended or approved by the component manufacturer. Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-lI5 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Metal (exposed) to Vertical Wood (Blocking): 2 inch Hex head stainless steel with integral high-domed stainless steel/EPDM sealing washers. D. Metal (concealed) to Wood Deck (horizontal): Hot dipped galvanized steel nails 8d minimum. E. Metal (concealed) to Wood: #10, 16 threads per inch by 1 inch (minimum length) Phillips pan head with corrosion resistant coatIng. F. Metal (exposed) to Metal: Metal fasteners, No.3 point, ten, 16 inch by 3/4 inch (minimum length) stainless steel with integral high-domed stainless steel/EPDM sealing washer. G. Rivets: Solid rivets of same material as beIng connected. H. Expansion Inserts: lead, nylon, or suitable pJ;ostic. r. " - "'""- -. -- - ' " - . -=- Wedges: Solid lead units to be set and s1ru~kmto'Iinal position in reglet. 2.03 SEALANT MATERIALS A. Metal to Metal, Metal to Masonry, Joint Sealant 1. One-component silicone elastomeric sealant, FS TT -S-00230C Class A, TT-S-001543A Class A: a. "Silpruf Silicone Weatherproofing Sealant," manufactured by General Electric Company, Silicone Products Department, Waterford, New York b. "Dow-ComIng 795 SIlicone Building Sealant," manufactured by Dow Coming Corporation, Midland, Michigan B. Joint Filler 1. Closed-cell expanded polyethylene (rod), non-gassing: a. "Expand-a-Foam", manufactured by (Williams Products, Inc. b. "SofRod", manufactured by Nomanco, Inc. c. "Sonofoam Backer-Rod", manufactured by Sonnebom-Contech C. Joint Cleaner: Type recommended by the manufacturer of the sealing compound for the specific joint surface and conditions. D. Joint Primer and Sealer: Type recommended by the manufacturer ofthe sealing compound for the specific joint surface and COndITIOns. E. Bond Breaker: Polyethylene tape compatible with sealants used. 2.04 MISCELLANEOUS A. Continuous tapered cedar blocking: for installation under COpIngs, 1 inch minimum thickness, as shown on Drawings. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-116 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I PART 3 - EXECUTION 3.01 PREPARATION OF SUBSTRATE A. Examine all surfaces for inadequate anchorage, foreign material, moisture, unevenness, or other conditions that could prevent the best qualIty installation and longevity of the sheet metal materials and accessory components. NotIfy the Architect in writing of all deficiencies. B. Do not proceed WIth installation until unsatisfactory conditions have been corrected in a manner approved by the Architect. C. Clean the substrate of obstructions and substances detrimental to the work. D. Proceeding with the work shall signify the contractor's acceptance of the substrate being covered by the new sheet metal installation. E. .Fietd':~;iasUrements and material quantities: Contractor shall have sole responsibilIty for accuracy of all measurements and estImates of material quantities and sizes. ~ ....' ~ , 3.02 PREPARATION AND SHEET METAL FABRICATION A. Field verify the required configuration and measurements of all sheet metal work prior to beginning fabrication. B. Shop fabricate sheet metal shapes in lengths appropriate for the building and wall configurations (10 foot long sections maximum), or as long as practical to adequately provide for expansion and contraction. Finish water and weather-tight throughout. Lmes, rises and angles shall be sharp and true. Plain surfaces shall be free from waves or buckles. C. Minor scratches in finish are to be immediately repaired utIlizmg an air dry coating furnished by the manufacturer and suitable for providmg an aesthetically pleasing appearance. Damage other than minor scratches shall have the affected sections removed and replaced at no additional cost to the Owner. D. All metal shavings and similar items that are not part of the finished system must be removed from material immedIately. 3.03 INSTALLAT~ON A. General: 1. Install new sheet metal fabrications and accessones as shown on the Drawings. 2. Install work watertight, without waves, warps, buckles, fastening stresses, or distortion. Allow for expansion and contraction. Angle bottom edges of exposed vertical surfaces to form drips. Hem exposed edges. 3. Fasteners not otherwise specified shall be of appropriate type for the conditions involved and as approved. 4. Sheet metal shall be carefully fabricated and installed making adequate provision for movement due to thermal expansIOn or contraction without damage to appearance or watertightness. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III -117 Flashing and Sheet Metal 11 August 2003 BId Set I I I I I I I I I I I I I I I I I I I 5. Free edges of all sheet metal shall be hemmed or doubled back for stiffuess or to engage cleats. Hemmed edges shall have 3/4 inch minimum engagement to cleat. No nails or other fasteners shall remain exposed in finished sheet metal work. 6. Laps between adjacent sections of sheet metal shall be provided with two continuous beads of sealant in the lap area. 7. Soldering shall be expertly done at proper temperatures, using methods and materials compatible with base metal. All joints shall be filled solid, uniform, and watertight. 8. No field welding of aluminum will be permitted. 9. Shop fabricate all corner sections, T -sections, transitions, and coping to wall terminations as single component sections. Provide shop-soldered or shop-welded joints in comers, T-sections, and other single component sections. For aluminum and galvanIzed steel sections, all welding shall be done prior to application of factory finish coating. B. Metal surfaces in contact with other non-compatible metals shall be treated as follows with one of the following procedures: ]. Paint dissimilar material witb_co~tin.g ofhe~vy-bodlf>n bitllll1inow: I'9int: 2. Install an approved non-absorptive tape or gasket. to;".2..:-, ~ 3. Install a preformed neoprene or modified asphalt sheet. _~:-~ _r " 4.:'....:..~ ~'V- C. Soldering (galvanized steel): Clean and flux metals before soldering. Neutralize flux after soldering. Sweat solder completely through seam width. As work progresses, neutralize excess flux with 5 to 10 percent washing soda solution and thoroughly rinse. Leave work clean and free of stains and debris. All soldering shall use stitch-type installation procedures. D. Cleats: For continuous cleats, secure to substrate with fasteners spaced 4 inches on center staggered pattern. Install with 1/4 inch gap between sections, and in 12 foot maximum length sections. E. Drips: Form drips at lower edge of sheet metal counterflashing and edge sections by folding back and bending out 45 degrees from vertical to carry water away from wall. Stiffen lower edge of counterflashing or edge sections by 3/4 inch hem formed by folding edge of sheet metal back on itself. F. Install joint covers between sections of fascia. Allow 1/2 inch between adjacent sections of fascia. Install backup plate centered at joint. Install two (2) continuous beads of sealant each side of 1/2 inch gap at 1 inch and 3 inches from gap edge. Install joint cover plate section centered on gap. All new sections of fascia and backup plates shall be set on membrane plies in full bed of mastic prior to securing to substrate. G. Receivers 1. Install receivers at in bed joint ofCMU walls for specified minimum heights indicated on Drawings, for conductor/scupper counter flashing and similar attachment as indicated on the Drawings. Back edge shall be prOVIded with 1/2 inch fold to accept lead wedge for securement. Wedges shall be spaced 6 inches on center. Joint at top surface of receivers shall be filled with sealant and backer rod. 2. Fabricate outside edge receivers with doubled-backed hemmed leg to allow for fittmg of counterf1ashing components between hems and securement with short sheet metal screws of non-corrosive compatible metal. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Flashing and Sheet Metal 11 August 2003 Bid Set III-118 I I I I I I ~I- I I I I I I I I I I I I 3. Receivers shall be of compatible metal with base metal being connected to. H. Roof counterflashing: Overlap base flashing 4 inches minimum, unless existing conditions prohibit installation. Provide 3/4 inch fold for drips along bottom edge and install against base flashing. Lap seam vertical Joints 4 inches minimum. Apply sealant In lap area. Miter, lap seam, and close corner joints with sealant. Breaks shall be provided as shown on the Drawings. Securement to substrate shall be with appropriate fastener type (with integral sealing washer if required) spaced at 8 inches on center maXImum. 1. Rain Collars and Draw Bands: Install rain collars at vent stacks. Install neoprene separator between rain collar and dissimilar metal for pipe penetration. Secure draw band or clamping ring and seal exposed top edge with sealant tooled to divert water away from penetration. J. Vent Stacks: Vent stacks shall be fabricated with lead fl~shing as shown on the I Drawings. AI! lead shall be t'.LTYlen dnwn_ into <;tl.lck :l mimmum~<if 2 ipC'hf"s llT)kss otherwise approved by Architect. Prime lead flash both 'sides 'as recommended by membrane manufacturer, prior to applIcation In roofing cement and membrane flashing application. K. Drain Sumps: Refer to Section 07550 - Modified Bituminous Sheet Roofing for installation and coordination with roofing membrane work. L. Sealant Installation (for coping lap seams): Apply two (2) 1/4 inch diameter continuous beads, set back 1 inch from each edge. Multiple lines of sealant shall be installed at 1 Inch on center. M. Rosin Paper Installation: Rosin paper shall be installed below all new sheet metal work at locations of new self-adhering waterproof membrane underlayment. Rosin paper shall be lapped a minimum of 6 inches between adjacent sheets. N. Bituminous Plastic Cement: Trowell/8 inch thick. 3.04 INSTALLATION OF SEALANT MATERIALS A. All surfaces to receive the joint sealants shall be examined by the contractor. Any surfaces, whIch are found to be unSUItable for Installation of the joint sealants, shall be brought to the attention of the Architect for resolution. Application or installation of the material constItutes acceptance of the surface of the substrate. B. All surfaces to receive sealants shall be clean, dry, and free of any loose materials, dirt, dust, laitance, rust, oil, frost, and other contaminants. 1. The surfaces shall be blast cleaned with oil free compressed air to remove the dust of cleaning. 2. The surfaces shall be cleaned with sealant manufacturer's approved solvents. C. Use appropriate primers on concrete, masonry and metal surfaces to receive joint sealants in accordance with the recommendations of the sealant manufacturer. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-119 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I D. The contractor shall make test applications at the beginning of the sealant work, in all types of prepared joints or surface applications, to determine if preparation steps have been adequate for optimum sealant adhesion. These test applications will be reviewed by the Architect prior to the start of the work. E. Install all materials in accordance with the manufacturer's printed instructions, as well as the following: 1. Install bond breakers and backer rods in locations and of the type recommended by the sealant manufacturer to prevent bond of sealant to surfaces where such bond might impair the performance of the sealant. Backer rods shall typically be installed under 25% compression of rod material unless otherwIse recommended by sealant manufacturer. 2. Application of joint sealant materials shall be made by cartridge-type caulking guns. 3. Compounds shall not be installed when surface and ambient temperatures are below 400F unless specifically approved by the Architect. Compounds also shall not be installed when su~ee-caHd.ambient temneratJ1Tes arp abovp J OOop. - :- ---- ~ -~- - - - - - -- -- -~ .!. - -- 4.' Run sealant beads sufficiel1~!Y~}ow enough to be certain that the entire cavity is filled from bottom up. AIr pockets or voids along the edges are not acceptable. 5. Tool sealant surfaces to the shapes shown, or ifnone is shown, to flush or slightly concave surface. Tooling of sealants with soap, detergent or other lubricant is not allowed. H. All surfaces adjacent to sealants shall be protected, unless otherwise approved by the Architect. Use pressure sensitive tape to prevent staining of adjacent surfaces, or spIllage and migration of sealant out of the joints. I. Do not place dissimilar sealant materials in contact WIth each other. Follow sealant manufacturer's recommendations for separation of dissimilar materials. J. All sealant material to be covered shall be allowed to fully cure in accordance With manufacturer's recommendations. 3.05 CLEANUP A. Carefully inspect all completed work and correct all defects. B. Remove from the job site and legally dispose of all debris. C. Clean up spills and spattering from material installation. Repair damage and remove stains caused by work. D. Remove all surplus materials, tools, and equipment. E. Prevent storage of materials and equipment on the completed roof. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-120 Flashing and Sheet Metal 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 07700 ROOFING SPECIALTIES AND ACCESSORIES PART I-GENERAL 1.01 DESCRIPTION A. The work of this section of furnishing and installing roofing accessories. The work of this section consists of furnishing all items, materials, operations or methods listed, mentIoned, indicated or scheduled in these Specifications, including all labor, materials, equipment transportation, and incidentals necessary and required to perform the Work and to bring the project to completion. B. The work shall include but not be limited to: 1. Prefa,1;>pcated flashing accessories 2. V ~1~t~~~~<'exteP&iQns _ _ 3. Pre.fab:ieated boot flashIng 4. Duct mounting pedestals 5. Roof access scuttle and ladder system 1.02 RELATED WORK SPECIFIED ELSEWHERE A. Section 07550 - Modified Bitumen Membrane Roofing B. Section 07600 - Flashing and Sheet Metal 1.03 QUALITY ASSURANCE A. Reference Standards: Except as modified by the Drawings and Specifications, the follOWIng documents or applicable portions thereof govern the work: 1. National Roofing Contractors Association (NRCA) "Roofing and waterproofing Manual- Fifth Edition." 2. American Society for Testing and Materials (ASTM). B. Manufacturer's Products: Obtain related materials from only one manufacturer. Provide materials not available from the manufacturer from sources that are recommended and approved by the manufacturer. C. Underwriters Laboratories (UL) Listed Products: Provide materials which have been tested and listed by UL, and bear UL label on each package, or are shipped to the project with a UL Certification of Compliance. A copy of said UL certifications shall be submitted to Architect for each noted shIpment received at the site. 1.04 SUBMITTALS A. The following shall be submitted in accordance with Section 01300 - Product Data and Samples, prior to the commencement of work: 1. Samples of each material to be used in the roofIng system including each component manufacturer's technical literature. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-12l Roofing Specialties and Accessones 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 2. Written approval by the manufacturer that all materials supplied for this job comply with the requirements of the ASTM standards cited, and that where applicable, the materials are suitable for a UL Class A roof. 1.05 WORK SEQUENCE A. Perform all work under temperature and climatic conditions recommended by materials manufacturer. Do not install new materials when rain is imminent. PART 2 - PRODUCTS 2.01 MATERIALS A. Prefabricated Flashing Accessories: 1. Retrofit Cap and Adapter: Neoprene retrofit stepped pipe boot, EPDM stepped cap, - _. .~" ,.'~,:'" .o-::C"'~~':,:::--,,-" adapter ring, and st::lln l~ss "teel nmwb::lnd, s!zertJnJit !,e1"'~!;atl(\11 <:l.r:.rl ~o hf' f1~!"l,r-.it':..;;;&,~C'_",.~.~:~::~ .w>:'-' to roofing system, as provided by Roof Products & Systems Corporation, .!:., ___c~' Bensenville, illinois or approved equal. 2. 26 gauge stainless steel, prefabricated flashing, Type PL/D (2-piece diVIded) or PUS (1 piece slipover) as provided by SBC Flashings, Miami, Florida, or approved equal. Include standard accessory sealant cover, one part polyurethane sealant and closed cell backer rod. B.. Vent Stack Extensions: For low vent stacks that require extension to meet flashing height requirements one of the following components must be used. 1. VertIcal stacks without horizontal elbows below deck, use a schedule 40 minimum pipe of the same SIze as the existIng with a no-hub clamp to connect both sectIOns. 2. Vertical stacks with horizontal elbows below deck may use schedule PVC pipe sized to fit inside of existing stack with least minimum gap between PVC and existIng stack pipe. Bottom ofPVC shall be cut to allow free flow into stack piping. No more than one-half ofPVC shall be trimmed to form opening. C. Prefabricated Duct, Conduit, and Pipe Supports 1. Galvanized "Uni-strut" style meal items 2. Plastic bases 3. CondUIt greater than 1 inch in diameter, up to 3 inches diameter a. Miro Industries, Inc., model e-RAH b. Portable Pipe Hangers, Inc., Type PP-I0 with roller D. Duct MountIng Pedestal and Support Curb Assembly 1. Prefabricated curb support: Galvanized equipment rail with raIsed integrated curb/cant, Type ER-4A, shop insulated by manufacturer, as provided by Roof Products & Systems Corporation, Bensenville, illinois, or approved equal. 2. Prefabricated mounting pedestal: Galvanized, adjustable steel rod and rail assembly, with additional top hold down bracket, as provided by Roof Products & Systems Corporation, BensenvIlle, illinois, or approved equal. E. Roof access scuttle, Type F-50, single leaf, 4 feet by 4 feet, with internal ladder as provided by the Bilco Company, New Haven, Connecticut, or approved equal. Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrS WJE No. 2001.3254 111-122 Roofing Specialties and Accessories 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I PART 3 - EXECUTION 3.01 GENERAL A. Install all products and components in strict accordance with manufacturer's written instructions. 3.02 INSTALLATION OF DUCT, CONDUIT, AND PIPE SUPPORTS A. Supports are to be set on separator sheet or walk pad above membrane. No supports are to be in contact with membrane without prior approval of Architect/Engineer. B. Place prefabricated supports under conduit larger than 1 inch in diameter. 1. Space supports 4 feet on center, unless ot!1erwise dIrected. - ~~ -< '" "'_ _ H --- --..,,--.........-"- C. Place prefabricated supports under all gas lirie:;<l;ltgei than 1 inch in diameter. 1. Space supports 4 feet on center, unless otherwise directed. D. Place prefabricated supports under all air handling ducts. 1. Match locations of existing supports, unless other directed. 2. Place supports at comers of ducts supporting end with special wide support. 3. Use hanging strap style supports for ducts with clearance of 6 inches or less above the roof surface. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 11I-123 Roofing Specialties and Accessories 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 08600 SKYLIGHTS PART 1 - GENERAL 1.01 DESCRIPTION A. The Contractor shall provide all items, materials, operations or methods listed, mentioned, indicated, or scheduled in these Specifications, including all labor, materials, equipment transportation, and incidentals necessary and required to perform the Work and to bring the project to completion. B. Work included but not limited to: 1. Removal and disposal of existing skylight dome assemblies. 2. Furnish and install!'..ew skylight frame with thermal break and acrylic double domes. 3. Fumlsh and in~tal1 inciderttal'Items reqnirt"d to complete lnstallation I)fnt"ws~T!igpL units. -' '''"^'' 1.02 RELATED WORK A. Section 07220 - Roofmg Insulation B. Section 07550 - Modified Bituminous Sheet Roofing 1.03 QUALITY ASSURANCE A. Contractor's Qualifications: Have installations of the specified materials in the local area for a minimum period of five (5) years. B. Reference Standards: Except as modified by the Drawings and Specifications, the following documents, or applicable portions thereof, govern the work: 1. American Society for Testing and Materials (ASTM) 2. American Architectural Manufacturers Association (AAMA) C. Manufacturers: Matenals shall be obtained only from manufacturers. 1.04 SUBMITI ALS A. Submit in accordance with Section 01300 - Product Data and Samples B. Submit manufacturer's standard product data and installation specifications. C. Manufacturer's' sample warranty 1.05 WARRANTY A. Contractor's Warranty 1. PaId by Contractor 2. Time Period: Two years after date of completion and acceptance by Owner. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 111-124 Skylights 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 3. Terms: Include all labor, materials and tools, equipment, and service necessary for proper repair, restorations, or replacement of all new work damaged as a result of: a. Defects, imperfections, or faults in: 1) Materials 2) Workmanship b. The Contractor's correcting the defects, imperfections, or faults shall not relieve the Contractor from its responsibility for additional corrective work during the remaining time period. B. Manufacturer's 1. Paid by Contractor 2. Time Period: Two (2) year standard warranty prepared as a single source warranty covering defects in all materials supplied by the manufacturer. PART 2 - GENERAL ~ 2.01 J: _~.=-=~__'~;:~_;.~::~_....... _ STRUC .l~JRA~'CRITERlA A. Plastic skylights must meet the requirements of American Architectural Manufacturers Association (AAMA) publication "Voluntary Uniform Load Structural Standard for Plastic Domed Skylights" (AAMA 1606-82) which requires acrylic thickness adequate to withstand a positive and negative test pressure of 60 psf. B. Thermal Performance 1. The plastic domed skylight shall have been tested by an independent certified test laboratory per the' American Architectural Manufacturers Association (AAMA) "Voluntary Test Method for Thermal Transmittance of Skylights" (AAMA 1603.1- 1980). The total thermal loss of the entire product due to conductivity and air infiltration in the specified 7-1/2 mph wind shall not exceed 3.9 BTU/HourlDegrees Fahrenheit. The air infiltration in the test shall have been found to be less than 0.1 CFMlfoot at the specified 7-1/2 mph wind velocity. C. Moisture Control 1. Skylights shall have integral condensation gutter and weep holes for draining any moisture to the outside. 2. Skylights shall utilize manufacturer's standard butyl seal between retainer and domes to minimize air and water infiltration. 3. Double dome skylights shall utilize seal gasket system to minimize moisture and dust accumulation between domes. 2.02 MATERIALS A. Wasco Super Thermalized Skydome model CS-l as manufactured by Wasco Products, Inc., Sanford, Maine, or approved equal. B. Curb frame: Thermally broken aluminum with built in condensation gutter. C. Glazing: 100 percent acrylic double domes in clear/clear. All glazmg shall be held in place by a fully welded extruded aluminum retaining frame. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-125 Skylights 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I D. Aluminum fimsh to be clear anodized. 2.03 MISCELLANEOUS MATERIALS A. Fasteners: All fasteners shall be stainless steel or of materials compatible with attachment parts at locations designated on the Drawings. All designated washers shall be high-domed stamless steel with integral EPDM sealing washer. 2.04 FABRICATION A. Skylight shall be factory assembled. B. All welding of aluminum shall be by the heliarc process and exposed welds ground to a minimum 100 grit fmish. ; - ,~" _~--::_ _~-=:~ '" -::'-_ojr...'-: - -- -~-- - - .. d""<-PART 3 - EXECUTION ~f:.r-",,:} .\,.>' - 3.01 COORDINATION A. Coordinate with roofing membrane installation. B. All existing domes and frames shall be removed and disposed of. Provide secure watertight cover over opening until new skylight assembly is installed. 3.02 INSPECTION A. Prior to starting installation, the skylight installer shall inspect the supporting curbs for completeness and watertightness to verify that they are properly prepared to receive the work. Report, m writing to ArchitectJEngineer, any deficiencies in the substrate. Work shall not proceed until all deficiencies are corrected. 3.03 PREPARATION A. Tops of curbs shall receive coating of mastIc, provided by installer, to form watertIght seal between skylight curb frame and curbing. 3.04 INSTALLATION A. The skylight shall be installed by an experienced installer familiar with the manufacturer's system and installation procedures B. The skylight shall be installed in accordance with manufacturer's written instructions. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 Skylights 11 August 2003 Bid Set 11I-126 I I I I I I I I I I I I I I I I I I I 3.05 CLEAN UP A. Remove trash, debris, and equipment from the job site. B. Repair damage and remove stains caused by the work. C. Dispose of stored skylights after approved installation of new skylight assemblies. END OF SECTION .'..,. ..- .....-;;.(.- Port Angeles Fire Station Headquarters Roof Replacement and Deck RepaIrs WJE No. 2001.3254 III-I27 Skylights 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 09910 PREPARATION AND COATING PART I-GENERAL 1.01 WORK INCLUDED A. The Contractor shall furnish all items, materials, operations or methods listed, mentioned, indicated or scheduled in these specifications including all labor, materials, equipment, transportation and incidentals necessary and required to perform the work and bring it to completion. Contractor shall furnish preparation of substrate and application of coating system as shown on the Drawings and specified herein including but not limited to: I. Below roof areas B and C, clean, prepare substrate, prime and paint all areas above and including bottom chord of roof trusses. This includes but is not limited to exposed trusses, undersIde of (leek, blocking, vent enclosures, conduits, vertical gypsum bO:lrd to remain <:t roof vent openings, ann llH other expo"f'd elerr.ent<: excluding light fixtures and lrrc"pIofectIOn sprinkler pipe system. Flag fire alarm system junction boxes. 1.02 RELATED WORK A. Section 00860 - Special Conditions B. Section 02220 - Selective Demolition 1.03 REFERENCES A. Code of Federal Regulations: 29 CFR 1910.1000-1500, Subpart Z, "Toxic and Hazardous Substances. " B. Federal Standard 313, "Material Safety Data Sheets - Preparation and Submission." C. The Society for Protective Coatings (SSPC): SSPC P A Guide 3-82, "A Guide to Safety in Paint Applications." 1.04 SUBMITTALS A. Before the work begins, submIt to Architect/Engineer a complete list of all materials to be used for approval. Listed materials shall be identified by manufacturer's name, product name, or stock number, and shall indicate the surfaces to which they are to be applied. Maintain one copy of list at the project site. B. Manufacturer's product data sheets for all coatings, solvents, and cleaning materials. C. Manufacturer's mixing, handling, and application instructIOns for all coatings and related matenals. D. Manufacturer's material safety data sheets (MSDS) for all coatings, solvents, cleaning materials, and potentially hazardous materials as defined in Federal Standard 313. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-I 28 Preparation and Coating II August 2003 Bid Set E. Safety Plan: A written plan of action which covers all operation requirements for safe preparation of the surfaces, application of the coatings, means of protection of surrounding areas from over-spray, rebound, etc., and handling, storage, and disposal of all hazardous and toxic materials. Plan requirements will comply with applicable government regulations and the most stringent requirements of the following: 1. Manufacturer's Material Safety Data Sheets 2. SSPC-P A Guide 3-82 3. Toxic material exposure limits, per 29 CFR 1910.1000 and 29 CFR 1910.134 I I I I I I F. A written plan of action for environmental monitoring, testing, containment (enclosures), collection, and disposal oflead containing materials. G. Contractor's statement of proposed procedures for execution of the work, mcluding operations that will require entry into or interfere with the interior and exterior operation of the building. I ~', - - - -- -~- -- - ~.....=- -, -.. ,H... -- ,- 'Contractor's proposed schedule of operatIons. ~:! ,:r--' I I I. J. I K. I L. -.< _= -'E~"': Detailed statement of procedures to accomphsh the work, including cleaning, priming, taping, and painting as recommended by the coating manufacturer after preconstruction testing. Manufacturer's certifications to show compliance with the requirements of this specification. Color and texture samples on wood for selection by the Owner. All warranties agreed upon by the coating manufacturers, applicator, and Owner. I M. Coating manufacturer's approved list of application equipment to be used on this project. N. I I I I I Applicator information: 1. Written approval as an applicator of the specified materials by the manufacturer(s) of the coating materials. A list of projects of similar scale completed during the past five years, including a description of each project, surface area, coating system description, and Owner contact with address and telephone number. DocumentatIOn that the applicator has previously applied the specified manufacturer's coating systems of similar systems in production quantities similar to this project. Include a list of such projects with description, surface area, coating system description, and Owner contact with address and telephone number. Documentation of how long the applicator has been continuously in the coating application business under the current and organization. Documentation that the Job foreman has a minimum of five years experience as a foreman. DocumentatIOn that the painters have a minimum of three years experience as painters. 2. 3. 4. 5. 6. O. Samples for review of color and texture. I I Port Angeles Frre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 1lI-129 Preparation and Coating 11 August 2003 Bid Set I I I I I I ,I"".,,:,z<<:,',:-,"~'--' : ::':_ I I . ' I 1.05 I I I I 1.06 I 1.07 I I I P. Manufacturer's decoding information so field personnel can verify shelf lives and other coded information. Q. Inspection plan including hold points and frequency of measurements for application of each layer of the coating system. The plan shall include a list of testing an inspection equipment to be used. It shall also include, but is not limited to: 1. Pre-surface preparation for obvious defects and contamination to have been removed in accordance with the specified preparation. 2. Measurement of ambient conditions oftemperature, humidity, and dew points. Minimum dew point temperatures and minimum and maximum temperatures during applicatiOn must be met. 3. EvaluatiOn of surface preparation, application, and compressor equipment to verify cleanliness and avoid contamination. 4. Evaluation of surface preparation and profile for conformance with standards. 5. Observe coating mixing and coating application for adequacy. 6. Determination of dry film thickness of each coat apolierl for ~onformance:Jo'_ -- - specification. ~ - ' 7. Monitor cleanliness and time between coats. Each coat shall be inspected for cleanliness before application of subsequent coats. R. For each batch of coating to be used, submit a one-quart minimum sample ofthoroughly mixed single component coating, or thoroughly mixed coating components of multiple component coatings. Identify sampled materials by manufacturer, product name, batch number, and date of manufacture. Submit components of multi-component coatmgs m separate containers; do not rrux components together. CLOSEOUT SUBMITTALS A. Furnish one quart of each type and color of paint used. 1. Submit maintenance data. FIELD SAMPLES A. Prepare at the job site samples of each coating specified herein, applied to surface prepared in accordance WIth thIS specification. Each sample shall be not less than 60 square feet in size. Sample locations shall properly characterize differences in configuration and exposure ofthe structure. Do not proceed with work prior to approval of sample by Architect/Engineer and Owner. Approved sample shall be the standard for all work. JOB CONDITIONS A. All equipment, material, and appliances required for the completion of the work shall be so located and operated as to provide for maximum efficiency, safety of the public and all persons employed at the site, and to prevent damage to all new and existing constructiOn, in accordance with the approved safety plan. B. Confine operations at site to areas permitted by laws, permits, contract, the Owner, and the approved safety plan. Port Angeles FIre Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-130 Preparation and Coating 11 August 2003 Bid Set I I I I I I I I I I I I I I- I I I I I I C. Contractor shall assume responsibility for protection and safekeeping of products stored on premises, and for their proper use. D. The Contractor shall provide the Architect/Engineer with access to the work at locations designated by the Architect/Engineer. E. Where conditions are uncovered that are not anticipated by the Specifications, the Contractor shall notify the Architect/Engineer and Owner immediately, before any repairs are initiated. F. Apply finish material when temperature is above 50 degrees F but below 120 degrees F. Do not apply materials in damp, rainy weather, or when rainy conditions are imminent. Do not apply paint to surfaces in direct sunlight. Apply finishes only when air is free of dust that would speck the fmish. G. Measure moisture content of surfaces using fui electronic moisture meter. Do not apply finishes ~e~s_ moisture ~ontent of surfaces i~ below-12 _~~rE.~nt. _ H. Keep fire hazard to a minimum; remove from the area daily all oily rags, waster, and other combustibles not in covered metal containers. 1. Do not apply coatings when the relative humidity exceeds 70 percent of when the surface of the wood is less than 5 degrees F above the dew point, or when these conditions are anticipated. Minimum relative humidity shall be as permitted by the coating manufacturer. 1.08 PROTECTION A. Remove or protect by covering all materials not to be painted as indicated on the Drawmgs. B. Work in the apparatus bay shall include a temporary enclosure, from floor to ceiling, separating the bays where work is performed from the adjacent bays. The temporary enclosure shall keep dust and debris from entering bays where work is not currently being performed. The enclosures shall also cover and protect the north and south walls and overhead doors, overhead door motors, heat elements, alarm systems and other equipment or components that may be damaged in area of work. C. Turn off cirCUIt breakers for equipment that has been covered by enclosures. D. Tape and seal all laps and joints in temporary air barrier/dust enclosures to prevent spread of dust and paint overspray. E. Exercise caution in performing the work so as not to damage other building elements. It shall be the Contractor's responsibility to protect the other building elements from mechanical damage due to scaffolding and other equipment. F. In areas where coating systems are to be applied, protect all building features from drips or other effects of coatings. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-131 Preparation and Coating 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I G. Any matenals damaged by the coating process shall be repaired to the satIsfaction of the Architect/Engineer without addition cost to the Owner. H. All protectIon materials shall be carefully and thoroughly removed upon completion of the work. Nail holes, adhesives, etc., shall be repaired to leave the wood, metal and glass surfaces m the same condition as that prior to the coating operations. I. Comply with all applicable safety codes and regulations that govern the work. J. Workers, Pedestnans, Animals, Plants, Automobiles, Other Property, etc. 1. The work required herein includes the use of chermcals that can harm workers, pedestrians and other persons, animals, plants, and damage automobiles, other buildings, street furniture, etc. The Contractor be responsible for protecting workers, pedestrians and other persons, ammals, plants, adjacent bUlldings, parked or moving automobiles, other buildings, street furniture, and other persons and objects that are vulnerable to damage by the co~tmg'operat~~E~ Any damage to arij.:-cent-bUlldmgs, automobIies, etc., caused by the coating operations shall be the responsibility of the Contractor and shall result in no additional cost to the Owner. 2. ., :J. 1.09 DELNERY, STORAGE, AND HANDLING A. Protect eXIsting construction and all work in place from damage resulting from the storage, preparation, handling, and application of coating materials. B. Deliver materials to the job site in the original, new, and unopened packages and containers bearing the manufacturer's name and label, with name of material and color; manufacturer's name, stock number, and date of manufacture; contents by volume for major pigment and binder constituents; thinning and application instructions; all safety label requirements; and batch numbers. C. Store coating materials, thinners, solvents, and elements in tightly closed containers in a covered, well ventilated area where they will be protected from exposure to direct sunlight, heat sparks, flames, weather, or temperatures below 40 degrees F or above 100 degrees F, and in accordance with the manufacturer's directions, the approved safety plan, and in an area approved by the building owner or representative. D. All coating products stored and used on the site shall be clearly labeled with proper warning to prevent any accidental use of the products by unauthorized persons. E. Store coating products in secure location designed by Owner. 1.10 JOB SITE REFERENCES A. Maintain at least one copy of each reference standard of this specification at the job site and make available to the Architect/Engineer prior to any surface preparation of coating application work. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 llI-132 Preparation and Coating 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I B. Maintain on site a complete file ofMSDS and manufacturer's product and application data sheets for each coatmg material, thinner, cleaner, and solvent intended for use. 1.11 REGULATORY REQUIREMENTS A. Conform to all federal, state, and local ordinances regarding the use of, exposure to, and disposal of coatings, coating systems, solvents, thinners, cleaners, and related materials. 1.12 SEQUENCING AND SCHEDULING A. Schedule installation of coatings so that all other work on the building that may affect the performance or final appearance is complete and properly cured. 1.13 WARRANTY A. The manufacturer and installer shall jointly warrant that the coating will not crack, check, ~p~iexcesswcly, chalk, or allow exterior water to penetrate the co~ting (or a period of tei:' (J.cO)'yeafs. ""~ PART 2 - PRODUCTS 2.01 COATING FOR WOOD AND EXPOSED METAL A. Primer and topcoat: One ofthe following systems: 1. As manufactured by Sherwin Williams or approved equal, Waterborne Acryhc Dry Fall, water based, flat black in color, No. B42BW3. B. Wall cleaners and primers as determined by the coating manufacturer during the preconstruction testing. 2.02 GENERAL A. Provide primers and other undercoat paint produced by same manufacturer as finish coats. Paint products shall be fresh and-well ground; shall not settle readily, cake, or thicken in the container; shall be broken up readily with paddle to a smooth consistency; and shall have easy application properties. PrOVIde solvents and other materials incidental and required for proper coating system application as approved by the coating manufacturer. 2.03 COLORS A. Color shall be as selected by the Owner's Representative and as shown in approved field samples. Note that multiple finish colors will be required. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-B3 PreparatIon and Coating 11 August 2003 Bid Set I I PART 3 - EXECUTION I I 3.01 EXAMINATION A. Contractor shall inspect all surfaces to receive coating to ensure that all required work is complete and the surfaces are ready for the installation of the coatings as specified and as required by the coating manufacturer. Installation of the coating shall be deemed to be acceptance of the substrate by the Contractor and Manufacturer. I I 3.02 GENERAL A. Cover and protect finished work and surfaces not to be painted. Use drop cloths of adequate size to protect adjacent areas. I I I I B. Mix and prepare painting materials in accordance with manufacturer's directions. ^',-::.~~ Remove hardware, hardware accessories, mBchine s11rfac:,;,,,!,1::!tes, 11ght1n3 fjv+ufes; ana':.:;'-:~";;;'c_,:~ similar items in place and not to be painted, or proVIde surface applied protection. ~ jr'-""~ ,- Reinstall removed items when final coat is thoroughly dry. v::'_t-,~_-.-.c ..'" D. Do not paint over dirt, rust, scale, grease, moisture, voids and blemishes, or other conditIOns detrimental to formation of a durable paint film. E. Apply paint in accordance with manufacturer's directions. Use techniques best suited for substrate and type of material being applied. F. Secure approval of each coat from ArchitectJEngineer before proceeding with the next. I I I I I I G. Apply material evenly without runs, sags, or other defects. Leave moldings, trim, and edges clean and true to details without excess paint in comers or depressions. Make edges of paint adjoining other materials or colors sharp and clean, without overlaps. H. Apply additional coats when undercoats, stains, or other conditions show through final coat of paint. Final finish shall have uniform color and appearance. 3.03 APPLICATION OF COATING TO WOOD A. Preparation 1. All surfaces must be dry, clean, and free of loose and deteriorated paint, dust, oil, cleaners, and other contaminants. 2. Prepare surface in accordance with coating manufacturer's recommendations. I I I B. General 1. Apply materials at manufacturer's recommended spreading rate to establish a total dry film thickness as recommended by the manufacturer. 2. Work the material into small surface voids. 3. Cut in edges clean and sharp where work joins other materials or colors. 4. Make finish coat uniform in texture and color with no streaks, laps, heavy build- ups, runs, pinholes, or missed areas. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-134 Preparation and Coating 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I C. Coating Application 1. Mix primer thoroughly before use. Apply pnmer at spreading rate recommended by manufacturer. Apply with brush or roller. 2. Allow primer to dry thoroughly before installing topcoat. 3. Mix topcoat thoroughly before use. Apply topcoat at spreading rate recommended by manufacturer. Apply with brush or roller. 3.04 CLEAN-UP A. Protect adjacent surfaces form the accidental application of coating or other materials. B. As work progresses visually inspect adjacent surfaces and remove all traces of spilled and splashed coating or other materials used. C. At the conclusion of coatmg work remove all scaffolding and equipment used in the Work. Clean up all debris and surplus materials and remove same from the premises. -,"'k"-=~~:"'-:-'--_'::~_ - - --~ - D. ~- --- -- - -- Remove and dispose of temporary ail ~a.q-ier/dust enclosures and reiated installation fasteners or adhesives at conclusion of work. END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-135 Preparation and Coating 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I SECTION 15955 TESTING, ADJUSTING AND BALANCING PART 1- GENERAL 1.01 SCOPE A. The air distribution systems and/or hydronic systems shall be balanced by an independent testing, adjusting and balancing (TAB) firm or an Engineering firm with a minimum five years experience in HV AC design and balancing. The TAB firm shall furnish the necessary instruments for making tests, perform balancing work, and issue a certified report of balancing work performed. Balancing reports shall be AABC, NEBB certified or shall be certified by a Regtstered Professional Mechanical Engineer registered in the State where the project is located. B. _ The air flow ratep,.!shall-be as"tndicated on th~ ori~~l\l cO!1<;tmctlon doclJment<;, PART 2 - PRODUCTS (Not Applicable) PART 3 - EXECUTION 3.01 PROJECT CONDITIONS A. TAB work shall not be started until such time as the following conditions are completely fulfilled: 1. Systems shall be completely installed and shall have been successfully test run, and fully operational. 2. Outlets, dampers, balancing devices, and accessories shall be completely installed. 3. Filters shall be clean. 3 .02 SHEAVES A. Furnish and install required exchanges of adjustable sheaves and V -belt drives necessary for proper balance of the system to obtain the desired air balancing of systems. 3.03 INSTRUMENTS A. Instruments used for TAB measurements shall be accurate and calibration histories for each instrument shall be available for examination. The Engineer has the right to request instrument recalibration, or the use of other instruments, where accuracy of readings is questionable. 3.04 GUARANTEE A. Furnish in the report a written guarantee to be effective for one year from the date of acceptance, to make any and all adjustments required to mamtain comfort in all rooms and areas. Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 III-136 Testing, Adjusting and Balancing 11 August 2003 Bid Set I I I I I I I I I I I I I I I I I I I 3.05 PROCEDURES FOR AIR SYSTEMS A. TAB for air systems shall include the following: 1. Set supply and exhaust fans at design speeds and record average amperage readings on all fan motor phases, static pressures and cfm of air flow in each system. 2. Read air flows at registers, grilles, and diffusers with a flow hood or equal air measuring device. Adjust dampers as required. 3. Adjust outlet airflows from 0 to minus 10 percent of design cfm. 4. Adjust minimum outside air dampers to design cfm or minimum of 10 percent of total supply air cfm. 5. Adjust fans as required to meet design airflows. 6. Check for drafts, noise and vibration. 7. After balancing is complete, mark final position of balancing dampers. 8. Report any discrepancies. 3.06 REPORTS ~i:::-_ -: - ~ <-:;;;;; ~"'~--- r~ A.-. _".Submit,~:o~-ii'eat-af1d legible forms, the full, certifico repO'rt of syste;ms ~peration, mItial and final readings. B. Upon completion of TAB of air and/or hydronic systems, prepare a complete and legible preliminary report. Submit two copies for review. C. Upon verification and approval of the preliminary report, prepare final certified report. Furnish one copy to the Architect, and the remaining three copies are to be included in the Owner's Operation and Maintenance Manuals. - ~_~-",,;>i;";:"'F=- "'" END OF SECTION Port Angeles Fire Station Headquarters Roof Replacement and Deck Repairs WJE No. 2001.3254 111-137 Testing, Adjusting and Balancing 11 August 2003 Bid Set I I I 1 I I 1_." -- ---:'~...::,_ _ _ - -: ~"'::'u'", .J.i.-,..... , 1 I I I I I I I I I I I PART IV ATTACHMENTS - - - -, .......- <: - ~ ~ _.;-:;--.~ ..... ,- -...~.. - - - ~ - :r-":;.-: 1..:.::2"'''' ~ p I I I I I I I I I I I I I I I I I I I ATTACHMENT A Washington State Prevailing Wage Rates for Clallam County .. ,.. ~ . .,,-- I I I I I I I I I I I I I I I I I I I CLALLAM County - Effective: 8/31/2003 Page 1 of 11 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. CLALLAM County _ ._:c,-~"'.::_-. f;ffective 8/31/2003 I ~ -,=-..:J~~~ - Benefit Code Key Classification ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOilERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS JOURNEY LEVEL CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOOR SANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER Prevailing Overtime Holiday Note Wage Code Code Code $31.86 1N 50 $41.02 1B 5N $38.37 1M 5A $14.67 1 $38.06 1M 50 $37.90 1M 50 $37.90 1M 50 $38.00 1M 50 $38.74 1M 50 $38.03 1M 50 $38.03 1M 50 $38.03 1M 50 $38.90 1M 50 $38.10 1M 50 $38.03 1M 50 $38.03 1M 50 http://www.1ni.wa.gov/prevailingwage/jwages/20032/co05.htm 8/21/2003 --. ! CLALLAM County - Effective: 8/31/2003 Page :2 of 11 I STATIONARY POWER SAW OPERATOR $38.03 1M 50 I STATIONARY WOODWORKING TOOLS $38.03 1M 5D CEMENT MASONS JOURNEY LEVEL $31.86 1N 5D I DIVERS & TENDERS DIVER $79.57 1M 5D 8A 1 DIVER TENDER $40.67 1M 5D DREDGE WORKERS ASSISTANT ENGINEER $37.22 18 5D 8L 1 ASSISTANT MATE (DECKHAND) $36.78 18 5D 8L BOATMEN $37.22 1B 5D 8L 1 ENGINEER WELDER $37.27 1B 5D 8L LEVERMAN, HYDRAULIC $38.66 1B 5D 8L ,..I, MAINTENANCE $36.78 1B 5D 18L -, T ,- MATES ~-~ - ---= ~"7 ')"'1 "'0 con . t). .~A"" ~... _ _~ ~---". ""_~ __i4.. -~ ~ 'VL.. .. ~ OILER $36.88 18 5D 8L 1 DRYWALL TAPERS JOURNEY LEVEL $38.59 14 5B 1 ELECTRICAL FIXTURE MAINTENANCE WORKERS JOURNEY LEVEL $9.37 1 ELECTRICIANS - INSIDE I CABLE SPLICER $48.36 10 6H CABLE SPLICER (TUNNEL) $52.24 1D 6H 1 CERTIFIED WELDER $46.59 1D 6H CERTIFIED WELDER (TUNNEL) $50.30 1D 6H CONSTRUCTION STOCK PERSON $24.33 1D 6H 1 JOURNEY LEVEL $44.83 10 6H JOURNEY LEVEL (TUNNEL) $48.36 1D 6H 1 ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C I ELECTRICIANS - POWERLlNE CONSTRUCTION CABLE SPLICER $47.12 4A 5A 1 CERTIFIED LINE WELDER $42.90 4A 5A GROUNDPERSON $30.59 4A 5A HEADGROUNDPERSON $32.34 4A 5A 1 HEAVY LINE EQUIPMENT OPERATOR $42.90 4A 5A JACKHAMMER OPERATOR $32.34 4A 5A 1 JOURNEY LEVEL L1NEPERSON $42.90 4A 5A LINE EQUIPMENT OPERATOR $36.21 4A 5A POLE SPRAYER $42.90 4A 5A I ....... ",,~ttp :/lwww .lni. wa.gov Iprevailingwage/jwages/20032/co05.htm 8/21/2003 I I I I I I I I I I I I I I I I I I I I CLALLAM County - Effective: 8/31/2003 Page 3 of 11 POWDERPERSON $32.34 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $12.07 1 ELEVATOR CONSTRUCTORS MECHANIC $46.46 4A 6Q MECHANIC IN CHARGE $51.14 4A 6Q FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $13.80 1 FENCE LABORER $11.60 1 FLAGGERS JOURNEY LEVEL $27.18 iN 5D GLAZIERS- -c __.. . - .~c - __~ ?-.-,:...~.., _ _ e JOURNEY:lEVEL ':.c: ...,. ..: $38.21 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $39.93 1E 5E HEATING EQUIPMENT MECHANICS MECHANIC $16.00 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $32.34 iN 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.07 1 INLAND BOATMEN CAPTAIN $33.50 1K 5B COOK $28.96 1 K 5B DECKHAND $28.16 1 K 58 ENGINEER/DECKHAND $30.61 1 K 5B MATE, LAUNCH OPERATOR $32.05 1K 5B INSPECTION/CLEANING/SEALING OF SEWER & WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $7.01 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $20.50 1 IRONWORKERS http://www.1ni.wa.gov/prevai1ingwage/jwages/20032/coOS.htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 4 of 11 I JOURNEY LEVEL $41.02 1B 5A I LABORERS ASPHALT RAKER $32.34 1N 50 BALLAST REGULATOR MACHINE $31 .86 1N 50 I BATCH WEIGHMAN $27.18 1N 50 BRUSH CUTTER $31.86 iN 50 I BRUSH HOG FEEDER $31.86 iN 50 BURNERS $31.86 iN 50 CARPENTER TENDER $31.86 1N 50 I CASSION WORKER $32.70 1N 50 CEMENT DUMPER/PAVING $32.34 1N 50 I CEMENT FINISHER TENDER $31 .86 1N 5D CHANGE-HOUSE MAN OR DRY SHACKMAN $31 .86 1N 50 I CHIPPING GUN (OVER 30 LBS) $32.34 1N 5D " __ - -I :... ...:;;;..__ :::-_0 CHIPPjNG GUN (UNDER 30 I ~S) /l''>A n,.. 1" · 5J~-.: - ~ ,-~~ ~ ,'h) I.VV ~ CHOKER SETTER $31.86 1N 5D I CHUCK TENDER $31 .86 iN 5D CLEAN-UP LABORER $31.86 iN 50 I CONCRETE DUMPER/CHUTE OPERATOR $32.34 1N 50 CONCRETE FORM STRIPPER $31.86 1N 5D CONCRETE SAW OPERATOR $32.34 iN 5D I CRUSHER FEEDER $27.18 iN 50 CURING LABORER $31 .86 iN 50 I DEMOLITION, WRECKING & MOVING (INCLUDING $31.86 iN 50 CHARRED MATERIALS) DITCH DIGGER $31.86 1N 50 I DIVER $32.70 1N 50 DRILL OPERATOR (HYDRAULIC, DIAMOND) $32.34 1N 5D I DRILL OPERATOR, AIRTRAC $32.70 iN 50 OUMPMAN $31 .86 iN 5D EPOXY TECHNICIAN $31.86 iN 5D I EROSION CONTROL WORKER $31.86 1N 5D FALLER/BUCKER, CHAIN SAW $32.34 1N 50 I FINAL DETAIL CLEANUP (Le., dusting, vacuuming, $24.86 1N 5D window cleaning; NOT construction debris cleanup) FINE GRADERS $31 .86 iN 5D I FIRE WATCH $27.18 1N 5D FORM SETTER $31.86 1N 5D GABION BASKET BUILDER $31.86 1N 5D I GENERAL LABORER $31.86 1N 50 GRADE CHECKER & TRANSIT PERSON $32.34 1N 5D I http://www.1ni.wa.gov/prevailingwage/jwages/20032/coOS.htm 8/21/2003 I I I CLALLAM County - Effective: 8/31/2003 Page 5 of 11 I GRINDERS $31.86 1N 50 GROUT MACHINE TENDER $31.86 1N 50 I GUARDRAIL ERECTOR $31.86 1N 50 HAZARDOUS WASTE WORKER LEVEL A $32.70 1N 50 HAZARDOUS WASTE WORKER LEVEL B $32.34 1N 50 I HAZARDOUS WASTE WORKER LEVEL C $31.86 iN 50 HIGH SCALER $32.70 1N 50 I HOD CARRIER/MORTARMAN $32.34 1N 50 JACKHAMMER $32.34 1N 50 LASER BEAM OPERATOR $32.34 1N 50 I MANHOLE BUILOER-MUDMAN $32.34 iN 50 MATERIAL YARDMAN $31.86 iN 50 ~I MINER $32.70 1N 50 . NOZZLEMAN. CONCRETE PUMP, GREEN CUTTER $':)2 3~~' 04 "I qO v. _,~".:c_~I:I",__ WHEN USING HIGti PRESSURE- AIR & VVATER ON ;.~"- -- ---'"'- ~ - ~"";"-:'--'- . '. I CONCRETE & ROCK, SANDBLAST, GUNITE, SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $32.34 1N 50 I PILOT CAR $27.18 1N 50 PIPE POT TENDER $32.34 1N 50 I PIPE RELlNER (NOT INSERT TYPE) $32.34 1N 50 PIPELA YER & CAULKER $32.34 1N 50 I PIPELA YER & CAULKER (LEAD) $32.70 1N 50 PIPEWRAPPER $32.34 1N 50 POT TENDER $31.86 1N 50 I POWDERMAN $32.70 1N 50 POWDERMAN HELPER $31.86 iN 50 I POWERJACKS $32.34 1N 50 RAILROAD SPIKE PULLER (POWER) $32.34 1N 50 RE- TIMBERMAN $32.70 1N 50 I RIPRAP MAN $31.86 1N 5D RODDER $32.34 1N 50 I SCAFFOLD ERECTOR $31.86 1N 50 SCALE PERSON $31.86 1N 5D SIGNALMAN $31.86 iN 50 I SLOPER (OVER 20") $32.34 1N 50 SLOPER SPRA YMAN $31.86 1N 50 I SPREAOER (CLARY POWER OR SIMILAR TYPES) $32.34 1N 50 SPREAOER(CONCRETE) $32.34 1N 50 STAKE HOPPER $31.86 1N 50 I STOCKPILER $31.86 1N 50 TAMPER & SIMILAR ELECTRIC, AIR & GAS $32.34 iN 50 I http://www.1ni.wa.gov/prevailingwage/jwages/20032/co05.htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 6 of 11 I TAMPER (MULTIPLE & SELF PROPELLED) $32.34 1N 50 I TOOLROOM MAN (AT JOB SITE) $31.86 1N 50 TOPPER-TAILER $31.86 1N 50 TRACK LABORER $31.86 1N 50 I TRACK LINER (POWER) $32.34 1N 50 TRUCK SPOTTER $31.86 1N 50 I TUGGER OPERATOR $32.34 1N 50 VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $31.86 1N 50 I VIBRATOR $32.34 1N 50 VINYL SEAMER $31.86 1N 50 WELDER $31.86 1N 50 I WELL-POINT LABORER $32.34 lli 50 LABORERS - UNDERGROUND SEWER & WATER I GENERAL LABORER $31.86 1N 50 -r~~--::':i__ PIPE LAYER -~.< ~,.- ~'32 .~tl . . . :t '" . . .50 - - .-. .... -:;;;-~~~.:..."'.;-: ~ .- LANDSCAPE CONSTRUCTION I IRRIGATION OR LAWN SPRINKLER INSTALLERS $11.42 1 LANDSCAPE EQUIPMENT OPERA TORS OR TRUCK $7.81 1 I DRIVERS LANDSCAPING OR PLANTING LABORERS $7.93 1 LATHERS I JOURNEY LEVEL $38.74 1M 50 MACHINISTS (HYDROELECTRIC SITE WORK) I MACHINIST $16.84 1 METAL FABRICATION (IN SHOP) FITTER/WELDER $15.16 1 I LABORER $11.13 1 MACHINE OPERATOR $10.66 1 I PAINTER $11.41 1 PAINTERS JOURNEY LEVEL $29.60 2B 5A I PLASTERERS JOURNEY LEVEL $25.83 1 I PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $7.93 1 PLUMBERS & PIPEFITTERS I JOURNEY LEVEL $47.81 1G 5A POWER EQUIPMENT OPERATORS I ASSISTANT ENGINEERS $36.19 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (3 YO & UNDER) $38.73 1T 50 8L BACKHOE, EXCAVATOR, SHOVEL (OVER 3 YO & $39.19 1T 50 8L I http://www.lni.wa.gov/prevailingwage/jwages/20032/coOS.htm 8/21/2003 I I CLALLAM County - Effective: 8/31/2003 Page 7 of 11 I UNDER 6 YO) BACKHOE, EXCAVATOR, SHOVEL (6 YO AND OVER $39.70 1T 50 8L I WITH ATTACHMENTS) BACKHOES, (75 HP & UNDER) $38.36 1T 50 8L BACKHOES, (OVER 75 HP) $38.73 1T 50 8L I BARRIER MACHINE (ZIPPER) $38.73 1T 50 8L BATCH PLANT OPERA TOR, CONCRETE $38.73 1T 50 8L I BELT LOADERS (ELEVATING TYPE) $38.36 1T 50 8L BOBCAT $36.19 1T 50 8L BROOMS $36.19 1T 50 8L I BUMP CUTTER $38.73 1T 50 8L CABLEWA YS $39.19 1T 50 8L I CHIPPER $38.73 1T 50 8L COMPRESSORS , ~-:,: =:;~. :;. :...... ~ '.. -:-" - $36.19 1T 50 8L - - -. ~, CONCRETE FINISH MACHINE - LASER SC~EED $36.19 1T 5U 8L I CONCRETE PUMPS $38.36 1T 50 8L" . CONCRETE PUMP-TRUCK MOUNT WITH BOOM $38.73 1T 50 8L I ATTACHMENT CONVEYORS $38.36 1T 50 8L CRANES, THRU 19 TONS, WITH ATTACHMENTS $38.36 1T 50 8L I CRANES, 20 - 44 TONS, WITH ATTACHMENTS $38.73 1T 50 8L CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF $39.19 1T 50 8L I BOOM (INCLUDING JIB WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF $39.70 1T 50 8L BOOM (INCLUDING JIB WITH ATTACHMENTS) I CRANES, 200 TONS TO 300 TONS, OR 250 FT OF $40.21 1T 50 8L BOOM (INCLUDING JIB WITH ATTACHMENTS) CRANES, A-FRAME, 10 TON AND UNDER $36.19 1T 50 8L I CRANES,A-FRAME,OVER10TON $38.36 1T 50 8L CRANES, OVER 300 TONS, OR 300' OF BOOM $40.73 1T 5D 8L I INCLUDING JIB WITH ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE ( 20 - 44 $38.73 1T 50 8L TONS) I CRANES, OVERHEAD, BRIDGE TYPE ( 45 - 99 $39.19 1T 50 8L TONS) CRANES, OVERHEAD, BRIDGE TYPE (100 TONS & $39.70 1T 50 8L I OVER) CRANES, TOWER CRANE UP TO 175' IN HEIGHT, $39.70 1T 50 8L BASE TO BOOM I CRANES, TOWER CRANE OVER 175'IN HEIGHT, $40.21 1T 50 8L BASE TO BOOM I CRUSHERS $38.73 1T 50 8L DECK ENGINEER/DECK WINCHES (POWER) $38.73 1T 50 8L I http://www.1ni.wa.gov/prevailingwage/jwages/20032/co05.htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 8 of 11 I DERRICK, BUILDING $39.19 1T 50 8L I DOZERS, 0-9 & UNDER $38.36 1T 50 8L DRILL OILERS - AUGER TYPE, TRUCK OR CRANE $38.36 1T 50 8L MOUNT I DRILLING MACHINE $38.73 1T 50 8L ELEVATOR AND MANLlFT, PERMANENT AND $36.19 1T 50 8L I SHAFT-TYPE EQUIPMENT SERVICE ENGINEER (OILER) $38.36 1T 50 8L FINISHING MACHINE/BIDWELL GAMACO AND $38.73 1T 50 8L I SIMILAR EQUIP FORK LIFTS, (3000 LBS AND OVER) $38.36 1T 50 8L I FORK LIFTS, (UNDER 3000 LBS) $36.19 1T 50 8L GRADE ENGINEER $38.36 1T 50 8L GRADECHECKER AND STAKEMAN $36.19 1T 50 8L I GUARDRAIL PUNCH - ~ ~-- $38.73 1T 50 8L ,- '. ~ ::-~;';-"- - , j-jOiSTS. OliT 31 Dc (ELl::" A I uk$ AND,ff\AANtTF,S j, $38.36 11' 50 8L I AIR TUGGERS HORIZONTAL/DIRECTIONAL DRILL LOCATOR $38.36 1T 50 8L HORIZONTAL/DIRECTIONAL DRILL OPERATOR $38.73 1T 50 8L I HYDRALlFTS/BOOM TRUCKS (10 TON & UNDER) $36.19 1T 50 8L HYDRALlFTS/BOOM TRUCKS (OVER 10 TON) $38.36 1T 50 8L LOADERS, OVERHEAD (6 YO UP TO 8 YO) $39.19 1T 50 8L I LOADERS, OVERHEAD (8 YO & OVER) $39.70 1T 50 8L LOADERS, OVERHEAD (UNDER 6 YO), PLANT FEED $38.73 1T 50 8L I LOCOMOTIVES, ALL $38.73 1T 50 8L MECHANICS, ALL $39.19 1T 50 8L I MIXERS, ASPHAL T PLANT $38.73 1T 50 8L MOTOR PATROL GRADER (FINISHING) $38.73 1T 50 8L MOTOR PATROL GRADER (NON-FINISHING) $38.36 1T 50 8L I MUCKING MACHINE, MOLE, TUNNEL DRILL AND/OR $39.19 1T 50 8L SHIELD OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND $36.19 1T 50 8L I MULCH SEEDING OPERATOR PAVEMENT BREAKER $36.19 1T 50 8L I PILEDRIVER (OTHER THAN CRANE MOUNT) $38.73 1T 50 8L PLANT OILER (ASPHAL T, CRUSHER) $38.36 1T 50 8L POSTHOLE DIGGER, MECHANICAL $36.19 1T 50 8L I POWER PLANT $36.19 1T 50 8L PUMPS, WATER $36.19 1T 50 8L I QUAD 9,0-10, AND HD-41 $39.19 1T 50 8L REMOTE CONTROL OPERATOR ON RUBBER TIRED $39.19 1T 50 8L EARTH MOVING EQUIP I http://www.lni.wa.gov/prevailingwage/jwages/20032/co05.htm 8/21/2003 I RIGGER AND BELLMAN ROLLAGON ROLLER, OTHER THAN PLANT ROAD MIX ROLLERS, PLANTMIX OR MUL TILlFT MATERIALS ROTO-MILL, ROTO-GRINDER SAWS, CONCRETE SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT ( UNDER 45 YD) SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING OFF-ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRY ALL $38.36 1T SCREED MAN $38.73 1 T SHOTCRETEGUNITE "-'~-~->-:-~'--" $36.19 1T .,.- - - ...,..--~.- SLI I3FORM "PAVERS- $-39:19. ~ ~ 1T. SPREADER, TOPSIDE OPERATOR - BLAW KNOX $38.73 1T SUBGRADE TRIMMER $38.73 1T TOWER BUCKET ELEVATORS $38.36 1 T TRACTORS, (75 HP & UNDER) $38.36 1T TRACTORS, (OVER 75 HP) $38.73 1 T TRANSFER MATERIAL SERVICE MACHINE $38.73 1T TRANSPORTERS, ALL TRACK OR TRUCK TYPE $39.19 1 T TRENCHING MACHINES $38.36 1T TRUCK CRANE OILER/DRIVER (UNDER 100 TON) $38.36 1T TRUCK CRANE OILER/DRIVER (100 TON & OVER) $38.73 1T TRUCK MOUNT PORTABLE CONVEYER $38.73 1T WHEEL TRACTORS, FARMALL TYPE $36.19 1T YO YO PAY DOZER $38.73 1T POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) $0.00 POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE SPRAY PERSON TREE EQUIPMENT OPERATOR TREE TRIMMER TREE TRIMMER GROUNDPERSON REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL RESIDENTIAL CARPENTERS I I I I I I I I I I I I I I I I I I I CLALLAM County - Effective: 8/31/2003 http://www .lni. wa.gov Iprevailingwage/jwages/2003 21 coOS .htrn $36.19 $39.19 $36.19 $38.36 $38.73 $38.36 $38.73 $39.19 $31.05 $29.39 $29.79 $27.60 $20.28 $27.68 $38.37 1T 1T 1T 1T 1T 1T 1T 1T 4A 4A 4A 4A 4A 1 1M Page 9 of 11 5D 8L 5D 8L 5D 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L )1Q 8L . _ 50 " ~L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 50 8L 5A 5A 5A 5A 5A 5A 8/21/2003 CLALLAM County - Effective: 8/3112003 Page 10 of 11 I JOURNEY LEVEL $17.85 1 I RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $25.63 1 RESIDENTIAL DRYWALL TAPERS I JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS 1 JOURNEY LEVEL $27.78 1 RESIDENTIAL GLAZIERS 1 JOURNEY LEVEL $16.84 1 RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $9.86 1 1 RESIDENTIAL LABORERS JOURNEY LEVEL $18.08 1 I, RESIDENTIAL PAINTERS JOURNEY LEVEL ~-=-';,.. " .. ;.-. cr:1~ 07 of .. -;_u... ~ - --":-::-:.:,;~)=''':-:..:~ V i___. ~- ...!.. RESIDENTIAL PLur.nsl:RS & PIPEFITTERS I JOURNEY LEVEL $14.60 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS 1 JOURNEY LEVEL $45.51 1G 5A RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $30.42 14 5A 1 RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $10.88 1 I RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 ROOFERS I JOURNEY LEVEL $34.53 1R 5A USING IRRITABLE BITUMINOUS MATERIALS $37.53 1R 5A I SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) $45.18 14 6L SIGN MAKERS & INSTALLERS (ELECTRICAL) I JOURNEY LEVEL $19.29 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) I JOURNEY LEVEL $12.15 1 SOFT FLOOR LAYERS JOURNEY LEVEL $31 .27 1B 5A I SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 1B 50 I SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $19.67 1 STAGE RIGGING MECHANICS (NON STRUCTURAL) I http://www.1ni.wa.gov/prevailingwage/jwages/20032/co05.htm 8/21/2003 I I CLALLAM County - Effective: 8/31/2003 Page 11 of 11 I JOURNEY LEVEL $13.23 1 SURVEYORS I CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 I TELEPHONE LINE CONSTRUCTION - OUTSIDE CA8LE SPLICER $25.42 28 5A I HOLE DIGGER/GROUND PERSON $13.51 28 5A INSTALLER (REPAIRER) $24.31 28 5A JOURNEY LEVEL TELEPHONE L1NEPERSON $23.53 28 5A I SPECIAL APPARATUS INSTALLER I $25.42 28 5A SPECIAL APPARATUS INSTALLER II $24.87 28 5A I TELEPHONE EQUIPMENT OPERATOR (HEAVY) $25.42 28 5A TELEF?~i()NE-EQUIPMENT OPERATOR (LIGHT) $23.53 28 5A - - - - - -- TELEViSIO~fGROUND PERSON - - - - -- $12.73 28 5A I TELEVISION L1NEPERSON/INSTALLER $17.47 28 5A TELEVISION SYSTEM TECHNICIAN $21.1 0 28 5A I TELEVISION TECHNICIAN $18.82 28 5A TREE TRIMMER $23.53 28 5A TERRAZZO WORKERS & TILE SETTERS I JOURNEY LEVEL $35.63 1H 5A TILE, MARBLE & TERRAZZO FINISHERS I FINISHER $29.46 1H 5A TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $30.40 1K 5A I TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $35.89 1T 50 8L I ASPHALT MIX (OVER 16 YARDS) $36.4 7 1T 5D 8L DUMP TRUCK $20.23 1 DUMP TRUCK & TRAILER $20.23 1 I OTHER TRUCKS $36.47 1T 5D 8L TRANSIT MIXER $23.73 1 I WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $11.60 1 I OILER $9.45 1 WELL DRILLER $11.60 1 I I I http://www.lni.wa.gov/prevailingwage/jwages/20032/co05.htm 8/21/2003 I I I I I I .1 I I I I I I I I I I I I CLALLAM County - Effective: 8/31/2003 Page 1 of 10 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902-5335 PO Box 44540, Olympia, WA 98504-4540 Washington State Prevailing Wage Rates for Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided by clicking on the benefit code. NOTE: Any apprentice not registered with the Washington State Apprenticeship and Training Council must be paid prevailing journey level wages. To verify apprentice registration, call (360) 902-5324. I f"l ^ I ! ^ ~ JI 1"'0' .""'.... . V~I-u_L.M 'tI \J ul_U.] ~- Apprentices Effective 8/31/2003 Benefit Code Key Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code ASBESTOS ABATEMENT WORKERS ENVIRONMENTAL CONTROL PAINTERS 1: 0 -1000 Hours - 50.00% $17.11 1N 50 2: 1001 - 2000 Hours - 60.00% $19.58 1N 50 3: 2001 - 3000 Hours - 75.00% $25.08 .iN 50 4: 3001 - 4000 Hours - 90.00% $29.15 .iN 50 LABORERS 1: 0 - 1000 Hours - 60.00% $21.98 1N 50 2: 1001 - 2000 Hours - 70.00% $24.45 1N 5D 3: 2001 - 3000 Hours - 80.00% $26.92 .iN 50 4: 3001 - 4000 Hours - 90.00% $29.39 .iN 50 BOILERMAKERS 1: 0 - 1000 Hours - 70.00% $32.96 1B 5N 2: 1001 - 2000 Hours - 75.00% $34.30 1B 5N 3: 2001 - 3000 Hours - 80.00% $35.65 1B 5N 4: 3001 - 4000 Hours - 85.00% $36.99 1B 5N 5: 4001 - 5000 Hours - 90.00% $38.33 16 5N http://www.1ni.wa.gov/prevailingwage/Appwages/20032/co05.htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 2 of 10 I 6: 5001 - 6000 Hours - 95.00% $39.68 18 5N I BRICK AND MARBLE MASONS 1: 0 - 750 Hours - 50.00% $22.40 1M 5A I 2: 751 - 2250 Hours - 55.00% $23.90 1M 5A 3: 2251 - 3000 Hours - 60.00% $25.36 1M 5A 4: 3001 - 3750 Hours - 70.00% $28.27 1M 5A I 5: 3751 - 4500 Hours - 80.00% $31.19 1M 5A 6: 4501 - 5250 Hours - 90.00% $34.10 1M 5A I 7: 5251 - 6000 Hours - 95.00% $35.56 1M 5A CARPENTERS ACOUSTICAL WORKER I 1: 0 - 1000 Hours - 50.00% $19.91 1M 50 2: 1001 - 2000 Hours - 60.00% $26.64 1M 50 I 3: 2001 - 3000 Hours - 68.00% $28.S2__ 1M 50 .1; 3001 - 4000 Haure ?6.C9% ~3\~2i~~~~ - ~1-rv:- 50 5: 4001 - 5000 Hours - 84.00% $33.49 1M 50 I 6: 5001 - 6000 Hours - 92.00% $35.78 1M 50 BRIDGE, DOCK AND WARF CAR~ENTERS I 1: 1 st Period - 60.00% $22.67 1M 50 2: 2nd Period - 65.00% $27.96 1M 50 I 3: 3rd Period - 70.00% $29.38 1M 50 4: 4th Period - 75.00% $30.80 1M 50 I 5: 5th Period - 80.00% $32.22 1M 50 6: 6th Period - 85.00% $33.64 1M 50 7: 7th Period - 90.00% $35.06 1M 50 I 8: 8th Period - 95.00% $36.48 1M 50 CARPENTER I 1: 1 st Period - 60.00% $22.67 1M 50 2: 2nd Period - 65.00% $27.96 1M 50 I 3: 3rd Period - 70.00% $29.38 1M 50 4: 4th Period - 75.00% $30.80 1M 50 I 5: 5th Period - 80.00% $32.22 1M 50 6: 6th Period - 85.00% $33.64 1M 50 I 7: 7th Period - 90.00% $35.06 1M 50 8: 8th Period - 95.00% $36.48 1M 50 I DRYWALL APPLICATOR DRYWALL. METAL STUD. AND CEILING APPLlCA TORS 1: 0 - 700 Hours - 50.00% $20.25 1M 50 I http://www.lni.wa.gov/prevailingwage/AppwagesI20032/co05.htm 8/21/2003 I I CLALLAM County - Effective: 8/31/2003 Page 3 of 10 I 2: 701 - 1400 Hours - 60.00% $27.04 1M 50 3: 1401 - 2100 Hours - 68.00% $29.38 1M 50 I 4: 2101 - 2800 Hours - 76.00% $31.72 1M 50 5: 2801 - 3500 Hours - 84.00% $34.06 1M 50 6: 3501 - 4200 Hours - 92.00% $36.40 1M 50 I MILLWRIGHT AND MACHINE ERECTORS 1: 1st Period - 60.00% $23.27 1M 50 I 2: 2nd Period - 65.00% $28.61 1M 50 3: 3rd Period - 70.00% $30.08 1M 50 I 4: 4th Period - 75.00% $31.55 1M 50 5: 5th Period - 80.00% $33.02 1M 50 I 6: 6th Period - 85.00% $34.49 1M 50 7: 7th Period..- 90.QO% : '_~3.g.96 tM .50 --- - 8: 8th Period - 95.00% , ~.... , - $37.43 1M'- ,.!l':t 50- I PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1: 1st Period - 60.00% $22.79 1M 50 I 2: 2nd Period - 65.00% $28.09 1M 50 3: 3rd Period - 70.00% $29.52 1M 50 I 4: 4th Period - 75.00% $30.95 1M 50 5: 5th Period - 80.00% $32.38 1M 50 I 6: 6th Period - 85.00% $33.81 1M 50 7: 7th Period - 90.00% $35.24 1M 50 I 8: 8th Period - 95.00% $36.67 1M 50 CEMENT MASONS I 1: 0 - 1000 Hours - 50.00% $12.36 1N 50 2: 1001 - 2000 Hours - 60.00% $14.83 1N 5D 3: 2001 - 3000 Hours - 70.00% $17.30 1N 50 I 4: 3001 - 4000 Hours - 80.00% $19.77 1N 50 5: 4001 - 5000 Hours - 90.00% $22.24 1N 50 I 6: 5001 - 6000 Hours - 95.00% $23.4 7 1N 50 DRYWALL TAPERS I 1: 0 - 1000 Hours - 50.00% $24.98 14 58 2: 1001 - 2000 Hours - 55.00% $26.34 14 58 3: 2001 - 3000 Hours - 65.00% $29.06 14 58 I 4: 3001 - 4000 Hours - 75.00% $31.79 14 58 5: 4001 - 5000 Hours - 85.00% $34.51 14 58 I 6: 5001 - 6000 Hours - 90.00% $35.87 14 58 ELECTRICIANS - INSIDE I http://www .lni.wa.gov/prevailingwage/ Appwages/20032/co05.htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 4 of 10 I 1: 0 - 1000 Hours - 40.00% $17.86 10 6H I 2: 1001 - 2000 Hours - 50.00% $21.39 10 6H 3: 2001 - 3500 Hours - 55.00% $26.35 10 6H 4: 3501 - 5000 Hours - 65.00% $30.45 10 6H I 5: 5001 - 6500 Hours - 75.00% $34.56 10 6H 6: 6501 - 8000 Hours - 85.00% $38.66 10 6H I \ ELECTRICIANS - POWERLlNE CONSTRUCTION JOURNEY LEVEL L1NEPERSON ,I 1: 0 - 1000 Hours - 60.00% $27.06 4A 5A 2: 1001 - 2000 Hours - 65.00% $28.82 4A 5A 3: 2001 - 3000 Hours - 71.00% $30.93 4A 5A I 4: 3001 - 4000 Hours - 81.00% $34.45 4A 5A 5: 4001 - 5000 Hours - 85.00% $35.86 4A 5A I 6: 5001 - 6000 Hours - 89.00% $37.26 4A 5A ~ -.... - 7: 6001 - ]000 Hours - 93.0n~/^ "~~-;.- ~ ~~~ t~.~ cr~a an 4.1\ l::1\ - =- - - - - -- - -- - . ~ - - --'-"".."''''''' r. ~I"".. - ~ -- - I POLE SPRAYER 1: 0 - 1000 Hours - 85.70% $36.11 4A 5A 2: 1001 - 2000 Hours - 89.80% $37.55 4A 5A I 3: 2001 - 3000 Hours - 92.80% $38.61 4A 5A ELECTRONIC & TELECOMMUNICATION TECHNICIANS 1: 0 - 1000 Hours - 55.00% $7.01 1 I 2: 1001 - 2000 Hours - 60.00% $7.24 1 3: 2001 - 3000 Hours - 65.00% $7.85 1 I 4: 3001 - 4000 Hours - 70.00% $8.45 1 5: 4001 - 5000 Hours - 75.00% $9.05 1 I 6: 5001 - 6000 Hours - 80.00% $9.66 1 7: 6001 - 7000 Hours - 85.00% $10.26 1 8: 7001 - 8000 Hours - 95.00% $11.47 1 I ELEVATOR CONSTRUCTORS MECHANIC I 1: 1st Period - 50.00% $17.39 4A 60 2: 2nd Period - 55.00% $29.21 4A 60 I 3: 3rd Period - 65.00% $32.89 4A 60 4: 4th Period - 70.00% $34.73 4A 60 5: 5th Period - 80.00% $38.42 4A 60 I FLAGGERS 1: 0 - 1000 Hours - 60.00% $21.98 1N 50 I 2: 1001 - 2000 Hours - 70.00% $24.45 iN 50 3: 2001 - 3000 Hours - 80.00% $26.92 iN 50 I 4: 3001 - 4000 Hours - 90.00% $27.18 iN 50 http://www.lni.wa.gov/prevailingwage/ Appwages/20032/co05.htm 8/21/2003 I I CLALLAM County - Effective: 8/31/2003 Page 5 of 10 I 1: 0 - 1000 Hours - 45.00% $20.58 2E 5G 2: 1001 - 2000 Hours - 50.00% $22.19 2E 5G I 3: 2001 - 3000 Hours - 55.00% $23.79 2E 5G 4: 3001 - 4000 Hours - 60.00% $25.39 2E 5G 5: 4001 - 5000 Hours - 65.00% $26.99 2E 5G I 6: 5001 - 6000 Hours - 70.00% $28.60 2E 5G 7: 6001 - 7000 Hours - 80.00% $31.80 2E 5G I 8: 7001 - 8000 Hours - 90.00% $35.01 2E 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC I 1: 0 - 1000 Hours - 50.00% $24.70 1F 5E 2: 1001 - 2000 Hours - 55.00% $26.22 1F 5E I 3: 2001 - 4000 Hours - 65.00% $29.27 1F 5E 4: 4001 - 6000 Hours - 75.00% .-_..., ""... $32.32 1F 5E - - '- 5: 6001 - 8000'-Hours - 85~00~~'" ~-~ ,,' $35.36 1F- - 5E I HOD CARRIERS & MASON TENDERS 1: 0 - 1000 Hours - 60.00% $21.98 1N 50 I 2: 1001 - 2000 Hours - 70.00% $24.45 1N 50 3: 2001 - 3000 Hours - 80.00% $26.92 1N 50 I 4: 3001 - 4000 Hours - 90.00% $29.39 1N 50 INSULATION APPLICATORS 1: 0 - 1000 Hours - 50.00% $10.25 1 I 2: 1001 - 2000 Hours - 60.00% $12.30 1 3: 2001 - 3000 Hours - 75.00% $15.38 1 I 4: 3001 - 4000 Hours - 90.00% $18.45 1 IRONWORKERS I 1: 1 st Period - 65.00% $24.02 18 5A 2: 2nd Period - 70.00% $25.45 18 5A I 3: 3rd Period - 75.00% $33.88 18 5A 4: 4th Period - 80.00% $35.31 18 5A 5: 5th Period - 90.00% $38.16 18 5A I 6: 6th Period - 90.00% $38.16 18 5A 7: 7th Period - 95.00% $39.59 18 5A I 8: 8th Period - 95.00% $39.59 18 5A LABORERS I 1: 0 - 1000 Hours - 60.00% $21.98 1M 50 2: 1001 - 2000 Hours - 70.00% $24.45 1N 50 I 3: 2001 - 3000 Hours - 80.00% $26.92 1N 50 4: 3001 - 4000 Hours - 90.00% $29.39 1N 50 I http://www.1ni.wa.gov/prevailingwage/ Appwages/20032/co05 .htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 6 of 10 I LABORERS - UNDERGROUND SEWER & WATER I 1: 0 - 1000 Hours - 60.00% $21.98 1N 50 2: 1001 - 2000 Hours - 70.00% $24.45 ill 50 I 3: 2001 - 3000 Hours - 80.00% $26.92 1N 50 4: 3001 - 4000 Hours - 90.00% $29.39 ill 50 LATHERS I 1: 0 - 700 Hours - 50.00% $20.25 1M 50 2: 701 - 1400 Hours - 60.00% $27.04 1M 50 ,I 3: 1401 - 2100 Hours - 68.00% $29.38 1M 50 4: 2101 - 2800 Hours - 76.00% $31.72 1M 50 5: 2801 - 3500 Hours - 84.00% $34.06 1M 50 I 6: 3501 - 4200 Hours - 92.00% $36.40 1M 50 PAINTERS I 1: 0 - 750 Hours - 55.0.~>-% $15.59 28 5A ~ 2' 7'::;1 ~ ... k(\n LJC:.F~";' 65:eO~O/c=: ."~ $16.5g La -." . ..." ..J...,4J a it ."" ~":. ~~_,,;c-_ ~ oA I 3: 1501 - 2250 Hours - 75.00% $18.41 28 5A 4: 2251 - 3000 Hours - 80.00% $20.08 28 5A 5: 3001 - 3750 Hours - 85.00% $21.05 28 5A I 6: 3751 - 4500 Hours - 95.00% $22.96 28 5A PLASTERERS I 1: 0 - 500 Hours - 40.00% $10.33 1 2: 501 - 1000 Hours - 45.00% $11.62 1 3: 1001 - 1500 Hours - 45.00% $11.62 1 I 4: 1501 - 2000 Hours - 50.00% $12.92 1 5: 2001 - 2500 Hours - 55.00% $14.21 1 I 6: 2501 - 3000 Hours - 60.00% $15.50 1 7: 3001 - 3500 Hours - 65.00% $16.79 1 8: 3501 - 4000 Hours - 70.00% $18.08 1 I 9: 4001 - 4500 Hours - 75.00% $19.37 1 10: 4501 - 5000 Hours - 80.00% $20.66 1 I 11: 5001 - 5500 Hours - 85.00% $21.96 1 12: 5501 - 6000 Hours - 90.00% $23.25 1 13: 6001 - 6500 Hours - 95.00% $24.54 1 I 14: 6501 - 7000 Hours - 95.00% $24.54 1 PLUMBERS & PIPEFITTERS I 1: 0 - 2000 Hours - 50.00% $25.15 1G 5A 2: 2001 - 4000 Hours - 62.50% $34.98 1G 5A 3: 4001 - 6000 Hours - 70.00% $37.55 1G 5A I 4: 6001 - 8000 Hours - 75.00% $39.25 1G 5A 5: 8001 - 10000 Hours - 85.00% $42.68 1G 5A I http://www.lni.wa.gov/prevailingwage/Appwages/20032/co05.htm 8/21/2003 I I I I I I I I I I I I I I I I I I I I CLALLAM County - Effective: 8/31/2003 Page 7 of 10 POWER EQUIPMENT OPERATORS ALL EQUIPMENT 1: 0 - 1000 Hours - 65.00% $28.22 1 T 50 2: 1001 - 2000 Hours - 70.00% $29.67 1T 50 3: 2001 - 3000 Hours -75.00% $31.12 1T 50 4: 3001 - 4000 Hours - 80.00% $32.57 1 T 50 5: 4001 - 5000 Hours - 90.00% $35.46 1T 50 6: 5001 - 6000 Hours - 95.00% $36.91 1T 50 POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 1: 0 - 1000 Hours - 65.00% $28.22 2: 1001 - 2000 Hours - 70.00% $29.67 3: 2001 - 3000 Hours - 75.00% $31.12 4: 3001 - ~WOO Hou~s:- 80.00% $32.57 5: 4001 - 5GOOHburs - 90.00% $35.46 6: 5001 - 6000 Hours - 95.00% $36.91 POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1: 0 - 1000 Hours - 65.00% $19.16 2: 1001 - 2000 Hours - 75.00% $21.34 3: 2001 - 3000 Hours - 80.00% $22.42 4: 3001 - 4000 Hours - 90.00% $24.60 REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1: 0 - 2000 Hours - 50.00% 2: 2001 - 4000 Hours - 55.00% 3: 4001 - 6000 Hours - 60.00% 4: 6001 - 8000 Hours - 70.00% 5: 8001 - 10000 Hours - 85.00% RESIDENTIAL CARPENTERS $13.84 $15.22 $16.61 $19.38 $23.53 1: 1st Period - 60.00% 2: 2nd Period - 65.00% 3: 3rd Period - 70.00% 4: 4th Period - 75.00% 5: 5th Period - 80.00% 6: 6th Period - 85.00% 7: 7th Period - 90.00% 8: 8th Period - 95.00% RESIDENTIAL ELECTRICIANS $10.71 $11.60 $12.50 $13.39 $14.28 $15.17 $16.07 $16.96 http://www.lni.wa.gov/prevailingwage/Appwages/20032/coOS.htm 4A 4A 4A 4A 1 1 1 1 1 1 1 1 1 1 1 1 1 5A 5A 5A 5A 8L 8L 8L 8L 8L 8L -;.~ ~~.::" .. '-~ 8/21/2003 CLALLAM County - Effective: 8/31/2003 Page 8 of 10 I 1: 0 - 900 Hours - 50.00% $13.89 1 I 2: 901 - 1800 Hours - 55.00% $15.28 1 3: 1801 - 2700 Hours - 75.00% $20.84 1 4: 2701 - 4000 Hours - 85.00% $23.61 1 I RESIDENTIAL PLUMBERS & PIPEFITTERS 1: 0 - 1000 Hours - 55.00% $8.03 1 I 2: 1001 - 2000 Hours - 65.00% $9.49 1 3: 2001 - 4000 Hours - 75.00% $10.95 1 I 4: 4001 - 6000 Hours - 85.00% $12.41 1 RESIDENTIAL SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) I 1: 1 - 1000 Hours - 50.00% $15.24 14 5A 2: 1001 - 2000 Hours - 60.00% $17.45 14 5A I 3: 2001 - 3000 Hours - 65.00% $21 .71 14 5A - - 4; ~~90-t.::::!QPO HOllr~ - 70 00% c!:'>'> ~'> .. I '3/\ .- ~-;_~~~..:;-:~-:(;;..... I ___- ;..__.v_ ~ ~"""'" ...... ...-~-- - 5: 4001 - 5000 Hours - 80.00% $25.03 14 5A I 6: 5001 - 6000 Hours - 85.00% $26.12 14 5A ROOFERS I 1: 0 - 820 Hours - 60.00% $21.93 1R 5A 2: 821 - 1630 Hours - 67.00% $23.78 1R 5A I 3: 1631 - 2450 Hours - 74.00% $25.58 1R 5A 4: 2451 - 3270 Hours - 81.00% $29.66 1R 5A 5: 3271 - 4080 Hours - 88.00% $31 .46 1R 5A I 6: 4081 - 4899 Hours - 95.00% $33.25 1R 5A SHEET METAL WORKERS I JOURNEY LEVEL (FIELD OR SHOP) 1: 0 - 2000 Hours - 45.00% $18.78 14 6L 2: 2001 - 3000 Hours - 50.00% $26.51 14 6L I 3: 3001 - 4000 Hours - 55.00% $28.27 14 6L 4: 4001 - 5000 Hours - 60.00% $30.03 1J 6L I 5: 5001 - 6000 Hours - 65.00% $31.80 14 6L 6: 6001 - 7000 Hours - 70.00% $33.56 1J 6L 7: 7001 - 8000 Hours - 75.00% $35.33 14 6L I 8: 8001 - 9000 Hours - 80.00% $37.09 14 6L 9: 9001 - 10000 Hours - 85.00% $38.86 14 6L I SOFT FLOOR LAYERS APPRENTICES INDENTURED ON OR AFTER JUNE 1. 2003 I 1: 0 - 750 Hours - 45.00% $15.19 18 5A 2: 751 - 1500 Hours - 50.00% $17.31 18 5A 3: 1501 - 2250 Hours - 60.00% $20.80 18 5A I http://www.lni.wa.gov/prevailingwage/Appwages/20032/co05.htm 8/2112003 I ,. I CLALLAM County - Effective: 8/31/2003 Page 9 of 10 I 4: 2251 - 3000 Hours - 70.00% $23.42 18 5A 5: 3001 - 3750 Hours - 80.00% $26.04 18 5A I 6: 3751 - 4500 Hours - 90.00% $28.65 18 5A APPRENTICES INDENTURED PRIOR TO JUNE 1. 2003 1: 0 - 750 Hours - 45.00% $16.88 18 5A I 2: 751 - 1500 Hours - 50.00% $18.19 18 5A 3: 1501 - 2250 Hours - 60.00% $20.80 18 5A I 4: 2251 - 3000 Hours - 70.00% $23.42 18 5A 5: 3001 - 3750 Hours - 80.00% $26.04 18 5A 6: 3751 - 4500 Hours - 90.00% $28.65 18 5A I SPRINKLER FITTERS (FIRE PROTECTION) GRADE 1 (INDENTURED AFTER APRIL 1. 2000) J:..::. _. -- 1: 0 - 1000 Hours - 45.00% $8.85 1 2: 1001 - 2000 Hours - 50.00% .$9.84 ' ~;:o!~)~~-'_-: - ~<17" '-'- - - ,. . --- 3: 2001 - 3000,.Hours - 55.00% $10.82 -1 ~ - - I 4: 3001 - 4000 Hours - 60.00% $11.80 1 GRADE 1 (INDENTURED BEFORE APRIL 1. 2000) I 1: 0 - 1000 Hours - 40.00% $7.87 1 2: 1001 - 2000 Hours - 45.00% $8.85 1 3: 2001 - 3000 Hours - 50.00% $9.84 1 I 4: 3001 - 4000 Hours - 55.00% $10.82 1 GRADE 2 (INDENTURED AFTER APRIL 1. 2000) I 1: 0 - 1000 Hours - 65.00% $12.79 1 2: 1001 - 2000 Hours - 70.00% $13.77 1 I 3: 2001 - 3000 Hours - 75.00% $14.75 1 4: 3001 - 4000 Hours - 80.00% $15.74 1 5: 4001 - 5000 Hours - 85.00% $16.72 1 I 6: 5001 - 6000 Hours - 90.00% $17.70 1 GRADE 2 (INDENTURED BEFORE APRIL 1. 2000) I 1: 0 - 1000 Hours - 60.00% $11.80 1 2: 1001 - 2000 Hours - 65.00% $12.79 1 3: 2001 - 3000 Hours - 70.00% $13.77 1 I 4: 3001 - 4000 Hours - 75.00% $14.75 1 5: 4001 - 5000 Hours - 80.00% $15.74 1 I 6: 5001 - 6000 Hours - 85.00% $16.72 1 TERRAZZO WORKERS & TILE SETTERS 1: 0 - 1000 Hours - 50.00% $20.69 lli 5A I 2: 1001 - 2500 Hours - 55.00% $22.02 lli 5A 3: 2501 - 3500 Hours - 60.00% $23.35 1H 5A I 4: 3501 - 4500 Hours - 70.00% $26.01 lli 5A 5: 4501 - 5500 Hours - 80.00% $28.66 lli 5A I http://www.1ni.wa.gov/prevailingwage/Appwages/20032/co05.htm 8/21/2003 CLALLAM County - Effective: 8/31/2003 6: 5501 - 6250 Hours - 90.00% 7: 6251 - 7000 Hours - 95.00% TILE, MARBLE & TERRAZZO FINISHERS FINISHER 1: 0 - 1000 Hours - 50.00% 2: 1001 - 2500 Hours - 55.00% 3: 2501 - 3500 Hours - 60.00% 4: 3501 - 4500 Hours - 70.00% TRAFFIC CONTROL STRIPERS 1: 0 - 500 Hours - 60.00% 2: 501 - 1000 Hours - 60.00% 3: 1001 - 2333 Hours - 60.00% 4: 2334 - 4666 Hours - 73.00% 5: 4667 - 7000 Hours - 88.00% TRUCK DRiVERS ALL TRUCKS 1: 0 - 700 Hours - 70.00% 2: 701 - 1400 Hours - 80.00% 3: 1401 - 2100 Hours - 90.00% $31.32 $32.65 1H 1H $20.07 $21.35 $22.61 $25.15 lli lli 1H lli $12.96 1K $17.82 1K $20.22 1 K $23.53 1 K $~;::?~~ . --~~~)~~- - " ....,~-...-~~ $14.16 1 $16.18 1 $18.21 1 http://www.lni.wa.gov/prevailingwage/Appwages/20032/co05.htm Page 10 of 10 I I I I I I I I I I I I I I I I I I I 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5A 8/21/2003 I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY Page 1 of7 BENEFIT CODE KEY - EFFECTIVE 08-31-03 OVERTIME CODES Overtime Calculations are based on the hourly rate actually paid to the worker. On public works projects, the hourly rate must be not less than the prevailing rate of wage minus the hourly rate of the cost of fringe benefits actually provided for the worker. 1. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY RATE OF WAGE. ~, - ~~ -.,;;:,-~..:- ~.:~--,..:'~--=-_.~-~.;~- ~ -- -- A. All h0!)i::' wnrk.au(xl 3durJdYs, SundaYs ana hOjidays-srfail be paid at one and one-~~if times the hourly rate of wage. ' ..: 'He<,' ., ,. ,,_~t. .. B. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. C. All hours worked on Sundays shall be paid at double the hourly rate of wage. D. The first eight (8) hours worked on Saturdays of a five - eight hour work week and the first eight (8) hours worked on a fifth calendar day, excluding Sunday, in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours per day on Saturday; all hours worked in excess of eight (8) hours in a fifth calendar weekday of a four - ten hour schedule; all hours worked in excess of ten (10) hours per day Monday through Friday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. F. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours on Saturday, and all hours worked on Sundays and holidays (except Labor Day) shall be paid at double the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. G. The first ten (10) hours worked on Saturdays and the first ten (10) hours worked on a fifth calendar weekday in a four - ten hour schedule, shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of ten (10) hours per day Monday through Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. H. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions or equipment breakdown) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/21/2003 BENEFIT CODE KEY Page 2 of7 J. The first eight (8) hours on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of eight (8) hours and Saturday, and all hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. K. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. L. All hours worked on Saturdays, Sundays and holidays (except Thanksgiving Day and Christmas Day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Thanksgiving Day and Christmas Day shall be paid at double the hourly rate of wage. M. All hours worked on Saturdays (except makeup days if work is lost due to inclement weather conditions) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays shall be paid at double the hourly rate of wage. N. All hours worked on Saturdays (e)(r,epfmake,U:p_d8Y~) ~il~!! b~ r3id at 0!1e and 0:18- ~~!f times the hourly rate of wage. All hours workecf'on Sundays and holidays shall be paid at double the hourly rate of wage. P. All hours worked on Saturdays (except makeup days) and Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at double the hourly rate of wage. Q. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Christmas Day) shall be paid at double the hourly rate of wage. All hours worked on Christmas Day shall be paid at two and one-half times the hourly rate of wage. R. All hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. T. All hours worked on Saturdays, except makeup days, shall be paid at one and one-half times the hourly rate of wage. All hours worked after 6:00PM Saturday to 6:00AM Monday and on holidays shall be paid at double the hourly rate of wage. U. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and holidays (except Labor Day) shall be paid at two times the hourly rate of wage. All hours worked on Labor Day shall be paid at three times the hourly rate of wage. W. All hours worked on Saturdays and Sundays (except makeup days) shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. 2. ALL HOURS WORKED IN EXCESS OF EIGHT (8) HOURS PER DAY OR FORTY (40) HOURS PER WEEK SHALL BE PAID AT ONE AND ONE-HALF TIMES THE HOURLY http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/21/2003 I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I I BENEFIT CODE KEY Page 3 of7 RATE OF WAGE. A. The first six (6) hours worked on Saturday shall be paid at one and one-half times the hourly rate of wage. All hours worked in excess of six (6) hours on Saturday and all hours worked on Sundays and holidays shall be paid at two times the hourly rate of wage. B. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage. C. All hours worked on Sundays shall be paid at one and one-half times the hourly rate of wage. All hours worked on holidays shall be paid at two times the hourly rate of wage. D. All hours worked on Saturdays and Sundays shall be paid at one and one-half times the hourly rate of wage. The first eight (8) hours worked on holidays shall be paid at straight time in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at one and one-half times t.he hourly rate of wage. .... ~ ~- ~ - ' - ~ . ~ ~ - - - -. -- . - ~ ... ~- -- --~' -- ...... ~ - -- - -- E. All holirs worked on Satur(iciy~{dY;noTidays (except Labor Day). shall be-paid at one and one-half times the hourly rate of wage. All hours worked on Sundays or on Labor Day' shall 'be- <- paid at two times the hourly rate of wage. F. The first eight (8) hours worked on holidays shall be paid at the straight hourly rate of wage in addition to the holiday pay. All hours worked in excess of eight (8) hours on holidays shall be paid at double the hourly rate of wage. G. All hours worked on Sunday shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage including holiday pay. H. All hours worked on Saturdays shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on holidays shall be paid at one and one-half times the hourly rate of wage in addition to the holiday pay. /. All hours worked on Saturdays and holidays (except Labor Day) shall be paid at one and one-half times the hourly rate of wage. All hours worked on Sundays and on Labor Day shall be paid at two times the hourly rate of wage. J. All hours worked on Sundays shall be paid at two times the hourly rate of wage. All hours worked on paid holidays shall be paid at two and one-half times the hourly rate of wage, including the holiday pay. All hours worked on unpaid holidays shall be paid at two times the hourly rate of wage. K. All hours worked on holidays shall be paid at two times the hourly rate of wage in addition to the holiday pay. M. All hours worked on Saturdays, Sundays and holidays shall be paid at double the hourly rate of wage. O. All hours worked on Sundays and holidays shall be paid at one and one-half times the http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/21/2003 BENEFIT CODE KEY Page 4 of7 hourly rate of wage. 4A. All hours worked in excess of eight (8) hours per day or forty (40) hours per week shall be paid at double the hourly rate of wage. All hours worked on Saturdays, Sundays, and holidays shall be paid at double the hourly rate of wage. 5. HOLIDAY CODES A. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). B.' Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Than!<$E!~_ir]Q,g_ay, the day before Christmas Day, and Christmas Day (8). / -c.- -_ -. --_____-"'=- -:0:-- .... _ -=----.-:;:=:;.,.-......"7_~~-- C. Holidays: New YearS-Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (8). D. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday and Saturday after Thanksgiving Day, and Christmas Day (8). E. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). ' G. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (7). H. Holidays: New Year's Day, Memorial Day, Independence Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day (6). I. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). N. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (9). o. Paid Holidays: New Year's Day, Washington's Birthday, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (6). P. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday and Saturday after Thanksgiving Day, the day before Christmas Day, and Christmas Day (9). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/2 112003 I I I I I I I I I I I I I I I I I I I I I I I I I I- I I I I I I I I I I I I BENEFIT CODE KEY Page 5 of7 Thanksgiving Day, and Christmas Day (6). R. Paid Holidays: New Year's Day, Presidents' Day, Independence Day, Labor Day, Thanksgiving Day, the day after Thanksgiving Day, one-half day before Christmas Day, and Christmas Day (7 1/2). S. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, and Christmas Day (7). T. Paid holiday: seven (7) paid holidays. V. Paid Holidays: six (6) paid holidays. W. Paid Holidays: nine (9) paid holidays. X. Holidays: After 520 hours - New Year's Day, Thanksgiving Day, and Christmas Day. Aftet' 2080 hOlJrS.i New Year's Dav. Washinaton's Birthdav. Memorial Dav. Inrlf!oenrlp.l1ce Dew _ _ ___~~- # "'"' J. .;. .,; Labor Day, -l';,anksgiving Day, Christmas Day and a floating holiday (8). - ..._-~ ,-. - ~ - .-;~~-;:..~':_;'Y . Y. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Presidential Election Day, Thanksgiving Day, the Friday following Thanksgiving Day, and Christmas Day (8). Z. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). 6. HOLIDAY CODES A. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). C. Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last work day before Christmas Day, and Christmas Day (9). D. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Day, the day before or after Christmas Day (9). H. Holidays: New Year's Day, Martin Luther King Jr. Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, and Christmas Day (8). I. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, and Christmas Day (7). L. Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, the last working day before Christmas Day, and http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/21/2003 I I I I I I -" - I "'C. ;-:;-_,-~":,-,-;;;- -- I I I I I I I I I I I I BENEFIT CODE KEY Page 6 of7 Christmas Day (8). Q. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Veteran's Day, Thanksgiving Day, the day after Thanksgiving Day, and Christmas Day. Unpaid Holiday: Presidents'Day. S. Paid Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thanksgiving Day, Christmas Eve Day, and Christmas Day (8). T. Paid Holidays: New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Friday after Thanksgiving Day, the last working day before Christmas Day, and Christmas Day (9). U. Holidays: New Year's Day, Day before New Year's Day, Memorial Day, Day before Independence Day, Independence Day, Labor Day, Thanksgiving Day, the Friday after Thank~giving Day, the day before Christmas Day, Christmas Day (10). V. Paid-Holidays: New Year's Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Eve Day, Christmas Day, Employee's Birthday, and one day of the Employee's choice (10). W. Paid Holidays: New Year's Day, Day before New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving Day, Christmas Day, day before Christmas Day (10). X. Paid Holidays: New Year's Day, day before or after New Year's Day, Presidents' Day, Memorial Day, Independence Day, Labor Day, Thanksgiving Day, day after Thanksgiving ~Day, Christmas Day, day before or after Christmas Day, Employee's Birthday (11). 8. NOTE CODES A. The standby rate of pay for divers shall be one-half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 175' - $2.25 per foot for each foot over 100 feet, over 175' to 250' - $5.50 per foot for each foot over 175 feet, over 250' - divers may name their own price, provided it is no less than the scale listed for 250 feet. C. The standby rate of pay for divers shall be one-half times the divers rate of pay. In addition to the hourly wage and fringe benefits, the following depth premiums apply to depths of fifty feet or more: over 50' to 100' - $1.00 per foot for each foot over 50 feet, over 100' to 150' - $1.50 per foot for each foot over 100 feet, over 150' to 200' - $2.00 per foot for each foot over 150 feet, over 200' - divers may name their own price. D. Workers working with supplied air on hazmat projects receive an additional $1.00 per hour. http://www.lni.wa.gov/prevailingwage/BenCodes/20032/BenefitCodes.htm 8/21/2003 I I I I I I -~,- I I I I I I I I I I I I BENEFIT CODE KEY Page 7 of7 L. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $0.75, Level B: $0.50, and Level C: $0.25. M. Workers on hazmat projects receive additional hourly premiums as follows - Levels A & B: $1.00, Levels C & D: $0.50. N. Workers on hazmat projects receive additional hourly premiums as follows - Level A: $1.00, Level B: $0.75, Level C: $0.50, and Level D: $0.25. Prevailing Wage Home I Prevailing Wage Rates [bencodes/footer .btm] ~~....._-- - ~- - ,,-,,;,!c~,,--.-~- http://www.lni.wa.gov/prevailingwage/BenCodesI20032/BenefitCodes.htm 8/21/2003 I I I I I I I I I I I I I I I I I I I ATTACHMENT B Request For Information (RFI) and Construction Change Order (CCO) Forms I I I I I I I I I I I I I I I I I I I REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: Fire Hall Roof repairs and Deck Replacement PROJECT/CONTRACT NUMBER: US 0114 ORIGINATOR: 0 Contractor 0 Inspector ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: 7: , <l ~~...<"~""___ ~ .... --- --~ - - DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: 0 YES 0 NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI NO. I CONTRACT CHANGE ORDER (CCO) NO. _ I I Project Name Fire Hall Roof Repairs and Deck Replacement Date: Contractor Project No. US 0114 I I DESCRIPTION OF WORK You are ordered to perform the following described work upon receipt of an approved copy of this Change Order: 1. Describe work here 2. Additional work, etc.... I ~I- ~.,,"_....M - I Such work will be compensated by: check one or more of the following as applicable [ ] Increase or [ ] Decrease in bid items; [ ] Force Account; [ ] Negotiated Price: The described work affects the existing contract items and/or adds and/or deletes bid items as follows: , .,::: -:':'-"--" " Item Description No. RFI# Qty. Unit *$ Cost Per Unit *$ Cost 1 Ong. I Rev. I 2 Orig. Rev. I " ORIGINAL " CURRENT " EST. NET CHANGE TOTAL CHANGE ORDERS, "EST. CONTRACT AFTER CONTRACT CONTRACT THIS CHANGE ORDER INCLUDING THIS ONE THIS CHANGE ORDER DAYS: XX DAYS:VY DAYS: ZZ DAYS: XX+ZZ-VY DAYS: VY+ZZ I I " Sales Tax not included I All work, matenals and measurements to be In accordance with the provisions of the original contract and/or the standard specifications and special provisions for the type of construction Involved. The payments and/or additional time specified and agreed to in this order include every claim by the Contractor for any extra payment or extension of time with respect to the work descnbed herein, including delays to the overall project. y '~,~ ,,,l;::~, ." SIGNATURE: :.'. '- ':'~v;;;:;;i~:iJ~\A ~~?h BRROYEElBY: . I PROJECT ENGINEER CITY ENGINEER I CONTRACTOR PUBLIC WORKS & UTILITIES DIRECTOR CITY MANAGER CITY COUNCIL APPROVAL DATE; \,~ . "0 N/A I I I Page I of ? I I I I I I I I I I I I I I I I I I I ATTACHMENT C Contractor's Application for Payment Form .-u. _ _:.. ~';nl I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT FIRE HALL ROOF REPAIRS AND DECK REPLACEMENT, US 0114 Page 1 of 2 TO: City of Port Angeles DATE: Public Works & Utilities Department P.O. Box 1150 Port Angeles, W A 98362 FROM: Contractor name & Address PAYMENT REQUEST NO. PERIOD From: to [end of period]: - ~ -- -"\- -- STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount [Excluding Sales Tax] $ 2 Approved Change Order No(s). $ 3 Adjusted Contract Amount (1 +2) $ 4 Value of Work Completed to Date [per attached breakdown] $ 5 Material Stored on Site [per attached breakdown] $ 6 Subtotal (4+5) $ 7 8.2% Sales Tax [at 8.2% of subtotal] $ 8 Less Amount Retained [at 5% of subtotal] $ 9 Subtotal (6+7-8) $ 10 Total Previously Paid [Deduction] $ 11 AMOUNT DUE THIS REQUEST (9-10) $ WAIVER OF CLAIMS FOR EXTRA COST OR TIME: The undersigned Applicant waives and releases, up through the date hereof, any and all claims for costs or item extensions arising out of or relating to extra or changed work or delays or acceleration not specifically identified and reserved in the amounts identified below or previously acknowledged in writing by the City of Port Angeles. CERTIFICATE OF THE CONTRACTOR: I hereby certify that the work performed and the materials supplied through the ending period date noted above represents the actual value of accomplishment under the terms of the contract (and all authorized changes) between the Applicant and the City of Port Angeles, relating to the above referenced project, and that the remaining contract balance is sufficient to cover all costs of completing the work in accordance with the contract documents. Continued on Page 2 I I I I I I I I I I I I I I I I I I I I I CONTRACTOR'S APPLICATION FOR PAYMENT Page 2 of 2 I also certify that all lower-tier payments, less applicable retention, have been made by the Applicant for the periods covered by previous payment received by the Applicant to (1) all lower-tire subcontractors/suppliers, and (2) for all materials, equipment and labor used or in connection with the performance of this contract. I further certify that I have complied with all Federal, State and local tax laws, including Social Security laws and Unemployment Compensation laws and Workmen's Compensation laws, insofar as applicable to the performance of this work, and have paid all such taxes, premiums and/or assessments arising out of the performance of the work. I further certify that, to the best of my knowledge, information and belief, all work for which previous payment(s) have been received shall be free and clear of liens, claims, security interests and encumbrances in favor of the Contractor, subcontractors, material suppliers, or other persons or entities making a claim by reason of having provided labor, materials and equipment relating to the work. Within seven (7) days of receipt of the payment requested herein, all payments, less applicable retention. will be made through the period covered by this pay request to all my lower-tier subcontractors/suppliers anJ lur Ci;1 rildterials;equipment, iauof, taxes and assessment3 arising Out ot the perfOrll1anCe of all said lower-tire work. ' - '-"-"'"-.... -~-, ......,....... DATED: CONTRACTOR: SIGNATURE: PRINTED NAME AND TITLE: SUBSCRIBED AND SWORN to before me this day of ,20 . Notary Public in and for the State of residing at My appointment expires APPROVAL: Project Manager Date City Engineer Date ~ I I I I I I I I I I I I I I I I I I I ATTACHMENT 0 Project Plans (19 pages) I -.._;!!- ~ -: ,__ ,"-- ""'"".-::;-~- , ~-"--:"--r-'" -<1"~~- 'l"-- I I I I I I I I I I I I I I I I I I I ATTACHMENT E Sample Accord-25 Certificate of Liability Insurance Form ~.:::_ :.n^~_~~""",,~ -~ ..~-..~.._. ~..._- - - "- - ~~ -- ~-~ I A CORllrM PRODUCER Insurance Agent Address City, State, Zip Code Tele hone & Fax No. INSURED , Contractor Name Address City, State, Zip Code Telephone No. (Including Area Code) CERTIFICATE OF LIABILITY INSURANCE DATE (MMlDDIYY) THIS ISSUED AS A MATTER OF INF AND CONFERS NO RIGH ATE HOLDER. THIS CERTIFICATE AMEND, R THE E AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE INSURER A: ABC Insurance Co an INSURER B: XYZ Insurance Co an INSURER C: INSURER D: INSURER E: NAlC# I II THE POLICIES OF INSURANCE liSTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH R~SPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO AlL THE TERMS. EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. I ESR AOO~ POLICY EFFECTIVE . POLICY EXPIRATION ~ _I~SRD TYPE OF INSURANCE: POLICY NUMBER DATE IMMlDOIYYl DATE IMMlDOIYYl LIMITS GENERAL LIABIUlY e ~- r" ..,- EACH OCCURENCE J $ 1...... . , XCC>MMERCIAL GENERAL LIABI(.-. ~.."'~' -:, .-:_~:-:_h I -,-- - . - --- - ---,- . n;;:;: DAMAGe: (fro:! one r.;el $ l~ . II I ClAIMS MADE 00 OCCUR MED EXP (Anyone person) S 5,110 X W A 'Ston Gan . PERSONAL & AOV INJURY S 1........ X Per Proiect Ap'l!Tep'ate GENERAL AGGREGATE S 2,IG8,GOI ~GG~~=APnER. PRODUCTS - Conll/OP Agg S 1.DOO.III I j LICY X JECT LOC B AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,118,IIII lea 8cddent\ - ANY AUTO .L BODILY INJURY I ALL OWNED AUTOS SAMPLE (Per persan) $ I-- SCHEDULED AUTOS BODILY INJURY 7 HIRED AUTOS (Per 8cddent) $ .~ NON-OWNED AUTOS ~ PROPERTY DAMAGE $ I I (Per 8cddent) - GARAGE LIABILITY AUTO ONLY - Ea Acdc\enl $ - ANY AUTO OTHER THAN EAACC $ I AUTO ONLY AGG $ - A EXCESS/UMBRELLA LIABILTY EACH OCCURRENCE $1,000,. I t::KJ OCCUR DClAlMSMADE AGGREGATE S 1,101,III S R DEDUCTIBLE S RETENTION $ S I A WORKER'S COMPENSATION AND I we STATU- xl OTH- EMPLOYERS' LIABILITY TORYUMITS ER ANYPROP~ETO~ARTNE~ECunwE EL EACH ACCIDENT $1,006,8 OFFlCERlMEMBER EXCLUDED? EL DISEASE - EA , 1.... I If yes. describe under EMPLOYEE SPECIAL PROVISIONS BELOW EL DISEASE - POLICY $1,". LIMIT OTHER - I DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/EXLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS City of Port Angeles is added as general1iability additional insured (SEE ATTACHED ENDORSEMENT). Insert Project Name and Number here I CERTIFICATE HOLDER CANCELLATION City of Port Angeles SHOULD I>Jf'{ OF THE ABOVE DESCRIBED POLICIES BE CANCELlED. OR REDUCED Public Works & Utilities Dept AS TO COVERAGE, BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING P.O. Box 1150 COMPANY Will ENblEl'lQR TO MAIL 45 DAYS WRITTEN NOTICE TO THE CERTIFICATE Port Angeles, W A 98362 HOLDER NAMED TO THE LEFT. BY CERTIFIED MAIL. BUl' FAlllJRE TO U~ll SYCM ~IQ1ICE SM'll "1POSE ~IO OBb.lC'\lIGN OR liABilITY OF ANY KI~IQ "PON TJolE Cm1PNIY. ITS 'CHITS QR REPRESENT.^TI',<ES. AUTHORIZED REPRESENTATIVE ACORD 25-5 (7-97) @ ACORD CORPORATION 1988 COVERAGES I