Loading...
HomeMy WebLinkAbout000804 Original Contract °~" City of Port Angeles Conform Copy #2 Record # 000804 p :' PRJ ETIJAl��-1111-1 11 ,z for , - - 1. \/E RN E-3URT©N 11/IEMCRIAL C( I�lMl1NITY CENTER RE�RF 11 PROJECT NUS P 06=;( 5 C3E7`, il ; "' ''2 ''1, 11 �V +� '�1-1 ..... CITY OF PORT ANGELES wasHIGTO CRAIG Fl1LTC7N; P.E., p112ECTdR ol= PuI:IC 1NfJRKS & uT�liTlEs MIKE PuITENNEV, l .E.; CITY EIV���NER For irtformat[on regarding tC�s profect;contact: -. Eric WaErathr Engireeririg-Project Superuiso , City of P©rt Angeles X66-41�-4k -, " I I .- J0�V0R[,1,,,eV `\1 !�J e 6F =_ 6 SMALL WORKS ROSTER �l/r!'1rJRKS gvj��`1 ❑ Request for Bid ® Contract Contract Title: Vern Burton Community Center Re-Roof Project Number: PK 06-05 THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON ("CITY") AND MADSEN ROOFING, INC, WASHINGTON_("CONTRACTOR"). 1. WORK BY CONTRACTOR The Contractor shall perform the work as described in Attachment"A"(Attachment°A" may include Contractor's Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents) which is attached hereto and by this reference is incorporated herein. 2.TERM OF CONTRACT All work under this Contract is to be completed as indicated (check one): ❑ All work under this Contract is to be completed by this date: ❑ All work under this Contract is to be completed 30 working days from the Notice to Proceed. No work is to be performed prior to written Notice to Proceed by the City. (See attachment A for specific schedule for work). ® The performance period under this Contract commences 10 calendar days after notice to proceed and ends 30 working days thereafter. 3. PAYMENT A. The City shall pay the Contractor for the work performed under this contract (check one): ❑ Force Account -Time and material, not to exceed: $ ❑ Force Account-Time and actual expenses incurred, not to exceed: $ ❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $ ❑ Firm Fixed Price set forth in Contractor bid or quote in the amount of: $ ® Unit prices and extensions thereof set forth in the Contractor's bid entered on the Bid Form provided in the Bid documents contained in the Instructions to Bidders. The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance with and as described in the Attachment "A". 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 and every part thereof; except those indicated to be furnished by the City of Port Angeles in Attachment A. B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract number. Invoices shall be in a format acceptable to the City. C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a properly completed invoice. Project# PK 06-05 Page I Rev. 8/30/2011 D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives of the City for a period of three (3) years after final payment. Copies shall be made available to the City upon request. E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the Contract, the Contractor shall correct or modify the required work to comply with the requirements of this Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the Contract Documents. 4. RESPONSIBILITY OF CONTRACTOR A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all necessary safeguards for the protection of workers and the public and shall post danger signs warning against known or unusual hazards. B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or materials discovered within one year after acceptance of this work. When corrections of defects are made, Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a reasonable time. In emergencies where damage may result from delay or where loss of service may result, such corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the Contractor does not accomplish corrections at the time specified, the work will be otherwise accomplished and the cost of same shall be paid by the Contractor. C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and supervision by the City. The Contractor shall hold the City harmless from any and all claims which may be made against the City as a result of any defective work and the Contractor shall defend any such claims at its own expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the professional judgment of the Contractor to make appropriate selections. D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant for employment or any other persons in the performance of this Contract because of race, creed, color, national origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by Contractor setting forth the provisions of the nondiscrimination clause. E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or services required by the Contractor under this Contract, shall be considered employees of the Contractor only and not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said employees, while so engaged, and all claims made by a third party as consequence of any negligent act or omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or rendered herein, shall not be the obligation of the City. S. COMPLIANCE WITH LAWS The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the City, in whole or in part, and may result in ineligibility for further work for the City. 6. TERMINATION OF CONTRACT A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final payment by the City. Project#PK 06-05 Page 2 Rev. 8/30/2011 B. The City may terminate the Contract and take possession of the premises and all materials thereon and finish the work by whatever methods it may deem expedient, by giving 10 days written notice to the Contractor, upon the occurrence of any one or more of the events hereafter specified. 1. The Contractor makes a general assignment for the benefit of its creditors. 2. A receiver is appointed as a result of the insolvency of the Contractor. 3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein. 4. Contractor fails to make prompt payment to subcontractors for material or labor. 5. Contractor persistently disregards federal, state or local regulations and ordinances. 6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise substantially violates the terms of this Contract. 7. The City determines that sufficient operating funds are not available to fund completion of the work contracted for. C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance, Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and interests of the City under the Contract, provided such legal costs shall be reasonable. 7. OWNERSHIP OF DOCUMENTS A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or unfinished documents and material prepared by the Contractor with funds paid by the City under this Contract shall become the property of the City and shall be forwarded to the City upon its request. B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by the Contractor under this Contract will be kept confidential and shall not be made available to any individual or organization by the Contractor without prior written approval of the City or by court order. 8. CLAIMS Any claim against the City for damages, expenses, costs or extras arising out of the performance of this Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making application for final payment, shall be deemed to have waived its right to claim for any other damages for which application has not been made, unless such claim for final payment includes notice of additional claim and fully describes such claim. 9. GENERAL ADMINISTRATION AND MANAGEMENT The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for the City under this Contract and shall oversee and approve all work to be performed, coordinate communications, and review and approve all invoices, under this Contract. 10. INSURANCE, BONDS, & RETAINAGE A. The Contractor shall maintain insurance as set forth in Attachment B. B. If the total bid amount including tax exceeds $35,000, this project will be awarded as a small works roster contract and payment and performance bonds and retainage will apply in accordance with Washington State law. A retainage of 5% will then be applicable to this contract. The Contractor shall obtain payment and performance bonds in accordance with this Contract and all Attachments incorporated herein. Copies of the Bid Security Transmittal Form, Performance and Payment Bond form, and Escrow Agreement for Retained Percentage form are available from the Operations Office of Public Works & Utilities (Telephone 360-417-4541). Performance Bond and Retainage forms are provided in Attachment D. The party to whom the Contract is awarded will be Project#PK 06-05 Page 3 Rev. 8/30/2011 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). 11. PREVAILING WAGE This Contract is subject to the requirements of Chapter 39.12 RCW, and as it may be amended, relating to prevailing wages. On Public Works projects, funded in part or in whole with Federal funds, Federal wages laws and regulations shall also be applicable. NO WORKER, LABORER OR MECHANIC EMPLOYED IN THE PERFORMANCE OF ANY PART OF THIS CONTRACT SHALL BE PAID LESS THAN THE PREVAILING RATE OF WAGE as determined by the Industrial Statistician of the Department of Labor and Industries for the State of Washington. The schedule of prevailing wage rates for this Contract is made a part of this contract as though fully set forth herein. Prior to making any payment under this Contract, the City must receive an approved copy of the "Statement of Intent to Pay Prevailing Wages on Public Works Contracts" from the Department of Labor and Industries. It is the Contractor's responsibility to obtain and file the "Statement of Intent to pay Prevailing Wage". The Contractor shall be responsible for all filing fees. Each invoice shall include a signed statement that prevailing wages have been paid by the Contractor and all subcontractors. Following the final acceptance of services rendered, Contractor shall submit an "Affidavit of Wages Paid". For a contract award or an on-call contract work order under $2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is authorized to submit a combined Statement Of Intent To Pay Prevailing Wages &Affidavit Of Wages directly to the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities Department. In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation and such dispute cannot be adjusted by the parties in interest, including labor and management representatives, the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his decision shall be final, conclusive, and binding on all parties involved in the dispute. 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. 13. BRANDS OR EQUAL When a special "brand or equal" is named it shall be construed solely for the purpose of indicating the standards of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered, provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid containing a brand which is not of equal quality, performance, or use specified must be represented as an alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid. 14. INSPECTION AND REJECTION All goods, services, work, or materials purchased herein are subject inspection and to approval by the City. Any rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications of this order, whether held by the City or returned, will be at Contractor's risk and expense. 15. SUBLETTING OR ASSIGNING OF CONTRACTS Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from this Contract without the express prior written consent of the other. 16. INDEPENDENT CONTRACTOR The Contractor is and shall be at all times during the term of this Contract an independent contractor and not an employee of the City. Project#PK 06-05 Page 4 Rev. 8/30/2011 17. EXTENT OF CONTRACT/MODIFICATION This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written or oral. This contract may be amended, modified or added to only by written instrument properly signed by both parties hereto. 18. SUBCONTRACTOR RESPONSIBILITY The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require each of its subcontractors to include substantially the same language of this section in each of their subcontracts, adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to all subcontractors regardless of tier. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets the following bidder responsibility criteria: - At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter 18.27 RCW; - Have a current state unified business identifier number; - If applicable, have: 1) Industrial insurance coverage for the subcontractor's employees working in Washington as required in Title 51 RCW; 2) An employment security department number as required in Tile 50 RCW; and 3) A state excise tax registration number as required in Tile 82 RCW; 4) An electrical contractor license, if required by Chapter 19.28 RCW; 5) An elevator contract license, if required by Chapter 70.87 RCW. - Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3). 19. 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 Contract. 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 Contract Documents. Following approval of the RFI and/or CCO, the Contractor shall submit the standard payment request form(s). E. The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in Attachment E 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. Final payment requests shall also include a Certification of Work Completion and Acceptance located in Attachment Q. Project# PK 06-05 Page 5 Rev. 8/30/2011 IN WITNESS WHEREOF, the parties have executed this Contract as of AU c* 2014. MAD ROOFI ITY OF PORT ANGELES MAD ROOFI ,LIN INC.C' By. By: Printed Name: Printed Name: Title: \)ZGf Title: J Address: 86V-6 Alwki\y, t q L City: 1.AX=AtS41 W N !U% APPROVED AS TO FORM: Tax ID #: I I -N 1.:1 .7 sq4 BY: Phone Number: 36p , 14,6b- ;A eA CITY ATtCrONEY ATTEST: BY: CM CLERK Project#PK 06-05 Page 6 Rev. 8/30/2011 City of Port Angeles ll Engineering Office ATTACHMENT A WORK BY CONTRACTOR Public Works and Utilities Department 360-417-4700 The Contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for obtaining and paying for any and all permits required for this work. General Scope: Re-Roof of the Vern Burton Community Center Gymnasium) Location: 308 East Fourth Street, Port Angeles, WA Site Point of Contact: Eric Walrath at 360-417-4806. Work Hours and Schedule: The Contractor will be allowed to work from 7 AM to 5 PM, Monday through Friday. Work outside of these hours may be requested and approval thereof is at the sole discretion of the City Engineer. Permits: A Roofing Permit is required. Contractor to apply for and obtain permit at Contractor's expense. Work Requirements: 1.0 Project Description The Project work is defined by the Contract Documents and consists of the following: 1. Demolition and disposal of existing composition roofing system (Base Bid)and single-ply roofing system (Additive)and protective materials. 2. Re-Roof of existing Building with new single-ply roofing. 3. Any necessary repairs to roof substrate 4. New roof drains and new overflow roof drain with associated piping. 2.0 Standard Specifications This contract incorporates the Washington State Department of Transportation's 2014 Standard Specifications for Road, Bridge and Municipal Construction referred to herein as the Standard Specifications and the City of Port Angeles Urban Services Standards and Guidelines(current edition). 2.1 Special Provisions SPECIAL PROVISIONS The following Special Provisions are made a part of this contract and supersede any conflicting provisions of the 2014 Standard Specifications for Road, Bridge and Municipal Construction, and the foregoing Amendments to the Standard Specifications. Several types of Special Provisions are included in this contract; General, Region, Bridges and Structures, and Project Specific. Special Provisions types are differentiated as follows: (date) General Special Provision (Regions date) Region Special Provision (BSP date) Bridges and Structures Special Provision Project#PK 06-05 Page 7 Rev. 8/30/2011 General Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Region Special Provisions are commonly applicable within the designated Region. Region designations are as follows: Regions ER Eastern Region NCR North Central Region NWR Northwest Region OR Olympic Region SCR South Central Region SWR Southwest Region WSF Washington State Ferries Division Bridges and Structures Special Provisions are similar to Standard Specifications in that they typically apply to many projects, usually in more than one Region. Usually, the only difference from one project to another is the inclusion of variable project data, inserted as a "fill-in". Project Specific Special Provisions normally appear only in the contract for which they were developed. INTRODUCTION TO THE SPECIAL PROVISIONS (July 39, 2007 APWA GSP) The work on this project shall be accomplished in accordance with the Standard Specifications for Road, Bridge and Municipal Construction, 2014 edition, as issued by the Washington State Department of Transportation (WSDOT)and the American Public Works Association (APWA), Washington State Chapter(hereafter "Standard Specifications"). The Standard Specifications, as modified or supplemented by the Amendments to the Standard Specifications and these Special Provisions, all of which are made a part of the Contract Documents, shall govern all of the work. These Special Provisions are made up of both General Special Provisions (GSPs)from various sources, which may have project-specific fill-ins; and project-specific Special Provisions. Each Provision either supplements, modifies, or replaces the comparable Standard Specification, or is a new Provision. The deletion, amendment, alteration, or addition to any subsection or portion of the Standard Specifications is meant to pertain only to that particular portion of the section, and in no way should it be interpreted that the balance of the section does not apply. The project-specific Special Provisions are not labeled as such. The GSPs are labeled under the headers of each GSP, with the date of the GSP and its source, as follows: "(May 98, 2007 APWA GSP)" "(August 7, 2006)" WSDOT GSP Also incorporated into the Contract Documents by reference are: • Manual on Uniform Traffic Control Devices for Streets and Highways, currently adopted edition, with Washington State modifications, if any • Standard Plans for Road, Bridge and Municipal Construction, WSDOT/APWA, current edition • City of Port Angeles' Urban Services Standards and Guidelines, current edition Project#PK 06-05 Page 8 Rev.8/30/2011 ' Contractor shall obtain copies of these publications, st Contractor's own expense. - ( Project#yKU6-05 Page K*v.8B0/2011 i ' � DIVISION 1 GENERAL REQUIREMENTS 1-01.3 Definitions (September 12, 2008 APWA GSP) This Section is supplemented with the following: All references in the Standard Specifications to the terms "State", "Department of Transportation", "Washington State Transportation Commission", "Commission", "Secretary of Transportation", "Secretary", "Headquarters", and "State Treasurer" shall be revised to read "Contracting Agency". All references to"State Materials Laboratory" shall be revised to read "Contracting Agency designated location". The venue of all causes of action arising from the advertisement, award, execution, and performance of the contract shall be in the Superior Court of the County where the Contracting Agency's headquarters are located. Additive A supplemental unit of work or group of bid items, identified separately in the proposal, which may, at the discretion of the Contracting Agency, be awarded in addition to the base bid. Alternate One of two or more units of work or groups of bid items, identified separately in the proposal, from which the Contracting Agency may make a choice between different methods or material of construction for performing the same work. Contract Documents See definition for"Contract". Contract Time The period of time established by the terms and conditions of the contract within which the work must be physically completed. Dates Bid Opening Date The date on which the Contracting Agency publicly opens and reads the bids, Award Date The date of the formal decision of the Contracting Agency to accept the lowest responsible and responsive bidder for the work. Contract Execution Date The date the Contracting Agency officially binds the agency to the contract. Notice to Proceed Date The date stated in the Notice to Proceed on which the contract time begins. Substantial Completion Date The day the Engineer determines the Contracting Agency has full and unrestricted use and benefit of the facilities, both from the operational and safety standpoint, and only minor incidental work, replacement of temporary substitute facilities, or correction or repair remains for the physical completion of the total contract. Project#PK 06-05 Page 10 Rev.8/30/2011 Physical Completion Date The day all of the work is physically completed on the project. All documentation required by the contract and required by law does not necessarily need to be furnished by the Contractor by this date. Completion Date The day all the work specified in the contract is completed and all the obligations of the Contractor under the contract are fulfilled by the Contractor. All documentation required by the contract and required by law must be furnished by the Contractor before establishment of this date. Final Acceptance Date The date on which the Contracting Agency accepts the work as complete. Notice of Award The written notice from the Contracting Agency to the successful bidder signifying the Contracting Agency's acceptance of the bid. Notice to Proceed The written notice from the Contracting Agency or Engineer to the Contractor authorizing and directing the Contractor to proceed with the work and establishing the date on which the contract time begins. Traffic Both vehicular and non-vehicular traffic, such as pedestrians, bicyclists, wheelchairs, and equestrian traffic. 1-02 BID PROCEDURES AND CONDITIONS 1-02.1 Prequalification of Bidders Delete this Section and replace it with the following: 1-02.1 Qualifications of Bidder (January 24, 2011 APWA GSP) Before award of a public works contract, a bidder must meet at least the minimum qualifications of RCW 39.04.350(1) to be considered a responsible bidder and qualified to be awarded a public works project. 1-02.5 Proposal Forms Delete this section and replace it with the following: The bidder shall complete spaces on the proposal form that call for, but are not limited to, unit prices; extensions; summations; the total bid amount; signatures; date; and, where applicable, retail sales taxes and acknowledgment of addenda; the bidder's name, address, telephone number, and signature; the bidder's D/M/WBE commitment, if applicable; a State of Washington Contractor's Registration Number; and a Business License Number, if applicable. Bids shall be completed by typing or shall be printed in ink by hand, preferably in black ink. The required certifications are included as part of the Proposal Form. Project#PK 06-05 Page 11 Rev.8/30/2011 The Contracting Agency reserves the right to arrange the proposal forms with alternates and additives, if such be to the advantage of the Contracting Agency. The bidder shall bid on all alternates and additives set forth in the Proposal Form unless otherwise specified. 1-02.6 Preparation of Proposal (June 27, 2011 APWA GSP) Supplement the second paragraph with the following: 4. If a minimum bid amount has been established for any item, the unit or lump sum price must equal or exceed the minimum amount stated. 5. Any correction to a bid made by interlineation, alteration, or erasure, shall be initialed by the signer of the bid. Delete the last paragraph, and replace it with the following: The Bidder shall make no stipulation on the Bid Form, nor qualify the bid in any manner. A bid by a corporation shall be executed in the corporate name, by the president or a vice president(or other corporate officer accompanied by evidence of authority to sign). A bid by a partnership shall be executed in the partnership name, and signed by a partner. A copy of the partnership agreement shall be submitted with the Bid Form if any D/M/WBE requirements are to be satisfied through such an agreement. A bid by a joint venture shall be executed in the joint venture name and signed by a member of the joint venture. A copy of the joint venture agreement shall be submitted with the Bid Form if any DM/MBE requirements are to be satisfied through such an agreement. 1-02.7 Bid Deposit (October 1, 2005 APWA GSP) Supplement this section with the following: Bid bonds shall contain the following: 1. Contracting Agency-assigned number for the project; 2. Name of the project; 3. The Contracting Agency named as obligee; 4. The amount of the bid bond stated either as a dollar figure or as a percentage which represents five percent of the maximum bid amount that could be awarded; 5. Signature of the bidder's officer empowered to sign official statements. The signature of the person authorized to submit the bid should agree with the signature on the bond, and the title of the person must accompany the said signature; 6. The signature of the surety's officer empowered to sign the bond and the power of attorney. If so stated in the Contract Provisions, bidder must use the bond form included in the Contract Provisions. 1-02.9 Delivery of Proposal (January 24, 2011 APWA GSP) Delete this section and replace it with the following: Each proposal shall be submitted in a sealed envelope, with the Project Name and Project Number as stated in the Advertisement for Bids clearly marked on the outside of the envelope, or as otherwise required in the Bid Documents, to ensure proper handling and delivery. The Contracting Agency will not consider Proposals it receives after the time fixed for opening Bids in the call for Bids. Project#PK 06-05 Page 12 Rev.8/30/2011 1-02.13 Irregular Proposals (March 25, 2009 APWA GSP) Revise item 1 to read: 1. A proposal will be considered irregular and will be rejected if: a. The Bidder is not prequalified when so required; b. The authorized proposal form furnished by the Contracting Agency is not used or is altered; C. The completed proposal form contains any unauthorized additions, deletions, alternate Bids, or conditions; d. The Bidder adds provisions reserving the right to reject or accept the award, or enter into the Contract; e. A price per unit cannot be determined from the Bid Proposal; f. The Proposal form is not properly executed; g. The Bidder fails to submit or properly complete a Subcontractor list, if applicable, as required in Section 1-02.6; h. The Bidder fails to submit or properly complete a Disadvantaged, Minority or Women's Business Enterprise Certification, if applicable, as required in Section 1-02.6; i. The Bid Proposal does not constitute a definite and unqualified offer to meet the material terms of the Bid invitation; or j. More than one proposal is submitted for the same proiect from a Bidder under the same or different names. 1-02.14 Disqualification of Bidders (March 25, 2009 APWA GSP, Option Q may not be used on FHWA-funded projects) Delete this Section and replace it with the following: A Bidder will be deemed not responsible if: 1. the Bidder does not meet the mandatory bidder responsibility criteria in RCW 39.04.350(1), as amended; or 2. evidence of collusion exists with any other Bidder or potential Bidder. Participants in collusion will be restricted from submitting further bids; or 3. the Bidder, in the opinion of the Contracting Agency, is not qualified for the work or to the full extent of the bid, or to the extent that the bid exceeds the authorized prequalification amount as may have been determined by a prequalification of the Bidder; or 4. an unsatisfactory performance record exists based on past or current Contracting Agency work or for work done for others, as judged from the standpoint of conduct of the work, workmanship, or progress, affirmative action, equal employment opportunity practices; termination for cause; or Disadvantaged Business Enterprise, Minority Business Enterprise, or Women's Business Enterprise utilization; or 5. there is uncompleted work(Contracting Agency or otherwise)which in the opinion of the Contracting Agency might hinder or prevent the prompt completion of the work bid upon; or ` 6. the Bidder failed to settle bills for labor or materials on past or current contracts, unless there are extenuating circumstances acceptable to the Contracting Agency; or 7. the Bidder has failed to complete a written public contract or has been convicted of a crime arising from a previous public contract, unless there are extenuating circumstances acceptable to the Contracting Agency; or 8. the Bidder is unable, financially or otherwise, to perform the work, in the opinion of the Contracting Agency; or 9. there are any other reasons deemed proper by the Contracting Agency. Project##PK 06-05 Page 13 Rev.8/30/2011 As evidence that the Bidder meets the bidder responsibility criteria above, the apparent two lowest Bidders must submit to the Contracting Agency within 24 hours of the bid submittal deadline, documentation (sufficient in the sole judgment of the Contracting Agency) demonstrating compliance with all applicable responsibility criteria, including all documentation specifically listed in the supplemental criteria. The Contracting Agency reserves the right to request such documentation from other Bidders as well, and to request further documentation as needed to assess bidder responsibility. The basis for evaluation of Bidder compliance with these supplemental criteria shall be any documents or facts obtained by Contracting Agency(whether from the Bidder or third parties) which any reasonable owner would rely on for determining such compliance, including but not limited to: (i)financial, historical, or operational data from the Bidder; (ii) information obtained directly by the Contracting Agency from owners for whom the Bidder has worked, or other public agencies or private enterprises; and (iii) any additional information obtained by the Contracting Agency which is believed to be relevant to the matter. If the Contracting Agency determines the Bidder does not meet the bidder responsibility criteria above and is therefore not a responsible Bidder, the Contracting Agency shall notify the Bidder in writing, with the reasons for its determination. If the Bidder disagrees with this determination, it may appeal the determination within 24 hours of receipt of the Contracting Agency's determination by presenting its appeal to the Contracting Agency. The Contracting Agency will consider the appeal before issuing its final determination. If the final determination affirms that the Bidder is not responsible, the Contracting Agency will not execute a contract with any other Bidder until at least two business days after the Bidder determined to be not responsible has received the final determination. 1-02.15 Pre Award Information (October 1, 2005 APWA GSP) Revise this section to read: Before awarding any contract, the Contracting Agency may require one or more of these items or actions of the apparent lowest responsible bidder: 1. A complete statement of the origin, composition, and manufacture of any or all materials to be used, 2. Samples of these materials for quality and fitness tests, 3. A progress schedule (in a form the Contracting Agency requires) showing the order of and time required for the various phases of the work, 4. A breakdown of costs assigned to any bid item, 5. Attendance at a conference with the Engineer or representatives of the Engineer, 6. Obtain, and furnish a copy of, a business license to do business in the city or county where the work is located. 7. A copy of State of Washington Contractor's Registration, or 8. Any other information or action taken that is deemed necessary to ensure that the bidder is the lowest responsible bidder. 1-03.3 Execution of Contract (October 1, 2005 APWA GSP) Revise this section to read: Project#PK 06-05 Page 14 Rev.8/30/2011 3 Copies of the Contract Provisions, including the unsigned Form of Contract, will be available for signature by the successful bidder on the first business day following award. The number of copies to be executed by the Contractor will be determined by the Contracting Agency. Within 14 calendar days after the award date, the successful bidder shall return the signed Contracting Agency-prepared contract, an insurance certification as required by Section 1-07.18, and a satisfactory bond as required by law and Section 1-03.4. Before execution of the contract by the Contracting Agency, the successful bidder shall provide any pre-award information the Contracting Agency may require under Section 1-02.15. Until the Contracting Agency executes a contract, no proposal shall bind the Contracting Agency nor shall any work begin within the project limits or within Contracting Agency-furnished sites. The Contractor shall bear all risks for any work begun outside such areas and for any materials ordered before the contract is executed by the Contracting Agency. If the bidder experiences circumstances beyond their control that prevents return of the contract documents within the calendar days after the award date stated above, the Contracting Agency may grant up to a maximum of 7 additional calendar days for return of the documents, provided the Contracting Agency deems the circumstances warrant it. 1-04.2 Coordination of Contract Documents, Plans, Special Provisions, Specifications, and Addenda Revise the second paragraph to read: Any inconsistency in the parts of the contract shall be resolved by following this order of precedence (e.g., 1 presiding over 2, 2 over 3, 3 over 4, and so forth): 1. Addenda, 2. Proposal Form, 3. Special Provisions, including APWA General Special Provisions, if they are included, 4. Contract Plans, 5. Amendments to the Standard Specifications, 6. Current edition of the City of Port Angeles Urban Services Standards and Guidelines, 7. WSDOT Standard Specifications for Road, Bridge and Municipal Construction, and 8. WSDOT Standard Plans for Road, Bridge, and Municipal Construction. 1-04.4 CHANGES IN WORK Section 1-04.4, Changes, of the Standard Specifications shall be supplemented with the following: All revisions, clarifications, field requests and field authorizations for construction contracts shall be documented using the "REQUEST FOR INFORMATION (RFI)"form. A construction contract change order may be initiated by the Contractor, City Inspector, or Engineer by using the RFI form contained in Contract documents. 1-05.7 Removal of Defective and Unauthorized Work (October 1, 2005 APWA GSP) Supplement this section with the following: If the Contractor fails to remedy defective or unauthorized work within the time specified in a written notice from the Engineer, or fails to perform any part of the work required by the Contract Documents, Project#PK 06-05 Page 15 Rev.8/30/2011 the Engineer may correct and remedy such work as may be identified in the written notice, with Contracting Agency forces or by such other means as the Contracting Agency may deem necessary. If the Contractor fails to comply with a written order to remedy what the Engineer determines to be an emergency situation, the Engineer may have the defective and unauthorized work corrected immediately, have the rejected work removed and replaced, or have work the Contractor refuses to perform completed by using Contracting Agency or other forces. An emergency situation is any situation when, in the opinion of the Engineer, a delay in its remedy could be potentially unsafe, or might cause serious risk of loss or damage to the public. Direct or indirect costs incurred by the Contracting Agency attributable to correcting and remedying defective or unauthorized work, or work the Contractor failed or refused to perform, shall be paid by the Contractor. Payment will be deducted by the Engineer from monies due, or to become due, the Contractor. Such direct and indirect costs shall include in particular, but without limitation, compensation for additional professional services required, and costs for repair and replacement of work of others destroyed or damaged by correction, removal, or replacement of the Contractor's unauthorized work. No adjustment in contract time or compensation will be allowed because of the delay in the performance of the work attributable to the exercise of the Contracting Agency's rights provided by this Section. The rights exercised under the provisions of this section shall not diminish the Contracting Agency's right to pursue any other avenue for additional remedy or damages with respect to the Contractor's failure to perform the work as required. 1-05.10 GUARANTEES Section 1-05 is supplemented with the following: The Contractor shall guarantee all materials and equipment furnished and work performed for a period of one (1)year from the date of substantial completion. The Contractor shall warrant and guarantee for a period of one (1) year from the date of substantial completion of the system that the completed system is free from all defects due to faulty materials or workmanship, and the Contractor shall promptly make such corrections as may be necessary by reason of such defects including the repairs of any damage to other parts of the system resulting from such defects. The City will give notice of observed defects with reasonable promptness. In the event that the Contractor should fail to make such repairs, adjustments, or other work that may be made necessary by such defects, the City may do so and charge the Contractor the cost thereby incurred. See Roofing Specifications for roof system warranty requirements. Measurement and Payment All costs associated with this item shall be incidental to the contract prices for the various bid items. 1-05.11 Final Inspection Delete this section and replace it with the following: 1-05.11 Final Inspections and Operational Testing (October 1, 2005 APWA GSP) 1-05.11(1) Substantial Completion Date Project#PK 06-05 Page 16 Rev.8/30/2011 When the Contractor considers the work to be substantially complete, the Contractor shall so notify the Engineer and request the Engineer establish the Substantial Completion Date. The Contractor's request shall list the specific items of work that remain to be completed in order to reach physical completion. The Engineer will schedule an inspection of the work with the Contractor to determine the status of completion. The Engineer may also establish the Substantial Completion Date unilaterally. If, after this inspection, the Engineer concurs with the Contractor that the work is substantially complete and ready for its intended use, the Engineer, by written notice to the Contractor,will set the Substantial Completion Date. If, after this inspection, the Engineer does not consider the work substantially complete and ready for its intended use, the Engineer will, by written notice, so notify the Contractor giving the reasons therefore. Upon receipt of written notice concurring in or denying substantial completion, whichever is applicable, the Contractor shall pursue vigorously, diligently and without unauthorized interruption, the work necessary to reach Substantial and Physical Completion. The Contractor shall provide the Engineer with a revised schedule indicating when the Contractor expects to reach substantial and physical completion of the work. The above process shall be repeated until the Engineer establishes the Substantial Completion Date and the Contractor considers the work physically complete and ready for final inspection. 1-05.11(2) Final Inspection and Physical Completion Date When the Contractor considers the work physically complete and ready for final inspection, the Contractor by written notice, shall request the Engineer to schedule a final inspection. The Engineer will set a date for final inspection. The Engineer and the Contractor will then make a final inspection and the Engineer will notify the Contractor in writing of all particulars in which the final inspection reveals the work incomplete or unacceptable. The Contractor shall immediately take such corrective measures as are necessary to remedy the listed deficiencies. Corrective work shall be pursued vigorously, diligently, and without interruption until physical completion of the listed deficiencies. This process will continue until the Engineer is satisfied the listed deficiencies have been corrected. If action to correct the listed deficiencies is not initiated within 7 days after receipt of the written notice listing the deficiencies, the Engineer may, upon written notice to the Contractor, take whatever steps are necessary to correct those deficiencies pursuant to Section 1-05.7. The Contractor will not be allowed an extension of contract time because of a delay in the performance of the work attributable to the exercise of the Engineer's right hereunder. Upon correction of all deficiencies, the Engineer will notify the Contractor and the Contracting Agency, in writing, of the date upon which the work was considered physically complete. That date shall constitute the Physical Completion Date of the contract, but shall not imply acceptance of the work or that all the obligations of the Contractor under the contract have been fulfilled. 1-05.13 Superintendents, Labor and Equipment of Contractor (March 25, 2009 APWA GSP) Revise the seventh paragraph to read: Whenever the Contracting Agency evaluates the Contractor's qualifications pursuant to Section 1- 02.14, it will take these performance reports into account. Project#PK 06-05 Page 17 Rev. 8/30/2011 1-05.15 Method of Serving Notices (March 25, 2009 APWA GSP) Revise the second paragraph to read: All correspondence from the Contractor shall be directed to the Project Engineer. All correspondence from the Contractor constituting any notification, notice of protest, notice of dispute, or other correspondence constituting notification required to be furnished under the Contract, must be in paper format, hand delivered or sent via mail delivery service to the Project Engineer's office. Electronic copies such as a-mails or electronically delivered copies of correspondence will not constitute such notice and will not comply with the requirements of the Contract. Add the following new section: 1-05.17 Oral Agreements (October 1, 2005 AWPA GSP) No oral agreement or conversation with any officer, agent, or employee of the Contracting Agency, either before or after execution of the contract, shall affect or modify any of the terms or obligations contained in any of the documents comprising the contract. Such oral agreement or conversation shall be considered as unofficial information and in no way binding upon the Contracting Agency, unless subsequently put in writing and signed by the Contracting Agency. 1-07.1 Laws to be Observed (October 1, 2005 APWA GSP) Supplement this section with the following: In cases of conflict between different safety regulations, the more stringent regulation shall apply. The Washington State Department of Labor and Industries shall be the sole and paramount administrative agency responsible for the administration of the provisions of the Washington Industrial Safety and Health Act of 1973 (WISHA). The Contractor shall maintain at the project site office, or other well known place at the project site, all articles necessary for providing first aid to the injured. The Contractor shall establish, publish, and make known to all employees, procedures for ensuring immediate removal to a hospital, or doctor's care, persons, including employees, who may have been injured on the project site. Employees should not be permitted to work on the project site before the Contractor has established and made known procedures for removal of injured persons to a hospital or a doctor's care. The Contractor shall have sole responsibility for the safety, efficiency, and adequacy of the Contractor's plant, appliances, and methods, and for any damage or injury resulting from their failure, or improper maintenance, use, or operation. The Contractor shall be solely and completely responsible for the conditions of the project site, including safety for all persons and property in the performance of the work. This requirement shall apply continuously, and not be limited to normal working hours. The required or implied duty of the Engineer to conduct construction review of the Contractor's performance does not, and shall not, be intended to include review and adequacy of the Contractor's safety measures in, on, or near the project site. Project#PK 06-05 Page 18 Rev.8/30/2011 1-07.2 State Taxes Delete this section, including its sub-sections, in its entirety and replace it with the following: 1-07.2 State Sales Tax (June 27, 2011 APWA GSP) The Washington State Department of Revenue has issued special rules on the State sales tax. Sections 1-07.2(1)through 1-07.2(3) are meant to clarify those rules. The Contractor should contact the Washington State Department of Revenue for answers to questions in this area. The Contracting Agency will not adjust its payment if the Contractor bases a bid on a misunderstood tax liability. The Contractor shall include all Contractor-paid taxes in the unit bid prices or other contract amounts. In some cases, however, state retail sales tax will not be included. Section 1-07.2(2) describes this exception. The Contracting Agency will pay the retained percentage (or release the Contract Bond if a FHWA- funded Project)only if the Contractor has obtained from the Washington State Department of Revenue a certificate showing that all contract-related taxes have been paid (RCW 60.28.051). The Contracting Agency may deduct from its payments to the Contractor any amount the Contractor may owe the Washington State Department of Revenue, whether the amount owed relates to this contract or not. Any amount so deducted will be paid into the proper State fund. 1-07.2(1) State Sales Tax— Rule 171 WAC 458-20-171, and its related rules, apply to building, repairing, or improving streets, roads, etc., which are owned by a municipal corporation, or political subdivision of the state, or by the United States, and which are used primarily for foot or vehicular traffic. This includes storm or combined sewer systems within and included as a part of the street or road drainage system and power lines when such are part of the roadway lighting system. For work performed in such cases, the Contractor shall include Washington State Retail Sales Taxes in the various unit bid item prices, or other contract amounts, including those that the Contractor pays on the purchase of the materials, equipment, or supplies used or consumed in doing the work. 1-07.2(2) State Sales Tax— Rule 170 WAC 458-20-170, and its related rules, apply to the constructing and repairing of new or existing buildings, or other structures, upon real property. This includes, but is not limited to, the construction of streets, roads, highways, etc., owned by the state of Washington; water mains and their appurtenances; sanitary sewers and sewage disposal systems unless such sewers and disposal systems are within, and a part of, a street or road drainage system; telephone, telegraph, electrical power distribution lines, or other conduits or lines in or above streets or roads, unless such power lines become a part of a street or road lighting system; and installing or attaching of any article of tangible personal property in or to real property, whether or not such personal property becomes a part of the realty by virtue of installation. For work performed in such cases, the Contractor shall collect from the Contracting Agency, retail sales tax on the full contract price. The Contracting Agency will automatically add this sales tax to each payment to the Contractor. For this reason, the Contractor shall not include the retail sales tax in the unit bid item prices, or in any other contract amount subject to Rule 170, with the following exception. Project#PK 06-05 Page 19 Rev.8/30/2011 Exception: The Contracting Agency will not add in sales tax for a payment the Contractor or a subcontractor makes on the purchase or rental of tools, machinery, equipment, or consumable supplies not integrated into the project. Such sales taxes shall be included in the unit bid item prices or in any other contract amount. 1-07.2(3) Services The Contractor shall not collect retail sales tax from the Contracting Agency on any contract wholly for professional or other services (as defined in Washington State Department of Revenue Rules 138 and 244). The work on this contract is to be performed upon lands whose ownership obligates the Owner to pay Sales Tax. The provisions of Section 1-07.2(2) apply. 1-07.15 TEMPORARY WATER POLLUTION/EROSION CONTROL This section is supplemented by the following: The Contractor shall implement temporary erosion and sediment control (TESC) measures as necessary to prevent erosion and to stop sediment-laden water from leaving the site and entering the storm drain system. The Contractor shall construct all necessary elements and provide other necessary materials, labor, and equipment. 1-07.18 Public Liability and Property Damage Insurance Delete this section in its entirety, and replace it with the following: 1-07.18 Insurance (January 24, 2011 APWA GSP) 1-07.18(1) General Requirements A. The Contractor shall obtain the insurance described in this section from insurers approved by the State Insurance Commissioner pursuant to RCW Title 48. The insurance must be provided by an insurer with a rating of A-: VII or higher in the A.M. Best's Key Rating Guide, which is licensed to do business in the state of Washington (or issued as a surplus line by a Washington Surplus lines broker). The Contracting Agency reserves the right to approve or reject the insurance provided, based on the insurer(including financial condition), terms and coverage, the Certificate of Insurance, and/or endorsements. B. The Contractor shall keep this insurance in force during the term of the contract and for thirty (30) days after the Physical Completion date, unless otherwise indicated (see C. below). C. If any insurance policy is written on a claims made form, its retroactive date, and that of all subsequent renewals, shall be no later than the effective date of this Contract. The policy shall state that coverage is claims made, and state the retroactive date. Claims-made form coverage shall be maintained by the Contractor for a minimum of 36 months following the Final Completion or earlier termination of this contract, and the Contractor shall annually provide the Contracting Agency with proof of renewal. If renewal of the claims made form of coverage becomes unavailable, or economically prohibitive, the Contractor shall purchase an extended reporting period ("tail")or execute another form of guarantee acceptable to the Contracting Agency to assure financial responsibility for liability for services performed. D. The insurance policies shall contain a "cross liability" provision. Project#PK 06-05 Page 20 Rev.8/30/2011 E. The Contractor's and all subcontractors' insurance coverage shall be primary and non- contributory insurance as respects the Contracting Agency's insurance, self-insurance, or insurance pool coverage. F. The Contractor shall provide the Contracting Agency and all Additional Insureds with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Upon request, the Contractor shall forward to the Contracting Agency a full and certified copy of the insurance policy(s). H. The Contractor shall not begin work under the contract until the required insurance has been obtained and approved by the Contracting Agency. 1. Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the Contracting Agency may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the Contracting Agency on demand, or at the sole discretion of the Contracting Agency, offset against funds due the Contractor from the Contracting Agency. J. All costs for insurance shall be incidental to and included in the unit or lump sum prices of the contract and no additional payment will be made. 1-07.18(2) Additional Insured All insurance policies, with the exception of Professional Liability and Workers Compensation, shall name the following listed entities as additional insured(s): The Contracting Agency and its officers, elected officials, employees, agents, and volunteers The above-listed entities shall be additional insured(s)for the full available limits of liability maintained by the Contractor, whether primary, excess, contingent or otherwise, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract, and irrespective of whether the Certificate of Insurance provided by the Contractor pursuant to 1-07.18(3) describes limits lower than those maintained by the Contractor. 1-07.18(3) Subcontractors Contractor shall ensure that each subcontractor of every tier obtains and maintains at a minimum the insurance coverages listed in 1-07.18(5)A and 1-07.18(5)B. Upon request of the Contracting Agency, the Contractor shall provide evidence of such insurance. 1-07.18(4) Evidence of Insurance The Contractor shall deliver to the Contracting Agency a Certificate(s) of Insurance and endorsements for each policy of insurance meeting the requirements set forth herein when the Contractor delivers the signed Contract for the work. The certificate and endorsements must conform to the following requirements: 1. An ACORD certificate or a form determined by the Contracting Agency to be equivalent. 2. Copies of all endorsements naming Contracting Agency and all other entities listed in 1-07.18(2) as Additional Insured(s), showing the policy number. The Contractor may submit a copy of any blanket additional insured clause from its policies instead of a separate endorsement. A statement of additional insured status on an ACORD Certificate of Insurance shall not satisfy this requirement. 3. Any other amendatory endorsements to show the coverage required herein. 1-07.18(5) Coverages and Limits Project#PK 06-05 Page 21 Rev.8/30(2011 The insurance shall provide the minimum coverages and limits set forth below. Providing coverage in these stated minimum limits shall not be construed to relieve the Contractor from liability in excess of such limits. All deductibles and self-insured retentions must be disclosed and are subject to approval by the Contracting Agency. The cost of any claim payments falling within the deductible shall be the responsibility of the Contractor. 1-07.18(5)A Commercial General Liability A policy of Commercial General Liability Insurance, including: Per project aggregate Premises/Operations Liability Products/Completed Operations —for a period of one year following final acceptance of the work. Personal/Advertising Injury Contractual Liability Independent Contractors Liability Stop Gap/ Employers' Liability Explosion, Collapse, or Underground Property Damage (XCU) Blasting (only required when the Contractor's work under this Contract includes exposures to which this specified coverage responds) Such policy must provide the following minimum limits: $1,000,000 Each Occurrence $2,000,000 General Aggregate $1,000,000 Products & Completed Operations Aggregate $1,000,000 Personal &Advertising Injury, each offence Stop Gap/ Employers' Liability $1,000,000 Each Accident $1,000,000 Disease - Policy Limit $1,000,000 Disease - Each Employee 1-07.18(5)B Automobile Liability Automobile Liability for owned, non-owned, hired, and leased vehicles, with an MCS 90 endorsement and a CA 9948 endorsement attached if"pollutants" are to be transported. Such policy(ies) must provide the following minimum limit: $1,000,000 combined single limit 1-07.18(5)C Workers' Compensation The Contractor shall comply with Workers' Compensation coverage as required by the Industrial Insurance laws of the state of Washington. 1-07.23 PUBLIC CONVENIENCE AND SAFETY Section 1-07.23 is supplemented with the following: Adjacent roadways and sidewalks shall be cleaned of construction debris at the end of each work day, or sooner if there is an unanticipated adverse impact on the safety of the traveling public. Deviation from the above requirements shall not occur unless the Contractor has requested the deviation in writing and the Engineer has provided written approval. In addition to the requirements of Section 1-07.23(1) of the Standard Specifications, the following provisions shall apply: Project#PK 06-05 Page 22 Rev.8/30/2011 1. There shall be no delay to medical, fire, police, or other emergency vehicles with flashing lights or sirens. The Contractor shall alert all flaggers and personnel of this requirement. 2. Every effort shall be made to limit restrictions to access of businesses to short periods of time. The Contractor may be required to address business access concerns on short notice. Modification(s)to the contract to compensate the Contractor for changes due to access concerns shall only be made if such change results in an impact on the delivery schedule of more than one day and/or a significant change in labor or equipment requirements. 1-07.23(1) Construction Under Traffic Revise the second paragraph to read: To disrupt public traffic as little as possible, the Contractor shall permit traffic to pass through the work with the least possible inconvenience or delay. The Contractor shall maintain existing roads, streets, sidewalks, and paths within the project limits, keeping them open, and in good, clean, safe condition at all times. Deficiencies caused by the Contractor's operations shall be repaired at the Contractor's expense. Deficiencies not caused by the Contractor's operations shall be repaired by the Contractor when directed by the Engineer, at the Contracting Agency's expense. The Contractor shall also maintain roads, streets, sidewalks, and paths adjacent to the project limits when affected by the Contractor's operations. Snow and ice control will be performed by the Contracting Agency on all projects. Cleanup of snow and ice control debris will be at the Contracting Agency's expense. The Contractor shall perform the following: 1. Remove or repair any condition resulting from the work that might impede traffic or create a hazard. 2. Keep existing traffic signal and highway lighting systems in operation as the work proceeds. (The Contracting Agency will continue the route maintenance on such system.) 3. Maintain the striping on the roadway at the Contracting Agency's expense. The Contractor shall be responsible for scheduling when to renew striping, subject to the approval of the Engineer. When the scope of the project does not require work on the roadway, the Contracting Agency will be responsible for maintaining the striping. 4. Maintain existing permanent signing. Repair of signs will be at the Contracting Agency's expense, except those damaged due to the Contractor's operations. 5. Keep drainage structures clean to allow for free flow of water. Cleaning of existing drainage structures will be at the Contracting Agency's expense when approved by the Engineer, except when flow is impaired due to the Contractor's operations. 1-08 PROSECUTION AND PROGRESS Add the following new section: 1-08.0 Preliminary Matters (May 25, 2006 APWA GSP) Add the following new section: 1-08.0(1) Preconstruction Conference (October 10, 2008 APWA GSP) Prior to the Contractor beginning the work, a preconstruction conference will be held between the Contractor, the Engineer and such other interested parties as may be invited. The purpose of the preconstruction conference will be: 1. To review the initial progress schedule; 2. To establish a working understanding among the various parties associated or affected by the work; Project#PK 06-05 Page 23 Rev.8/30/2011 3. To establish and review procedures for progress payment, notifications, approvals, submittals, etc.; 4. To establish normal working hours for the work; 5. To review safety standards and traffic control; and 6. To discuss such other related items as may be pertinent to the work. The Contractor shall prepare and submit at the preconstruction conference the following: 1. A breakdown of all lump sum items; 2. A preliminary schedule of working drawing submittals; and 3. A list of material sources for approval if applicable. Add the following new section: 1-08.0(2) Hours of Work Except in the case of emergency or unless otherwise approved by the Contracting Agency, the normal straight time working hours for the contract shall be any consecutive 8-hour period between 7:00 a.m. and 5:00 p.m. of a working day with a maximum 1-hour lunch break and a 5-day work week. The normal straight time 8-hour working period for the contract shall be established at the preconstruction conference or prior to the Contractor commencing the work. Written permission from the Engineer is required, if a Contractor desires to perform work on holidays, Saturdays, or Sundays; before 7:00 a.m. or after 6:00 p.m. on any day; or longer than an 8-hour period on any day. The Contractor shall apply in writing to the Engineer for such permission, no later than noon on the working day prior to the day for which the Contractor is requesting permission to work. Permission to work between the hours of 10:00 p.m. and 7:00 a.m. during weekdays and between the hours of 10:00 p.m. and 9:00 a.m. on weekends or holidays may also be subject to noise control requirements. Approval to continue work during these hours may be revoked at any time the Contractor exceeds the Contracting Agency's noise control regulations or complaints are received from the public or adjoining property owners regarding the noise from the Contractor's operations. The Contractor shall have no claim for damages or delays should such permission be revoked for these reasons. Permission to work Saturdays, Sundays, holidays, or other than the agreed upon normal straight time working hours Monday through Friday may be given subject to certain other conditions set forth by the Contracting Agency or Engineer. These conditions may include but are not limited to: • The Engineer may require designated representatives to be present during the work. Representatives who may be deemed necessary by the Engineer include, but are not limited to: survey crews; personnel from the Contracting Agency's material testing lab; inspectors; and other Contracting Agency employees when in the opinion of the Engineer, such work necessitates their presence. • On non-Federal aid projects, requiring the Contractor to reimburse the Contracting Agency for the costs in excess of straight-time costs for Contracting Agency representatives who worked during such times. • Considering the work performed on Saturdays, Sundays, and holidays as working days with regard to the contract time. • Considering multiple work shifts as multiple working days with respect to contract time, even though the multiple shifts occur in a single 24-hour period. Add the following new section: 1-08.0(3) Reimbursement for Overtime Work of Contracting Agency Employees (May 25, 2006 APWA GSP, may not be used on FHWA-funded projects) Project#PK 06-05 Page 24 Rev.8/30/2011 Where the Contractor elects to work on a Saturday, Sunday, or holiday, or longer than an 8-hour work shift on a regular working day, as defined in the Standard Specifications, such work shall be considered as overtime work. On all such overtime work an inspector will be present, and a survey crew may be required at the discretion of the Engineer. In such case, the Contracting Agency may deduct from amounts due or to become due to the Contractor for the costs in excess of the straight time costs for employees of the Contracting Agency required to work overtime hours. The Contractor by these specifications does hereby authorize the Engineer to deduct such costs from the amount due or to become due to the Contractor. 1-08.3(2)A Type A Progress Schedule (October 10, 2008 APWA GSP; may not be used on FHWA-funded projects) Revise this section to read: The Contractor shall submit 2 copies of a Type A Progress Schedule no later than at the preconstruction conference, or some other mutually agreed upon submittal time. The schedule may be a critical path method (CPM) schedule, bar chart, or other standard schedule format. Regardless of which format used, the schedule shall identify the critical path. The Engineer will evaluate the Type A Progress Schedule and approve or return the schedule for corrections within 15 calendar days of receiving the submittal. 1-08.4 Prosecution of Work Delete this section in its entirety, and replace it with the following: 1-08.4 Notice to Proceed and Prosecution of Work (June 27, 2011 APWA GSP) Notice to Proceed will be given after the contract has been executed and the contract bond and evidence of insurance have been approved and filed by the Contracting Agency. The Contractor shall not commence with the work until the Notice to Proceed has been given by the Engineer. The Contractor shall commence construction activities on the project site within ten days of the Notice to Proceed Date, unless otherwise approved in writing. The Contractor shall diligently pursue the work to the physical completion date within the time specified in the contract. Voluntary shutdown or slowing of operations by the Contractor shall not relieve the Contractor of the responsibility to complete the work within the time(s) specified in the contract. When shown in the Plans, the first order of work shall be the installation of high visibility fencing to delineate all areas for protection or restoration, as described in the Contract. Installation of high visibility fencing adjacent to the roadway shall occur after the placement of all necessary signs and traffic control devices in accordance with 1-10.1(2). Upon construction of the fencing, the Contractor shall request the Engineer to inspect the fence. No other work shall be performed on the site until the Contracting Agency has accepted the installation of high visibility fencing, as described in the Contract. 1-08.5 Time for Completion (March 13, 1995) Section 1-08.5 is supplemented with the following: This project shall be physically completed within 30 working days. 1-08.5 Time for Completion Project#PK 06-05 Page 25 Rev.8/30/2011 (June 28, 2007 APWA GSP, Option A) Revise the third and fourth paragraphs to read: Contract time shall begin on the first working day following the Notice to Proceed Date. Each working day shall be charged to the contract as it occurs, until the contract work is physically complete. If substantial completion has been granted and all the authorized working days have been used, charging of working days will cease. Each week the Engineer will provide the Contractor a statement that shows the number of working days: (1) charged to the contract the week before; (2) specified for the physical completion of the contract; and (3) remaining for the physical completion of the contract. The statement will also show the nonworking days and any partial or whole day the Engineer declares as unworkable. Within 10 calendar days after the date of each statement, the Contractor shall file a written protest of any alleged discrepancies in it. To be considered by the Engineer, the protest shall be in sufficient detail to enable the Engineer to ascertain the basis and amount of time disputed. By not filing such detailed protest in that period, the Contractor shall be deemed as having accepted the statement as correct. If the Contractor elects to work 10 hours a day and 4 days a week(a 4-10 schedule)and the fifth day of the week in which a 4-10 shift is worked would ordinarily be charged as a working day then the fifth day of that week will be charged as a working day whether or not the Contractor works on that day. Revise the sixth paragraph to read: The Engineer will give the Contractor written notice of the completion date of the contract after all the Contractor's obligations under the contract have been performed by the Contractor. The following events must occur before the Completion Date can be established: 1. The physical work on the project must be complete; and 2. The Contractor must furnish all documentation required by the contract and required by law, to allow the Contracting Agency to process final acceptance of the contract. The following documents must be received by the Project Engineer prior to establishing a completion date: a. Certified Payrolls(Federal-aid Projects) b. Material Acceptance Certification Documents C. Annual Report of Amounts Paid as MBE/WBE Participants or Quarterly Report of Amounts Credited as DBE Participation, as required by the Contract Provisions. d. Final Contract Voucher Certification e. Property owner releases per Section 1-07.24 1-09.9 Payments (June 27, 2011 APWA GSP, Option A) Supplement this section with the following: Lump sum item breakdowns are not required when the bid price for the lump sum item is less than $20,000. Payments Section 1-09.9 is supplemented with the following: The Contractor shall submit payment requests with a completed Application for Payment form, an example of which is included in the Attachments. 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. Project#PK 06-05 Page 26 Rev.8/30/2011 1-09.9 Payments (June 27, 2011 APWA GSP, Option B) Delete the fourth paragraph and replace it with the following: Progress payments for completed work and material on hand will be based upon progress estimates prepared by the Engineer. A progress estimate cutoff date will be established at the preconstruction conference. The initial progress estimate will be made not later than 30 days after the Contractor commences the work, and successive progress estimates will be made every month thereafter until the Completion Dale. Progress estimates made during progress of the work are tentative, and made only for the purpose of determining progress payment. The progress estimates are subject to change at any time prior to the calculation of the Final Payment. The value of the progress estimate will be the sum of the following: 1. Unit Price Items in the Bid Form —the approximate quantity of acceptable units of work completed multiplied by the unit price. 2. Lump Sum Items in the Bid Form—based on the approved Contractor's {ump sum breakdown for that item, or absent such a breakdown, based on the Engineer's determination. 3. Materials on Hand — 100 percent of invoiced cost of material delivered to Job site or other storage area approved by the Engineer. 4. Change Orders—entitlement for approved extra cost or completed extra work as determined by the Engineer. Progress payments will be made in accordance with the progress estimate less: 1. Retainage per Section 1-09.9(1), on non FHWA-funded projects; 2. The amount of Progress Payments previously made; and 3. Funds withheld by the Contracting Agency for disbursement in accordance with the Contract Documents. Progress payments for work performed shall not be evidence of acceptable performance or an admission by the Contracting Agency that any work has been satisfactorily completed. The determination of payments under the contract will be final in accordance with Section 1-05.1. General (December 1, 2008) Section 1-10.2(1) is supplemented with the following: Only training with WSDOT TCS card and WSDOT training curriculum is recognized in the State of Washington. The Traffic Control Supervisor shall be certified by one of the following: The Northwest Laborers-Employers Training Trust 27055 Ohio Ave. Kingston, WA 98346 (360) 297-3035 Evergreen Safety Council 401 Pontius Ave. N. Seattle, WA 98109 1-800-521-0778 or (206)382-4090 Project#PK 06-05 Page 27 Rev.8/30/2011 The American Traffic Safety Services Association 15 Riverside Parkway, Suite 100 Fredericksburg, Virginia 22406-1022 Training Dept. Toll Free (877) 642-4637 Phone: (540) 368-1701 Traffic Control Plans 1-10.2(2) Delete the first two sentences of the first paragraph and replace with the following: The contractor shall be fully responsible for temporary traffic control. The contractor shall, by letter to the City engineer, indicate that WSDOT standard "K" plans shall be utilized for temporary traffic control. If the current WSDOT standard "K" plans are not utilized, the contractor shall provide a traffic control plan(s)for review and approval by the City engineer in accordance with the Manual on Uniform Traffic Control Devices. Delete the first sentence of the second paragraph and replace with the following: The Contractor's submittal, whether adopting the standard WSDOT X' plans or proposing a Contractor-developed plan, shall include the project specific detour routes, including locations, duration, and schedule for each proposed detour route. The Contractor's submittal shall indicate the proposed number and location of flaggers and spotters. Traffic Control Devices Section 1-10.3(3) is revised to read: All signs required by the approved traffic control plan(s) as well as any other appropriate signs prescribed by the Engineer, except for the project sign, shall be furnished by the Contractor. The Contractor shall provide the posts or supports and erect and maintain the signs in a clean, neat, and presentable condition until the necessity for them has ceased. All nonapplicable signs shall be removed or completely covered with metal, plywood, or an Engineer approved product specifically manufactured for sign covering during periods when they are not needed. When the need for these signs has ceased, the Contractor, upon approval of the Engineer, shall remove all signs, posts, and supports from the project and they shall remain the property of the Contractor, except for the project sign. All signs lost, stolen, damaged, or destroyed shall be replaced at the Contractor's expense. All signs shall utilize materials and be fabricated in accordance with Section 9-28. All signs shall be constructed of Type I or II reflective background sheeting unless otherwise noted in the Plans. Construction signs will be divided into two classes. Class A construction signs are those signs that remain in service throughout the construction or during a major phase of the work. Class B construction signs are those signs that are placed and removed daily, or are used for short durations which may extend for one or more days. They are mounted on portable or temporary mountings. If it is necessary to add weight to signs for stability, only a bag of sand that will rupture on impact shall be used. The bag of sand shall: (1) be furnished by the Contractor, (2) have a maximum weight of 40 pounds, and (3) be suspended no more than 1 foot from the ground. Furnishing Class B signs will be in accordance with Section 1-10.3(3). Payment for setup and take down of Class B signs will be paid for under the lump sum bid item "Maintenance and Protection of Traffic", Section 1-07.23. The condition of the signs shall be new or"Acceptable" as defined in the book, Quality Standards For Work Zone Traffic Control Devices, The Engineer's decision on the condition of a sign shall be final. Project#PK 06-05 Page 28 Rev.8/30/2011 The book, Quality Standards For Work Zone Traffic Control Devices, is available by writing to the American Traffic Safety Service Association, 5440 Jefferson Davis Hwy., Fredericksburg, VA 22407, telephone: (703) 898-5400, FAX: (703) 898-5510. Signs, posts, or supports that are lost, stolen, damaged, destroyed, or which the Engineer deems to be unacceptable while their use is required on the project, shall be replaced by the Contractor without additional compensation. DIVISION 8 MISCELLANEOUS CONSTRUCTION THERMOPLASTIC POLYOLEFIN (TPO) ROOFING (New Section) Measurement No specific unit of measurement shall apply to the lump sum item "Thermoplastic Polyolefin Roofing System". Payment The lump sum contract price for"Thermoplastic Polyolefin Roofing System" shall constitute full compensation for all labor, materials, tools, and equipment required to remove and dispose the existing roofing system and install a complete thermoplastic polyolefin roofing system per the project plans and specifications. All work not covered in other bid items shall be included with and incidental to bid item 3, "Thermoplastic Polyolefin Roofing System". Project#PK 06-05 Page 29 Rev.8/30/2011 City of Port Angeles Vern Burton Community Center Roof Replacement City Project No. PK06-2005 SPECIFICATIONS June 2014 Architects Project No. 14106 b—Arch Beaman Architecture,Ltd. 4528 REGISTERED ARCHITECT lu L M M CHAEL BEAMA S To OF W ' STATE WASHINGTON CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT TABLE OF CONTENTS Note: It shall be the Contractor's responsibility to verify that each Project Manual contains the pages listed in this Table of Contents. SPECIFICATION LIST DIVISION 01: GENERAL REQUIREMENTS 011000 SUMMARY 012100 ALLOWANCES 012500 SUBSTITUTION PROCEDURES 012600 CONTRACT MODIFICATION PROCEDURES 012900 PAYMENT PROCEDURES 013100 PROJECT MANAGEMENT AND COORDINATION 013200 CONSTRUCTION PROGRESS DOCUMENTATION 013300 SUBMITTAL PROCEDURES 014000 QUALITY REQUIREMENTS 014200 REFERENCES 015000 TEMPORARY FACILITIES AND CONTROLS 016000 PRODUCT REQUIREMENTS 017300 EXECUTION Asbestos Containing Building Materials Testing Report 017700 CLOSEOUT PROCEDURES 017823 OPERATION AND MAINTENANCE DATA 017839 PROJECT RECORD DOCUMENTS DIVISION 05: METALS 055000 METAL FABRICATIONS DIVISION 06: WOOD,PLASTICS AND COMPOSITES 061000 ROUGH CARPENTRY 061600 SHEATHING DIVISION 07: THERMAL AND MOISTURE PROTECTION 070150.19 PREPARATION FOR RE-ROOFING 075423 THERMOPLASTIC POLYOLEFIN(TPO)ROOFING DIVISION 22: PLUMBING 221413 FACILITY STORM DRAINAGE PIPING(PERFORMANCE SPECIFICATION) 221423 STORM DRAINAGE PIPING SPECIALTIES(PERFORMANCE SPECIFICATION) END OF TABLE OF CONTENTS TABLE OF CONTENTS Pagel CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 011000-SUMMARY PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Project information. 2. Work covered by Contract Documents. 3. Access to site. 4. Coordination with occupants. 5. Work restrictions. 6. Specification and drawing conventions. 7. Miscellaneous provisions. B. Related Requirements: 1. Section 015000 "Temporary Facilities and Controls" for limitations and procedures governing temporary use of Owner's facilities. 1.3 PROJECT INFORMATION A. Project Identification: City of Port Angeles Vern Burton Community Center Roof Replacement, City Project#PK06-2005. 1. Project Location: 308 E Fourth Street, Port Angeles,Washington. B. Owner: City of Port Angeles,321 E 5t'Street, Port Angeles,Washington. 1. Owner's Representative: Eric C. Walrath, Engineering Projects Supervisor, Phone: 360.417.4806,Ewalrath(ocityofpa.us. C. Architect: Beaman Architecture, Ltd., PO Box 86038, Portland, Oregon, Phone: 503.236.3300, mb(aDbeamanarch.com. 1.4 WORK COVERED BY CONTRACT DOCUMENTS A. The Work of Project is defined by the Contract Documents and consists of the following: 1. Removal of existing roofing and installation of new roofing at designated areas of existing facility roof, installation of new overflow drain and associated drain line/connection. B. Type of Contract: SUMMARY 011000-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Project will be constructed under a single prime contract. 1.5 ACCESS TO SITE A. General: Contractor shall have limited use of Project site for construction operations as indicated on Drawings and as indicated by requirements of this Section. B. Use of Site: Limit use of Project site to work in areas indicated. Do not disturb portions of Project site beyond areas in which the Work is indicated. 1. Driveways, Walkways and Entrances: Keep driveways loading areas, and entrances serving premises clear and available to Owner, Owner's employees, and emergency vehicles at all times. Do not use these areas for parking or storage of materials. a. Schedule deliveries to minimize use of driveways and entrances by construction operations. b. Schedule deliveries to minimize space and time requirements for storage of materials and equipment on-site. C. Condition of Existing Building: Maintain portions of existing building affected by construction operations in a weather-tight condition throughout construction period. Repair damage caused by construction operations. 1.6 COORDINATION WITH OCCUPANTS A. Full Owner Occupancy: Owner will occupy site and existing building during entire construction period. Cooperate with Owner during construction operations to minimize conflicts and facilitate Owner usage. Perform the Work so as not to interfere with Owner's day-today operations. Maintain existing exits unless otherwise indicated. 1. Maintain access to existing walkways, corridors, and other adjacent occupied or used facilities. Do not close or obstruct walkways, corridors, or other occupied or used facilities without written permission from Owner and approval of authorities having jurisdiction. 2. Notify Owner not less than 72 hours in advance of activities that will affect Owner's operations. 1.7 WORK RESTRICTIONS A. Work Restrictions,General: Comply with restrictions on construction operations. 1. Comply with limitations on use of public streets and with other requirements of authorities having jurisdiction. B. On-Site Work Hours: Limit work at the existing building to normal business working hours of 7:00 a.m.to 5:00 p.m., Monday through Friday, unless otherwise agreed upon with Owner. C. Existing Utility Interruptions: Do not interrupt utilities serving facilities occupied by Owner or others unless permitted under the following conditions and then only after providing temporary utility services according to requirements indicated: 1. Notify Owner not less than two days in advance of proposed utility interruptions. SUMMARY 011000-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Obtain Owner's written permission before proceeding with utility interruptions. D. Noise, Vibration, and Odors: Coordinate operations that may result in high levels of noise and vibration,odors, or other disruption to Owner occupancy with Owner, 1. Notify Owner not less than two days in advance of proposed disruptive operations. 2. Obtain Owner's written permission before proceeding with disruptive operations. E. Nonsmoking Building: Smoking is not permitted within the building or within 25 feet of entrances,operable windows, or outdoor-air intakes. F. Controlled Substances: Use of tobacco products and other controlled substances on Project site is not permitted. G. Employee Identification: Owner will provide identification tags for Contractor personnel working on Project site. Require personnel to use identification tags at all times. H. Employee Screening: Comply with Owner's requirements for drug and background screening of Contractor personnel working on Project site. 1. Maintain list of approved screened personnel with Owner's representative. 1.8 SPECIFICATION AND DRAWING CONVENTIONS A. Specification Content: The Specifications use certain conventions for the style of language and the intended meaning of certain terms, words, and phrases when used in particular situations. These conventions are as follows: 1. Imperative mood and streamlined language are generally used in the Specifications. The words "shall," "shall be," or "shall comply with," depending on the context, are implied where a colon(:)is used within a sentence or phrase. 2. Specification requirements are to be performed by Contractor unless specifically stated otherwise. B. Division 01 General Requirements: Requirements of Sections in Division 01 apply to the Work of all Sections in the Specifications. C. Drawing Coordination: Requirements for materials and products identified on Drawings are described in detail in the Specifications. One or more of the following are used on Drawings to identify materials and products: 1. Terminology: Materials and products are identified by the typical generic terms used in the individual Specifications Sections. 2. Abbreviations: Materials and products are identified by abbreviations scheduled on Drawings. 3. Keynoting: Materials and products are identified by reference keynotes referencing Specification Section numbers found in this Project Manual. SUMMARY 011000-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT PART 2-PRODUCTS(Not Used) PART 3-EXECUTION(Not Used) END OF SECTION 011000 SUMMARY 011000-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 012100-ALLOWANCES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements governing allowances. 1. Certain items are specified in the Contract Documents by allowances. Allowances have been established in lieu of additional requirements and to defer selection of actual materials and equipment to a later date when direction will be provided to Contractor. If necessary,additional requirements will be issued by Change Order. B. Types of allowances include the following: 1. Quantity allowances. 1.3 INFORMATIONAL SUBMITTALS A. Submit invoices or delivery slips to show actual quantities of materials delivered to the site for use in fulfillment of each allowance. B. Submit time sheets and other documentation to show labor time and cost for installation of allowance items that include installation as part of the allowance. C. Coordinate and process submittals for allowance items in same manner as for other portions of the Work. 1.4 COORDINATION A. Coordinate allowance items with other portions of the Work. Furnish templates as required to coordinate installation. 1.5 QUANTITY ALLOWANCES A. Unless otherwise indicated, Contractor's casts for receiving and handling at Project site, labor, installation, overhead and profit, and similar costs related to products and materials under allowance shall be included as part of the Contract Sum and not part of the allowance. ALLOWANCES 012100- 1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.6 ADJUSTMENT OF ALLOWANCES A. Allowance Adjustment: To adjust allowance amounts, prepare a Change Order proposal based on the difference between purchase amount and the allowance,multiplied by final measurement of work-in-place where applicable. If applicable, include reasonable allowances for cutting losses,tolerances, normal product imperfections, and similar margins. 1. Include installation costs in purchase amount only where indicated as part of the allowance. 2. If requested, prepare explanation and documentation to substantiate distribution of overhead costs and other margins claimed. 3. Submit substantiation of a change in scope of work, if any, claimed in Change Orders related to unit-cost allowances. 4. Owner reserves the right to establish the quantity of work-in-place by independent quantity survey, measure,or count. B. Submit claims for increased costs because of a change in scope or nature of the allowance described in the Contract Documents, whether for the purchase order amount or Contractor's handling, labor, installation, overhead,and profit. 1. Do not include Contractor's or subcontractor's indirect expense in the Change Order cost amount unless it is clearly shown that the nature or extent of work has changed from what could have been foreseen from information in the Contract Documents. 2. No change to Contractor's indirect expense is permitted for selection of higher-or lower- priced materials or systems of the same scope and nature as originally indicated. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION 3.1 EXAMINATION A. Examine products covered by an allowance promptly on delivery for damage or defects. Return damaged or defective products to manufacturer for replacement. 3.2 PREPARATION A. Coordinate materials and their installation for each allowance with related materials and installations to ensure that each allowance item is completely integrated and interfaced with related work. 3.3 SCHEDULE OF ALLOWANCES A. Allowance No. 1: Quantity Allowance: Include removal of 1,000 sq. ft. of water-damaged 3/4- inch plywood substrate and replacement with new 3/4-inch P.T. Plywood substrate other than that indicated in Drawings. END OF SECTION 012100 ALLOWANCES 012100-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 012500-SUBSTITUTION PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for substitutions. B. Related Requirements: 1. Section 016000 "Product Requirements" for requirements for submitting comparable product submittals for products by listed manufacturers. 1.3 DEFINITIONS A. Substitutions: Changes in products, materials, equipment, and methods of construction from those required by the Contract Documents and proposed by Contractor. 1. Substitutions for Cause: Changes proposed by Contractor that are required due to changed Project conditions, such as unavailability of product, regulatory changes, or unavailability of required warranty terms. 2. Substitutions for Convenience: Changes proposed by Contractor or Owner that are not required in order to meet other Project requirements but may offer advantage to Contractor or Owner. 1.4 ACTION SUBMITTALS A. Substitution Requests: Submit three copies of each request for consideration. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. 1. Substitution Request Form: Use CSI Form 13.1A. 2. Documentation: Show compliance with requirements for substitutions and the following, as applicable: a. Statement indicating why specified product or fabrication or installation couldn't be provided,if applicable. b. Coordination information, including a list of changes or revisions needed to other parts of the Work and to construction performed by Owner and separate contractors that will be necessary to accommodate proposed substitution. C. Detailed comparison of significant qualities of proposed substitution with those of the Work specified. Include annotated copy of applicable Specification Section. Significant qualities may include attributes such as performance, weight, size, durability, visual effect, sustainable design characteristics,warranties, and specific SUBSTITUTION PROCEDURES 012500- 1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT features and requirements indicated. Indicate deviations, if any, from the Work specified. d. Product Data, including drawings and descriptions of products and fabrication and installation procedures. e. Samples,where applicable or requested. f. Certificates and qualification data,where applicable or requested. g. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners. h. Material test reports from a qualified testing agency indicating and interpreting test results for compliance with requirements indicated. i. Research reports evidencing compliance with building code in effect for Project. j. Detailed comparison of Contractor's construction schedule using proposed substitution with products specified for the Work, including effect on the overall Contract Time. If specified product or method of construction cannot be provided within the Contract Time, include letter from manufacturer, on manufacturer's letterhead, stating date of receipt of purchase order, lack of availability,or delays in delivery. k. Cost information,including a proposal of change, if any, in the Contract Sum. I. Contractor's certification that proposed substitution complies with requirements in the Contract Documents except as indicated in substitution request, is compatible with related materials,and is appropriate for applications indicated. M. Contractor's waiver of rights to additional payment or time that may subsequently become necessary because of failure of proposed substitution to produce indicated results. 3. Architect's Action: If necessary, Owner will request additional information or documentation for evaluation within seven days of receipt of a request for substitution. Owner will notify Contractor of acceptance or rejection of proposed substitution within 15 days of receipt of request, or seven days of receipt of additional information or documentation,whichever is later. a. Forms of Acceptance: Change Order or Construction Change Directive for minor changes in the Work. b. Use product specified if Owner does not issue a decision on use of a proposed substitution within time allocated. 1.5 QUALITY ASSURANCE A. Compatibility of Substitutions: Investigate and document compatibility of proposed substitution with related products and materials. Engage a qualified testing agency to perform compatibility tests recommended by manufacturers. 1.6 PROCEDURES A. Coordination: Revise or adjust affected work as necessary to integrate work of the approved substitutions. SUBSTITUTION PROCEDURES 012500-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT PART2-PRODUCTS 2.1 SUBSTITUTIONS A. Substitutions for Cause: Submit requests for substitution immediately on discovery of need for change, but not later than 15 days prior to time required for preparation and review of related submittals. 1. Conditions: Owner will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Owner will return requests without action,except to record noncompliance with these requirements: a. Requested substitution is consistent with the Contract Documents and will produce indicated results. s sustainable design characteristics that specified b. Requested substitution provide product provided. C. Substitution request is fully documented and properly submitted. d. Requested substitution will not adversely affect Contractor's construction schedule. e. Requested substitution has received necessary approvals of authorities having jurisdiction. f. Requested substitution is compatible with other portions of the Work. g. Requested substitution has been coordinated with other portions of the Work. h. Requested substitution provides specified warranty. i. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products,and is acceptable to all contractors involved. B. Substitutions for Convenience: Owner will consider requests for substitution if received within 10 days after the Notice of Award. Requests received after that time may be considered or rejected at discretion of Owner. 1. Conditions: Owner will consider Contractor's request for substitution when the following conditions are satisfied. If the following conditions are not satisfied, Architect will return requests without action, except to record noncompliance with these requirements: a. Requested substitution offers Owner a substantial advantage in cost,time, energy conservation, or other considerations, after deducting additional responsibilities Owner must assume. Owner's additional responsibilities may include compensation to Architect for redesign and evaluation services, increased cost of other construction by Owner,and similar considerations. b. Requested substitution does not require extensive revisions to the Contract Documents. C. Requested substitution is consistent with the Contract Documents and will produce indicated results. d. Requested substitution provides sustainable design characteristics that specified product provided. e. Substitution request is fully documented and properly submitted. f. Requested substitution will not adversely affect Contractor's construction schedule. g. Requested substitution has received necessary approvals of authorities having jurisdiction. h. Requested substitution is compatible with other portions of the Work. i. Requested substitution has been coordinated with other portions of the Work. j. Requested substitution provides specified warranty. 012500-3 SUBSTITUTION PROCEDURES CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT k. If requested substitution involves more than one contractor, requested substitution has been coordinated with other portions of the Work, is uniform and consistent, is compatible with other products,and is acceptable to all contractors involved. PART 3-EXECUTION(Not Used) END OF SECTION 012500 SUBSTITUTION PROCEDURES 012500-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 012600-CONTRACT MODIFICATION PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for handling and processing Contract modifications. B. Related Requirements, 1. Section 012500 "Substitution Procedures" for administrative procedures for handling requests for substitutions made after the Contract award. 1.3 MINOR CHANGES IN THE WORK A. Owner will issue supplemental instructions authorizing minor changes in the Work, not involving adjustment to the Contract Sum or the Contract Time, on form included in the Contract Documents. 1.4 PROPOSAL REQUESTS A. Owner-Initiated Proposal Requests: Owner will issue a detailed description of proposed changes in the Work that may require adjustment to the Contract Sum or the Contract Time. If necessary,the description will include supplemental or revised Drawings and Specifications. 1. Work Change Proposal Requests issued by Owner are not instructions either to stop work in progress or to execute the proposed change. 2. Within 20 days,when not otherwise specified, after receipt of Proposal Request, submit a quotation estimating cost adjustments to the Contract Sum and the Contract Time necessary to execute the change. a. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. b. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. C. Include costs of labor and supervision directly attributable to the change. d. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. CONTRACT MODIFICATION PROCEDURES 012600-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT e. Quotation Form: Use forms acceptable to the Owner that clearly itemize labor, materials, overhead, and profit with all corresponding and supporting backup documentation. B. Contractor-Initiated Proposals: If latent or changed conditions require modifications to the Contract,Contractor may initiate a claim by submitting a request for a change to Owner. 1. Include a statement outlining reasons for the change and the effect of the change on the Work. Provide a complete description of the proposed change. Indicate the effect of the proposed change on the Contract Sum and the Contract Time. 2. Include a list of quantities of products required or eliminated and unit costs, with total amount of purchases and credits to be made. If requested, furnish survey data to substantiate quantities. 3. Indicate applicable taxes, delivery charges, equipment rental, and amounts of trade discounts. 4. include costs of labor and supervision directly attributable to the change. 5. Include an updated Contractor's construction schedule that indicates the effect of the change, including, but not limited to, changes in activity duration, start and finish times, and activity relationship. Use available total float before requesting an extension of the Contract Time. 6. Comply with requirements in Section 012500 "Substitution Procedures" if the proposed change requires substitution of one product or system for product or system specified. 7. Proposal Request Form: Use form acceptable to Owner. 1.5 CHANGE ORDER PROCEDURES A. On Owner's approval of a Work Changes Proposal Request, Architect will issue a Change Order for signatures of Owner and Contractor on City of Port Angeles Contract Form. 1.6 CONSTRUCTION CHANGE DIRECTIVE A. Construction Change Directive: Owner may issue a Construction Change Directive. Construction Change Directive instructs Contractor to proceed with a change in the Work, for subsequent inclusion in a Change Order. 1. Construction Change Directive contains a complete description of change in the Work. It also designates method to be followed to determine change in the Contract Sum or the Contract Time. B. Documentation: Maintain detailed records on a time and material basis of work required by the Construction Change Directive. 1. After completion of change, submit an itemized account and supporting data necessary to substantiate cost and time adjustments to the Contract. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION(Not Used) END OF SECTION 012600 CONTRACT MODIFICATION PROCEDURES 012600-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 012900-PAYMENT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements necessary to prepare and process Applications for Payment. B. Related Requirements: 1. Section 012600 "Contract Modification Procedures" for administrative procedures for handling changes to the Contract. 2. Section 013200 "Construction Progress Documentation" for administrative requirements governing the preparation, and submittal of the Contractor's construction schedule. 1.3 DEFINITIONS A. Schedule of Values: A statement furnished by Contractor allocating portions of the Contract Sum to various portions of the Work and used as the basis for reviewing Contractor's Applications for Payment. 1.4 SCHEDULE OF VALUES A. Coordination: Coordinate preparation of the schedule of values with preparation of Contractor's construction schedule. 1. Coordinate line items in the schedule of values with other required administrative forms and schedules, including the following: a. Application for Payment forms. b. Submittal schedule. C. Items required to be indicated as separate activities in Contractor's construction schedule. 2. Submit the schedule of values to Owner at earliest possible date, but no later than seven days following issuance of Notice to Proceed and three days prior to Pre-Construction Meeting. B. Format and Content: Use Contract Documents table of contents as a guide to establish line items for the schedule of values. Provide at least one line item for each Specification Section. 1. Identification: Include the following Project identification on the schedule of values: PAYMENT PROCEDURES 012900-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT a. Project name and location. b. Name of Architect. C. Architect's project number. d. Contractor's name and address. e. Date of submittal. 2. Arrange schedule of values consistent with format of AIA Document G703. 3. Arrange the schedule of values in tabular form with separate columns to indicate the following for each item listed: a. Related Specification Section or Division. b. Description of the Work. C. Name of subcontractor. d. Name of manufacturer or fabricator. e. Name of supplier. f. Change Orders(numbers)that affect value. g. Dollar value of the following, as a percentage of the Contract Sum to nearest one- hundredth percent, adjusted to total 100 percent. 1) Labor. 2) Materials. 3) Equipment. 4. Provide a breakdown of the Contract Sum in enough detail to facilitate continued evaluation of Applications for Payment and progress reports. Coordinate with Project Manual table of contents. Provide multiple line items for principal subcontract amounts in excess of five percent of the Contract Sum. 5. Round amounts to nearest whole dollar,total shall equal the Contract Sum. 6. Provide a separate line item in the schedule of values for each part of the Work where Applications for Payment may include materials or equipment purchased or fabricated and stored, but not yet installed. a. Differentiate between items stored on-site and items stored off-site. If required, include evidence of insurance. 7, Provide separate line items in the schedule of values for initial cost of materials,for each subsequent stage of completion,and for total installed value of that part of the Work. 8. Each item in the schedule of values and Applications for Payment shall be complete. Include total cost and proportionate share of general overhead and profit for each item. a. Temporary facilities and other major cost items that are not direct cost of actual work-in-place must be shown as separate line items in the schedule of values. 9. Schedule Updating: Update and resubmit the schedule of values before the next Applications for Payment when Change Orders or Construction Change Directives result in a change in the Contract Sum. 1.5 APPLICATIONS FOR PAYMENT A. Each Application for Payment following the initial Application for Payment shall be consistent with previous applications and payments as certified and paid for by Owner. 1. Initial Application for Payment,Application for Payment at time of Substantial Completion, and final Application for Payment involve additional requirements. PAYMENT PROCEDURES 012900-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Payment Application Times: The date for each progress payment is indicated in the Agreement between Owner and Contractor. The period of construction work covered by each Application for Payment is the period indicated in the Agreement. 1. Submit draft copy of Application for Payment seven days prior to due date for review by Owner. C. Application for Payment Forms: Use City of Port Angeles Contract Forms as form for Applications for Payment. D. Application Preparation: Complete every entry on form. Notarize and execute by a person authorized to sign legal documents on behalf of Contractor. Architect will return incomplete applications without action. 1. Entries shall match data on the schedule of values and Contractor's construction schedule. Use updated schedules if revisions were made. 2. Include amounts for work completed following previous Application for Payment,whether or not payment has been received. Include only amounts for work completed at time of Application for Payment, 3. Include amounts of Change Orders and Construction Change Directives issued before last day of construction period covered by application. 4. Indicate separate amounts for work being carried out under Owner-requested project acceleration. E. Stored Materials: Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-site and items stored off-site. 1, Provide certificate of insurance, evidence of transfer of title to Owner, and consent of surety to payment,for stored materials. 2. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials. 3. Provide summary documentation for stored materials indicating the following: a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment. b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment. C. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment. F. Transmittal: Submit three signed and notarized original copies of each Application for Payment to Owner by a method ensuring receipt within 24 hours. One copy shall include waivers of lien and similar attachments. 1. Transmit each copy with a transmittal form listing attachments and recording appropriate information about application. G. Initial Application for Payment: Administrative actions and submittals that must precede or coincide with submittal of first Application for Payment include the following: 1. List of subcontractors. 2. Schedule of values. 3. Contractor's construction schedule(preliminary if not final). PAYMENT PROCEDURES 012900-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 4. Products list(preliminary if not final). 5. Schedule of unit prices. 6. Submittal schedule(preliminary if not final). 7. List of Contractor's staff assignments. 8. List of Contractor's principal consultants. 9. Copies of building permits. 10. Copies of authorizations and licenses from authorities having jurisdiction for performance of the Work. 11. Initial progress report. 12. Report of preconstruction conference. 13. Certificates of insurance and insurance policies. 14. Performance and payment bonds. 15. Data needed to acquire Owner's insurance. H. Application for Payment at Substantial Completion: After Owner issues the Certificate of Substantial Completion, submit an Application for Payment showing 100 percent completion for portion of the Work claimed as substantially complete. 1. Include documentation supporting claim that the Work is substantially complete and a statement showing an accounting of changes to the Contract Sum. 2. This application shall reflect Certificate(s)of Substantial Completion issued previously for Owner occupancy of designated portions of the Work. I. Final Payment Application: After completing Project closeout requirements, submit final Application for Payment with releases and supporting documentation not previously submitted and accepted,including,but not limited, to the following: 1. Evidence of completion of Project closeout requirements. 2. Insurance certificates for products and completed operations where required and proof that taxes,fees, and similar obligations were paid. 3. Updated final statement,accounting for final changes to the Contract Sum. 4. AIA Document G706, "Contractor's Affidavit of Payment of Debts and Claims." 5. AIA Document G706A,"Contractor's Affidavit of Release of Liens." 6. AIA Document G707, "Consent of Surety to Final Payment." 7. Evidence that claims have been settled. 8. Final liquidated damages settlement statement. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION (Not Used) END OF SECTION 012900 PAYMENT PROCEDURES 012900-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 013100-PROJECT MANAGEMENT AND COORDINATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes administrative provisions for coordinating construction operations on Project including, but not limited to,the following: 1. General coordination procedures. 2. Coordination drawings. 1 Requests for Information(RFIs). 4. Project meetings. B. Each contractor shall participate in coordination requirements. Certain areas of responsibility are assigned to a specific contractor. C. Related Requirements: 1. Section 013200 "Construction Progress Documentation" for preparing and submitting Contractor's construction schedule. 2. Section 017300"Execution"for procedures for coordinating general installation and field- engineering services,including establishment of benchmarks and control points. 3. Section 017700"Closeout Procedures"for coordinating closeout of the Contract. 1.3 DEFINITIONS A. RFI: Request from Owner or Contractor seeking information required by or clarifications of the Contract Documents. 1.4 INFORMATIONAL SUBMITTALS A. Subcontract List: Prepare a written summary identifying individuals or firms proposed for each portion of the Work, including those who are to furnish products or equipment fabricated to a special design. Include the following information in tabular form: 1. Name, address, and telephone number of entity performing subcontract or supplying products. 2. Number and title of related Specification Section(s)covered by subcontract. 3. Drawing number and detail references, as appropriate,covered by subcontract. B. Key Personnel Names: Within 5 days following Notice to Proceed, submit a list of key personnel assignments, including superintendent and other personnel in attendance at Project site. Identify individuals and their duties and responsibilities; list addresses and telephone PROJECT MANAGEMENT AND COORDINATION 013100-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT numbers, including home, office, and cellular telephone numbers and e-mail addresses. Provide names, addresses, and telephone numbers of individuals assigned as alternates in the absence of individuals assigned to Project. 1. Post copies of list in project meeting room, in temporary field office, and by each temporary telephone. Keep list current at all times. 1.5 GENERAL COORDINATION PROCEDURES A. Coordination: Coordinate construction operations included in different Sections of the Specifications to ensure efficient and orderly installation of each part of the Work. Coordinate construction operations, included in different Sections that depend on each other for proper installation,connection, and operation. 1. Schedule construction operations in sequence required to, obtain the best results where installation of one part of the Work depends on installation of other components, before or after its own installation. 2. Coordinate installation of different components to ensure maximum performance and accessibility for required maintenance, service,and repair. 3. Make adequate provisions to accommodate items scheduled for later installation. B. Prepare memoranda for distribution to each party involved, outlining special procedures required for coordination. Include such items as required notices, reports, and list of attendees at meetings. 1. Prepare similar memoranda for Owner and separate contractors if coordination of their Work is required. C. Administrative Procedures: Coordinate scheduling and timing of required administrative procedures with other construction activities to avoid conflicts and to ensure orderly progress of the Work. Such administrative activities include, but are not limited to,the following: 1. Preparation of Contractor's construction schedule. 2. Preparation of the schedule of values. 3. Installation and removal of temporary facilities and controls. 4. Delivery and processing of submittals. 5. Progress meetings. 6. Pre-installation conferences. 7. Project closeout activities. 1.6 COORDINATION DRAWINGS A. Coordination Drawings, General: Prepare coordination drawings according to requirements in individual Sections, and additionally where installation is not completely shown on Shop Drawings, where limited space availability necessitates coordination, or if coordination is required to facilitate integration of products and materials fabricated or installed by more than one entity. 1. Content: Project-specific information, drawn accurately to a scale large enough to indicate and resolve conflicts. Do not base coordination drawings on standard printed data. Include the following information, as applicable: PROJECT MANAGEMENT AND COORDINATION 013100-2 i CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT a. Use applicable Drawings as a basis for preparation of coordination drawings. Prepare sections, elevations, and details as needed to describe relationship of various systems and components. b. Coordinate the addition of trade-specific information to the coordination drawings by multiple contractors in a sequence that best provides for coordination of the information and resolution of conflicts between installed components before submitting for review. C. Indicate required installation sequences. d. Indicate dimensions shown on the Drawings. Specifically note dimensions that appear to be in conflict with submitted equipment and minimum clearance requirements. Provide alternate sketches to Architect indicating proposed resolution of such conflicts. Minor dimension changes and difficult installations will not be considered changes to the Contract. 1.7 REQUESTS FOR INFORMATION(RFIs) A. General: Immediately on discovery of the need for additional information or interpretation of the Contract Documents, Contractor shall prepare and submit an RFI in the form specified in the City of Port Angeles Contract Forms. 1. Owner will return RFIs submitted to the Owner by other entities controlled by Contractor with no response. 2. Coordinate and submit RFIs in a prompt manner so as to avoid delays in Contractor's work or work of subcontractors. B. Content of the RFI: Include a detailed, legible description of item needing information or interpretation and the following: 1. Project name. 2. Project number. 3. Date. 4. Name of Contractor. 5. Name of Architect. 6. RFI number,numbered sequentially. 7. RFI subject. 8. Specification Section number and title and related paragraphs,as appropriate. 9. Drawing number and detail references,as appropriate. 10. Field dimensions and conditions,as appropriate. 11. Contractor's suggested resolution. If Contractor's suggested resolution impacts the Contract Time or the Contract Sum, Contractor shall state impact in the RFI. All RFIs shall include a Contractor's suggested resolution. Resolution shall be of the most economical benefit to the Owner. RFIs that do not include this may be immediately returned for revision,at Owner's discretion. 12. Contractor's signature. 13. Attachments: Include sketches, descriptions, measurements, photos, Product Data, Shop Drawings, coordination drawings, and other information necessary to fully describe items needing interpretation. a. Include dimensions, thicknesses, structural grid references, and details of affected materials,assemblies, and attachments on attached sketches. C. RFI Forms: Software-generated Form with substantially the same content as the City of Port Angeles Contract Form and as indicated above, acceptable to Owner. PROJECT MANAGEMENT AND COORDINATION 013100-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Attachments shall be electronic files in Adobe Acrobat PDF format. 2. All RFIs are to be submitted via email. D. Owner's Action: Owner will review each RFI, determine action required, and respond. Allow seven working days for Owner's response for each RFI. RFIs received by Owner after 1:00 p.m.will be considered as received the following working day. 1. The following Contractor-generated RFIs will be returned without action: a. Requests for approval of submittals. b. Requests for approval of substitutions. C. Requests for approval of Contractor's means and methods. d. Requests for coordination information already indicated in the Contract Documents. e. Requests for adjustments in the Contract Time or the Contract Sum. f. Requests for interpretation of Owner's actions on submittals. g. Incomplete RFIs or inaccurately prepared RFIs. 2. Owner's action may include a request for additional information, in which case Owner's time for response will date from time of receipt of additional information. 3. Owner's action on RFIs that may result in a change to the Contract Time or the Contract Sum may be eligible for Contractor to submit Change Proposal according to Section 012600 "Contract Modification Procedures." a. If Contractor believes the RFI response warrants change in the Contract Time or the Contract Sum, notify Owner in writing within 10 days of receipt of the RFI response. E. RFI Log: Prepare, maintain, and submit a tabular log of RFIs organized by the RFI number. Submit log weekly. Use software log with not less than the following: 1. Project name. 2. Name and address of Contractor. 3. Name and address of Architect. 4. RFI number including RFIs that were returned without action or withdrawn. 5. RFI description. 6. Date the RFI was submitted. 7. Date Owner's response was received. F. On receipt of Owner's action, update the RFI log and immediately distribute the RFI response to affected parties. Review response and notify Owner within seven days if Contractor disagrees with response. 1. Identification of related Minor Change in the Work, Construction Change Directive, and Proposal Request,as appropriate. 1.8 PROJECT MEETINGS A. General: Schedule and conduct meetings and conferences at Project site unless otherwise indicated. 1. Attendees: Inform participants and others involved, and individuals whose presence is required, of date and time of each meeting. Notify Owner of scheduled meeting dates and times. PROJECT MANAGEMENT AND COORDINATION 013100-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Agenda: Prepare the meeting agenda. Distribute the agenda to all invited attendees. 3. Minutes: Entity responsible for conducting meeting will record significant discussions and agreements achieved. Distribute the meeting minutes to everyone concerned, including Owner,within three days of the meeting. B. Preconstruction Conference: Schedule and conduct a pre-construction conference before starting construction, at a time convenient to Owner, but no later than 7 days after execution of the Agreement. 1. Conduct the conference to review responsibilities and personnel assignments. 2. Attendees: Authorized representatives of Owner, Contractor and its superintendent; major subcontractors;suppliers; and other concerned parties shall attend the conference. Participants at the conference shall be familiar with Project and authorized to conclude matters relating to the Work. 1 Agenda: Discuss items of significance that could affect progress, including the following: a. Tentative construction schedule. b. Critical work sequencing and long-lead items. C. Designation of key personnel and their duties. d. Lines of communications. e. Procedures for processing field decisions and Change Orders. f. Procedures for RFIs. g. Procedures for testing and inspecting. h. Procedures for processing Applications for Payment. i. Distribution of the Contract Documents. j. Submittal procedures. k. Preparation of record documents. I. Use of the premises and existing building. M. Work restrictions. n. Working hours. o. Owner's occupancy requirements. p. Responsibility for temporary facilities and controls. q. Procedures for disruptions and shutdowns. r. Construction waste management. S. Parking availability. t. Office,work,and storage areas. U. Equipment deliveries and priorities. V. First aid. W. Security. X. Progress cleaning. 4. Minutes: Entity responsible for conducting meeting will record and distribute meeting minutes. C. Pre-installation Conferences: Conduct a pre-installation conference at Project site before each construction activity that requires coordination with other construction. 1. Attendees: Installer and representatives of manufacturers and fabricators involved in or affected by the installation and its coordination or integration with other materials and installations that have preceded or will follow, shall attend the meeting. Advise Owner of scheduled meeting dates. 2. Agenda: Review progress of other construction activities and preparations for the particular activity under consideration, including requirements for the following: a. Contract Documents. b. Options. PROJECT MANAGEMENT AND COORDINATION 013100-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT C. Related RFIs. d. Related Change Orders. e. Purchases. f. Deliveries. g. Submittals. h. Possible conflicts. I. Compatibility requirements. j. Time schedules. k. Weather limitations. I. Manufacturer's written instructions. M. Warranty requirements. n. Compatibility of materials, o. Acceptability of substrates. p. Temporary facilities and controls. q. Space and access limitations. r. Regulations of authorities having jurisdiction. S. Testing and inspecting requirements. t. Installation procedures. U. Coordination with other work. V. Required performance results. W. Protection of adjacent work. X. Protection of construction and personnel 3. Record significant conference discussions, agreements, and disagreements, including required corrective measures and actions. 4. Reporting: Distribute minutes of the meeting to each party present and to other parties requiring information. 5. Do not proceed with installation if the conference cannot be successfully concluded. Initiate whatever actions are necessary to resolve impediments to performance of the Work and reconvene the conference at earliest feasible date. D. Project Closeout Conference: Schedule and conduct a project closeout conference, at a time convenient to Owner, but no later than ten days prior to the scheduled date of Substantial Completion. 1. Conduct the conference to review requirements and responsibilities related to Project closeout. 2. Attendees: Authorized representatives of Owner, Contractor and its superintendent; major subcontractors; suppliers; and other concerned parties shall attend the meeting. Participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. 3. Agenda: Discuss items of significance that could affect or delay Project closeout, including the following: a. Preparation of record documents. b. Procedures required prior to inspection for Substantial Completion and for final inspection for acceptance. C. Submittal of written warranties. d. Requirements for preparing operations and maintenance data, e. Preparation of Contractor's punch list. f. Procedures for processing Applications for Payment at Substantial Completion and for final payment. g. Submittal procedures. h. Responsibility for removing temporary facilities and controls. 4. Minutes: Entity conducting meeting will record and distribute meeting minutes. PROJECT MANAGEMENT AND COORDINATION 013100-6 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT E. Progress Meetings: Conduct progress meetings at weekly intervals. 1. Coordinate dates of meetings with preparation of payment requests. 2. Attendees: In addition to representatives of Owner, each contractor, subcontractor, supplier, and other entity concerned with current progress or involved in planning, coordination, or performance of future activities shall be represented at these meetings. All participants at the meeting shall be familiar with Project and authorized to conclude matters relating to the Work. Architect will attend meetings at Owner's discretion. 3. Agenda: Review and correct or approve minutes of previous progress meeting. Review other items of significance that could affect progress. Include topics for discussion as appropriate to status of Project. a. Contractor's Construction Schedule: Review progress since the last meeting. Determine whether each activity is on time, ahead of schedule, or behind schedule, in relation to Contractor's construction schedule. Determine how construction behind schedule will be expedited; secure commitments from parties involved to do so. Discuss whether schedule revisions are required to ensure that current and subsequent activities will be completed within the Contract Time. 1) Review schedule for next period. b. Review present and future needs of each entity present, including the following: 1) Interface requirements. 2) Sequence of operations. 3) Status of submittals. 4) Deliveries. 5) Off-site fabrication. 6) Access. 7) Site utilization. 8) Temporary facilities and controls. 9) Progress cleaning. 10) Quality and work standards. 11) Status of correction of deficient items. 12) Field observations. 13) Status of RFIs. 14) Status of proposal requests. 15) Pending changes. 16) Status of Change Orders. 17) Pending claims and disputes. 18) Documentation of information for payment requests. 4. Minutes: Entity responsible for conducting the meeting will record and distribute the meeting minutes to each party present and to parties requiring information. a. Schedule Updating: Revise Contractor's construction schedule after each progress meeting where revisions to the schedule have been made or recognized. Issue revised schedule concurrently with the report of each meeting. PROJECT MANAGEMENT AND COORDINATION 013100-7 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT PART 2-PRODUCTS(Not Used) PART 3-EXECUTION(Not Used) END OF SECTION 013100 PROJECT MANAGEMENT AND COORDINATION 013100-8 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 013200-CONSTRUCTION PROGRESS DOCUMENTATION PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for documenting the progress of construction during performance of the Work, including the following: 1. Startup construction schedule. 2. Contractor's construction schedule. 3. Construction schedule updating reports. 4. Daily construction reports. 5. Material location reports. 6. Site condition reports. 7. Special reports. B. Related Requirements: 1. Section 013300"Submittal Procedures"for submitting schedules and reports. 2. Section 014000 "Quality Requirements" for submitting a schedule of tests and inspections. 1.3 DEFINITIONS A. Activity: A discrete part of a project that can be identified for planning, scheduling, monitoring, and controlling the construction project. Activities included in a construction schedule consume time and resources. 1. Critical Activity: An activity on the critical path that must start and finish on the planned early start and finish times. 2. Predecessor Activity: An activity that precedes another activity in the network. 3. Successor Activity: An activity that follows another activity in the network. B. Cost Loading: The allocation of the schedule of values for the completion of an activity as scheduled. The sum of costs for all activities must equal the total Contract Sum unless otherwise approved by Architect. C. CPM: Critical path method,which is a method of planning and scheduling a construction project where activities are arranged based on activity relationships. Network calculations determine when activities can be performed and the critical path of Project. D. Critical Path: The longest connected chain of interdependent activities through the network schedule that establishes the minimum overall Project duration and contains no float. CONSTRUCTION PROGRESS DOCUMENTATION 013200-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT E. Event: The starting or ending point of an activity. F. Float: The measure of leeway in starting and completing an activity. 1. Float time is not for the exclusive use or benefit of either Owner or Contractor, but is a jointly owned, expiring Project resource available to both parties as needed to meet schedule milestones and Contract completion date. 2. Free float is the amount of time an activity can be delayed without adversely affecting the early start of the successor activity. 3. Total float is the measure of leeway in starting or completing an activity without adversely affecting the planned Project completion date. G. Resource Loading: The allocation of manpower and equipment necessary for the completion of an activity as scheduled. 1.4 INFORMATIONAL SUBMITTALS A. Format for Submittals: Submit required submittals in the following format: 1. Working electronic copy of schedule file,where indicated. 2. PDF electronic file. B. Startup construction schedule. 1. Approval of cost-loaded, startup construction schedule will not constitute approval of schedule of values for cost-loaded activities. C. Contractor's Construction Schedule: Initial schedule,of size required to display entire schedule for entire construction period. 1. Submit a working electronic copy of schedule, using software indicated, and labeled to comply with requirements for submittals. Include type of schedule(initial or updated)and date on label. D. CPM Reports: Concurrent with CPM schedule, submit each of the following reports. Format for each activity in reports shall contain activity number, activity description, cost and resource loading, original duration, remaining duration, early start date, early finish date, late start date, late finish date, and total float in calendar days. E. Construction Schedule Updating Reports: Submit with Applications for Payment. F. Qualification Data: For scheduling consultant. 1.5 QUALITY ASSURANCE A. Scheduling Consultant Qualifications: An experienced specialist in CPM scheduling and reporting, with capability of producing CPM reports and diagrams within 24 hours of Owner's request. CONSTRUCTION PROGRESS DOCUMENTATION 013200-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.6 COORDINATION A. Coordinate Contractor's construction schedule with the schedule of values, submittal schedule, _ progress reports,payment requests,and other required schedules and reports. 1. Secure time commitments for performing critical elements of the Work from entities involved. 2. Coordinate each construction activity in the network with other activities and schedule them in proper sequence. PART 2-PRODUCTS 2.1 CONTRACTOR'S CONSTRUCTION SCHEDULE, GENERAL A. Time Frame: Extend schedule from date established for the Notice to Proceed, to date of Substantial Completion and final completion. 1. Contract completion date shall not be changed by submission of a schedule that shows an early completion date,unless specifically authorized by Change Order. B. Activities: Treat each story or separate area as a separate numbered activity for each main element of the Work. Comply with the following: 1. Activity Duration: Define activities so no activity is longer than 10 days, unless specifically allowed by Owner. 2. Procurement Activities: Include procurement process activities for the following long lead items and major items, requiring a cycle of more than 60 days, as separate activities in schedule. Procurement cycle activities include, but are not limited to, submittals, approvals,purchasing,fabrication,and delivery. 3. Submittal Review Time: Include review and resubmittal times indicated in Section 013300 "Submittal Procedures" in schedule. Coordinate submittal review times in Contractor's construction schedule with submittal schedule. 4. Substantial Completion: Indicate completion in advance of date established for Substantial Completion, and allow time for Owner's administrative procedures necessary for certification of Substantial Completion. 5. Punch List and Final Completion: Include not more than 30 days for completion of punch list items and final completion. C. Milestones: Include Contract milestones, including, but not limited to, the Notice to Proceed, Substantial Completion,and final completion. D. Cost Correlation: If requested by Owner, superimpose a cost correlation timeline, indicating planned and actual costs. On the line, show planned and actual dollar volume of the Work performed as of planned and actual dates used for preparation of payment requests. 1. See Section 012900"Payment Procedures"for cost reporting and payment procedures. E. Recovery Schedule: When periodic update indicates the Work is 14 or more calendar days behind the current approved schedule, submit a separate recovery schedule indicating means by which Contractor intends to regain compliance with the schedule. Indicate changes to working hours, working days, crew sizes, and equipment required to achieve compliance, and date by which recovery will be accomplished. CONSTRUCTION PROGRESS DOCUMENTATION 013200-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT F. Computer Scheduling Software: Prepare schedules using current version of a program that has been developed specifically to manage construction schedules. 1. Use Microsoft Project,for Windows XP operating system. 2.2 STARTUP CONSTRUCTION SCHEDULE A. Bar-Chart Schedule: Submit startup, horizontal, bar chart-type construction schedule within seven days of date established for the Notice to Proceed. B. Preparation: Indicate each significant construction activity separately. Identify first workday of each week with a continuous vertical line. Outline significant construction activities for first 30 days of construction. Include skeleton diagram for the remainder of the Work. 2.3 CONTRACTOR'S CONSTRUCTION SCHEDULE(CPM SCHEDULE) A. CPM Schedule: Prepare Contractor's construction schedule using a cost-and resource-loaded, time-scaled CPM network analysis diagram for the Work. 1. Develop in sufficient time to submit CPM schedule so it can be accepted for use no later than 10 days after date established for the Notice to Proceed. 2. Use "one workday" as the unit of time for individual activities. Indicate nonworking days and holidays incorporated into the schedule in order to coordinate with the Contract Time. B. CPM Schedule Preparation: Prepare a list of all activities required to complete the Work. Using the startup network diagram, prepare a skeleton network to identify probable critical paths. 1. Activities: Indicate the estimated time duration, sequence requirements, and relationship of each activity in relation to other activities. Include estimated time frames for the following activities: a. Preparation and processing of submittals. b. Mobilization and demobilization. C. Purchase of materials. d. Delivery. e. Fabrication. f. Installation. g. Testing. h. Punch list and final completion. i. Activities occurring following final completion. 2. Critical Path Activities: Identify critical path activities, including those for interim completion dates. Scheduled start and completion dates shall be consistent with Contract milestone dates. 3. Processing: Process data to produce output data on a computer-drawn, time-scaled network. Revise data, reorganize activity sequences, and reproduce as often as necessary to produce the CPM schedule within the limitations of the Contract Time. 4. Format: Mark the critical path. Locate the critical path near center of network; locate paths with most float near the edges. a. Sub-networks on separate sheets are permissible for activities clearly off the critical path. CONSTRUCTION PROGRESS DOCUMENTATION 013200-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 5. Cost-and Resource-Loading of CPM Schedule: Assign cost to construction activities on the CPM schedule. Do not assign costs to submittal activities. Obtain Owner's approval prior to assigning costs to fabrication and delivery activities. Assign costs under main subcontracts for testing and commissioning activities, operation and maintenance manuals, punch list activities and Project record documents,in the amount of 5 percent of the Contract Sum. a. Each activity cost shall reflect an appropriate value subject to approval by Owner. b. Total cost assigned to activities shall equal the total Contract Sum. C. Contract Modifications: For each proposed contract modification and concurrent with its submission, prepare a time-impact analysis using a network fragment to demonstrate the effect of the proposed change on the overall project schedule. D. Initial Issue of Schedule: Prepare from a sorted activity list indicating straight "early start-total float." Identify critical activities. Prepare tabulated reports showing the following: 1. Contractor or subcontractor and the Work or activity. 2. Description of activity. 3. Main events of activity. 4. Immediate preceding and succeeding activities. 5. Early and late start dates. 6. Early and late finish dates. 7. Activity duration in workdays. 8. Total float or slack time. 9. Average size of workforce. 10. Dollar value of activity(coordinated with the schedule of values). E. Schedule Updating: Concurrent with making revisions to schedule, prepare tabulated reports showing the following: 1. Identification of activities that have changed. 2. Changes in early and late start dates. 3. Changes in early and late finish dates. 4. Changes in activity durations in workdays. 5. Changes in the critical path. 6. Changes in total float or slack time. 7. Changes in the Contract Time. 2.4 REPORTS A. Daily Construction Reports: Prepare a daily construction report recording the following information concerning events at Project site: 1. List of subcontractors at Project site. 2. List of separate contractors at Project site. 3. Approximate count of personnel at Project site. 4. Equipment at Project site. 5. Material deliveries. 6. High and low temperatures and general weather conditions, including presence of rain or snow. 7. Accidents. 8. Meetings and significant decisions. 9. Unusual events(see special reports). CONSTRUCTION PROGRESS DOCUMENTATION 013200-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 10. Stoppages, delays,shortages,and losses. 11. Meter readings and similar recordings. 12. Emergency procedures. 13. Orders and requests of authorities having jurisdiction. 14. Change Orders received and implemented. 15. Construction Change Directives received and implemented. 16. Services connected and disconnected. 17. Equipment or system tests and startups. 18. Partial completions and occupancies. 19. Substantial Completions authorized. B. Material Location Reports: At monthly intervals, prepare and submit a comprehensive list of materials delivered to and stored at Project site. List shall be cumulative, showing materials previously reported plus items recently delivered. Include with list a statement of progress on and delivery dates for materials or items of equipment fabricated or stored away from Project site. Indicate the following categories for stored materials: 1. Material stored prior to previous report and remaining in storage. 2. Material stored prior to previous report and since removed from storage and installed. 3. Material stored following previous report and remaining in storage. C. Site Condition Reports: Immediately on discovery of a difference between site conditions and the Contract Documents, prepare and submit a detailed report. Submit with a Request for Information. Include a detailed description of the differing conditions, together with recommendations for changing the Contract Documents. 2.5 SPECIAL REPORTS A. General: Submit special reports directly to Owner within one day of an occurrence. Distribute copies of report to parties affected by the occurrence. B. Reporting Unusual Events: When an event of an unusual and significant nature occurs at Project site, whether or not related directly to the Work, prepare and submit a special report. List chain of events, persons participating, responses by Contractor's personnel, evaluation of results or effects, and similar pertinent information. Advise Owner in advance when these events are known or predictable. PART 3-EXECUTION 3.1 CONTRACTOR'S CONSTRUCTION SCHEDULE A. Scheduling Consultant: Engage a consultant to provide planning, evaluation, and reporting using CPM scheduling. 1. In-House Option: Owner may waive the requirement to retain a consultant if Contractor employs skilled personnel with experience in CPM scheduling and reporting techniques. Submit qualifications. 2. Meetings: Scheduling consultant shall attend all meetings related to Project progress, alleged delays, and time impact. CONSTRUCTION PROGRESS DOCUMENTATION 013200-6 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Contractor's Construction Schedule Updating: At monthly intervals, update schedule to reflect actual construction progress and activities. Issue schedule one week before each regularly scheduled progress meeting. 1. Revise schedule immediately after each meeting or other activity where revisions have been recognized or made. Issue updated schedule concurrently with the report of each such meeting. 2. Include a report with updated schedule that indicates every change, including, but not limited to, changes in logic, durations,actual starts and finishes,and activity durations. 3. As the Work progresses, indicate final completion percentage for each activity, C. Distribution: Distribute copies of approved schedule to Owner, separate contractors, testing and inspecting agencies, and other parties identified by Contractor with a need-to-know schedule responsibility. 1. Post copies in Project meeting rooms and temporary field offices. 2. When revisions are made, distribute updated schedules to the same parties and post in the same locations. Delete parties from distribution when they have completed their assigned portion of the Work and are no longer involved in performance of construction activities. END OF SECTION 013200 CONSTRUCTION PROGRESS DOCUMENTATION 013200-7 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 013300-SUBMITTAL PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes requirements for the submittal schedule and administrative and procedural requirements for submitting Shop Drawings, Product Data, Samples,and other submittals. B. Related Requirements: 1. Section 012900 "Payment Procedures" for submitting Applications for Payment and the schedule of values. 2. Section 013200 "Construction Progress Documentation" for submitting schedules and reports, including Contractor's construction schedule. 3. Section 017823 "Operation and Maintenance Data" for submitting operation and maintenance manuals. 4. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications,and record Product Data. 1.3 DEFINITIONS A. Action Submittals: Written and graphic information and physical samples that require Owner's responsive action. Action submittals are those submittals indicated in individual Specification Sections as"action submittals." B. Informational Submittals: Written and graphic information and physical samples that do not require Owner's responsive action. Submittals may be rejected for not complying with requirements. Informational submittals are those submittals indicated in individual Specification Sections as"informational submittals." C. File Transfer Protocol(FTP): Communications protocol that enables transfer of files to and from another computer over a network and that serves as the basis for standard Internet protocols. An FTP site is a portion of a network located outside of network firewalls within which internal and external users are able to access files. D. Portable Document Format (PDF): An open standard file format licensed by Adobe Systems used for representing documents in a device-independent and display resolution-independent fixed-layout document format. 1.4 ACTION SUBMITTALS A. Submittal Schedule: Submit a schedule of submittals, arranged in chronological order by dates required by construction schedule. Include time required for review, ordering, manufacturing, SUBMITTAL PROCEDURES 013300-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT fabrication, and delivery when establishing dates. Include additional time required for making corrections or revisions to submittals noted by Owner and additional time for handling and reviewing submittals required by those corrections. 1. Coordinate submittal schedule with list of subcontracts, the schedule of values, and Contractor's construction schedule. 2. Initial Submittal: Submit concurrently with startup construction schedule. Include submittals required during construction. List those submittals required to maintain orderly progress of the Work and those required early because of long lead-time for manufacture or fabrication. 3. Final Submittal: Submit concurrently with the first complete submittal of Contractor's construction schedule. a. Submit revised submittal schedule to reflect changes in current status and timing for submittals. 4. Format: Arrange the following information in a tabular format: a. Scheduled date for first submittal. b. Specification Section number and title. C. Submittal category: Action, informational. d. Name of subcontractor. e. Description of the Work covered. f. Scheduled date for Architect's final release or approval. g. Scheduled date of fabrication. h. Scheduled dates for purchasing. I. Scheduled dates for installation. j. Activity or event number. 1.5 SUBMITTAL ADMINISTRATIVE REQUIREMENTS A. Digital Data Files: Electronic digital data files of the Contract Drawings may be provided by Owner for Contractor's use in preparing submittals. 1. Owner may furnish Contractor one set of digital data drawing files of the Contract Drawings for use in preparing Shop Drawings and Project record drawings. a. Owner makes no representations as to the accuracy or completeness of digital data drawing files as they relate to the Contract Drawings. b. Digital Drawing Software Program: The Contract Drawings are available in Adobe Acrobat, Microsoft Windows 7 Operating System. B. Coordination: Coordinate preparation and processing of submittals with performance of construction activities. 1. Coordinate each submittal, with fabrication, purchasing, testing, delivery, other submittals, and related activities that require sequential activity. 2. Submit all submittal items required for each Specification Section concurrently unless partial submittals for portions of the Work are indicated on approved submittal schedule. 3. Submit action submittals and informational submittals required by the same Specification Section as separate packages under separate transmittals. 4. Coordinate transmittal of different types of submittals for related parts of the Work so processing will not be delayed because of need to review submittals concurrently for coordination. SUBMITTAL PROCEDURES 013300-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT a. Owner reserves the right to withhold action on a submittal requiring coordination with other submittals until related submittals are received. C. Processing Time: Allow time for submittal review, including time for re-submittals, as follows. Time for review shall commence on Owner's receipt of submittal. No extension of the Contract Time will be authorized because of failure to transmit submittals enough in advance of the Work to permit processing, including re-submittals. 1. Initial Review: Allow 7 days for initial review of each submittal. Allow additional time if coordination with subsequent submittals is required. Owner will advise Contractor when a submittal being processed, must be delayed for coordination. 2. Re-submittal Review: Allow 7 days for review of each re-submittal. D. Paper Submittals: Not allowed. E. Electronic Submittals: Identify and incorporate information in each electronic submittal file as follows: 1. Assemble complete submittal package into a single indexed file incorporating submittal requirements of a single Specification Section and transmittal form with links enabling navigation to each item. 2. Name file with submittal number or other unique identifier,including revision identifier. a. File name shall use project identifier and Specification Section number followed by a decimal point and then a sequential number (e.g., LNHS-061000.01). Re- submittals shall include an alphabetic suffix after another decimal point (e.g., LNHS-061000.01.A). 3. Provide means for insertion to permanently record Contractor's review and approval markings and action taken by Owner. 4. Transmittal Form for Electronic Submittals: Use electronic form acceptable to Owner, containing the following information: a. Project name. b. Date. C. Name and address of Owner. d. Name of Contractor. e. Name of firm or entity that prepared submittal. f. Names of subcontractor,manufacturer, and supplier. g. Category and type of submittal h. Submittal purpose and description. I. Specification Section number and title. j. Specification paragraph number or drawing designation and generic name for each of multiple items. k. Drawing number and detail references, as appropriate. I. Location(s)where product is to be installed, as appropriate. m. Related physical samples submitted directly. n. Indication of full or partial submittal. o. Transmittal number, numbered consecutively. p. Submittal and transmittal distribution record. q. Other necessary identification. r. Remarks. 5. Metadata: Include the following information as keywords in the electronic submittal file metadata: SUBMITTAL PROCEDURES 013300-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT a. Project name. b. Number and title of appropriate Specification Section. C. Manufacturer name. d. Product name. F. Options: Identify options requiring selection by Owner. G. Deviations and Additional Information: On an attached separate sheet, prepared on Contractor's letterhead, record relevant information, requests for data, revisions other than those requested by Owner on previous submittals, and deviations from requirements in the Contract Documents, including minor variations and limitations. Include same identification information as related submittal. H. Re-submittals: Make re-submittals in same form and number of copies as initial submittal. 1. Note date and content of previous submittal. 2. Note date and content of revision in label or title block and clearly indicate extent of revision. 3. Resubmit submittals until they are marked with approval notation from Owner's action stamp. I. Distribution: Furnish copies of final submittals to manufacturers, subcontractors, suppliers, fabricators, installers,authorities having jurisdiction, and others as necessary for performance of construction activities. Show distribution on transmittal forms. J. Use for Construction: Retain complete copies of submittals on Project site. Use only final action submittals that are marked with approval notation from Owner's action stamp. PART 2-PRODUCTS 2.1 SUBMITTAL PROCEDURES A. General Submittal Procedure Requirements: Prepare and submit submittals required by individual Specification Sections. Types of submittals are indicated in individual Specification Sections. 1. Submit electronic submittals via email as PDF electronic files. a. Submittals larger than 1 MB shall be submitted through a third party FTP site such as"You Send It". b. Owner will return annotated file. Annotate and retain one copy of file as an electronic Project record document file. 2. Certificates and Certifications Submittals: Provide a statement that includes signature of entity responsible, for preparing certification. Certificates and certifications shall be, signed by an officer or other individual authorized to sign documents on behalf of that entity. a. Provide a digital signature with digital certificate on electronically submitted certificates and certifications where indicated. b. Provide a notarized statement on original paper copy certificates and certifications where indicated. SUBMITTAL PROCEDURES 013300-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Product Data: Collect information into a single submittal for each element of construction and type of product or equipment. 1. If information must be specially prepared for submittal because standard published data are not suitable for use,submit as Shop Drawings,not as Product Data. 2. Mark each submittal to show which products and options are applicable. 3. Include the following information, as applicable: a. Manufacturer's catalog cuts. b. Manufacturer's product specifications. C. Standard color charts. d. Statement of compliance with specified referenced standards. e. Testing by recognized testing agency. f. Application of testing agency labels and seals. g. Notation of coordination requirements. h. Availability and delivery time information. 4. Submit Product Data before or concurrent with Samples. 5. Submit Product Data in the following format: a. PDF electronic file. C. Shop Drawings: Prepare Project-specific information, drawn accurately to scale. Do not base Shop Drawings on reproductions of the Contract Documents or standard printed data,unless submittal based on digital data drawing files is otherwise permitted. 1. Preparation: Fully illustrate requirements in the Contract Documents. Include the following information, as applicable: a. Identification of products. b. Schedules. C. Compliance with specified standards. d. Notation of coordination requirements. e. Notation of dimensions established by field measurement. f. Relationship and attachment to adjoining construction clearly indicated. 2. Sheet Size: Except for templates, patterns, and similar full-size drawings, submit Shop Drawings on sheets at least 8-1/2 by 11 inches,but no larger than 30 by 42 inches. 3. Submit Shop Drawings in the following format: a. PDF electronic file. D. Samples: Submit Samples for review of kind, color, pattern, and texture for a check of these characteristics with other elements and for a comparison of these characteristics between submittal and actual component as delivered and installed. 1. Transmit Samples that contain multiple, related components such as accessories together in one submittal package. 2. Identification: Attach label on unexposed side of Samples that includes the following: a. Generic description of Sample. b. Product name and name of manufacturer. C. Sample source. d. Number and title of applicable Specification Section. e. Specification paragraph number and generic name of each item. SUBMITTAL PROCEDURES 013300-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3. For projects where electronic submittals are required, provide corresponding electronic submittal of Sample transmittal, digital image file illustrating Sample characteristics, and identification information for record. 4. Disposition: Maintain sets of approved Samples at Project site, available for quality- control comparisons throughout the course of construction activity. Sample sets may be used to determine final acceptance of construction associated with each set. a. Samples that may be incorporated into the Work are indicated in individual Specification Sections. Such Samples must be in an undamaged condition at time of use. b. Samples not incorporated into the Work, or otherwise designated as Owner's property,are the property of Contractor. 5. Samples for Verification: Submit Samples of size indicated, prepared from same material to be used for the Work, cured and finished in manner specified, and physically identical with material or product proposed for use, and that show full range of color and texture variations expected. Samples include, but are not limited to, the following: partial sections of manufactured or fabricated components; small cuts or containers of materials; complete units of repetitively used materials; swatches showing color, texture, and pattern;color range sets; and components used for independent testing and inspection. a. Number of Samples: Submit three sets of Samples. Mark up and retain one returned Sample set as a project record sample. E. Product Schedule: As required in individual Specification Sections, prepare a written summary indicating types of products required for the Work and their intended location. Include the following information in tabular form: 1. Type of product. Include unique identifier for each product indicated in the Contract Documents or assigned by Contractor if none is indicated. 2. Manufacturer and product name, and model number if applicable. 3. Number and name of room or space. 4. Location within room or space. 5. Submit product schedule in the following format: a. PDF electronic file. F. Coordination Drawing Submittals: Comply with requirements specified in Section 013100 "Project Management and Coordination." G. Contractor's Construction Schedule: Comply with requirements specified in Section 013200 "Construction Progress Documentation." H. Application for Payment and Schedule of Values: Comply with requirements specified in Section 012900"Payment Procedures." I. Test and Inspection Reports and Schedule of Tests and Inspections Submittals: Comply with requirements specified in Section 014000"Quality Requirements." J. Closeout Submittals and Maintenance Material Submittals: Comply with requirements specified in Section 017700"Closeout Procedures." K. Maintenance Data: Comply with requirements specified in Section 017823 "Operation and Maintenance Data." SUBMITTAL PROCEDURES 013300-6 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT L. Qualification Data: Prepare written information that demonstrates capabilities and experience of firm or person. Include lists of completed projects with project names and addresses, contact information of owners, and other information specified. M. Installer Certificates: Submit written statements on manufacturer's letterhead certifying that Installer complies with requirements in the Contract Documents and, where required, is authorized by manufacturer for this specific Project. N. Manufacturer Certificates: Submit written statements on manufacturer's letterhead certifying that manufacturer complies with requirements in the Contract Documents. Include evidence of manufacturing experience where required. O. Product Certificates: Submit written statements on manufacturer's letterhead certifying that product complies with requirements in the Contract Documents. P. Material Certificates: Submit written statements on manufacturer's letterhead certifying that material complies with requirements in the Contract Documents. Q. Material Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting test results of material for compliance with requirements in the Contract Documents. R. Product Test Reports: Submit written reports indicating that current product produced by manufacturer complies with requirements in the Contract Documents. Base reports on evaluation of tests performed by manufacturer and witnessed by a qualified testing agency, or on comprehensive tests performed by a qualified testing agency. S. Research Reports: Submit written evidence, from a model code organization acceptable to authorities having jurisdiction, that product complies with building code in effect for Project. Include the following information: 1. Name of evaluation organization. 2. Date of evaluation. 3. Time period when report is in effect. 4. Product and manufacturers'names. 5. Description of product. 6. Test procedures and results. 7. Limitations of use. T. Pre-construction Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of tests performed before installation of product,for compliance with performance requirements in the Contract Documents. U. Compatibility Test Reports: Submit reports written by a qualified testing agency, on testing agency's standard form, indicating and interpreting results of compatibility tests performed before installation of product. Include written recommendations for primers and substrate preparation needed for adhesion. V. Field Test Reports: Submit written reports indicating and interpreting results of field tests performed either during installation of product or after product is installed in its final location, for compliance with requirements in the Contract Documents. W. Design Data: Prepare and submit written and graphic information, including, but not limited to, performance and design criteria, list of applicable codes and regulations, and calculations. Include list of assumptions and other performance and design criteria and a summary of loads. SUBMITTAL PROCEDURES 013300-7 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT Include load diagrams if applicable. Provide name and version of software, if any, used for calculations. Include page numbers. PART 3-EXECUTION 3.1 CONTRACTOR'S REVIEW A. Action and Informational Submittals: Review each submittal and check for coordination with other Work of the Contract and for compliance with the Contract Documents. Note corrections and field dimensions. Mark with approval stamp before submitting to Owner. B. Project Closeout and Maintenance Material Submittals: See requirements in Section 017700 "Closeout Procedures." C. Approval Stamp: Stamp each submittal with a uniform, approval stamp. Include Project name and location, submittal number, Specification Section title and number, name of reviewer, date of Contractor's approval, and statement certifying that submittal has been reviewed, checked, and approved for compliance with the Contract Documents. 3.2 OWNER'S ACTION A. Action Submittals: Owner will review each submittal, make marks to indicate corrections or revisions required, and return it. Owner will stamp each submittal with an action stamp and will mark stamp appropriately to indicate action. B. Informational Submittals: Owner will review each submittal and will not return it, or will return it if it does not comply with requirements. Owner will forward each submittal to appropriate party. C. Partial submittals prepared for a portion of the Work will be reviewed when use of partial submittals has received prior approval from Owner. D. Incomplete submittals are unacceptable, will be considered non-responsive, and will be returned for re-submittal without review. E. Submittals not required, by the Contract Documents may be returned by the Owner without action. END OF SECTION 013300 SUBMITTAL PROCEDURES 013300-8 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 014000-QUALITY REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for quality assurance and quality control. B. Testing and inspecting services are required to verify compliance with requirements specified or indicated. These services do not relieve Contractor of responsibility for compliance with the Contract Document requirements. 1. Specific quality-assurance and -control requirements for individual construction activities are specified in the Sections that specify those activities. Requirements in those Sections may also cover production of standard products. 2. Specified tests, inspections, and related actions do not limit Contractor's other quality- assurance and-control procedures that facilitate compliance with the Contract Document requirements. 3. Requirements for, Contractor to provide quality assurance and control services required by Owner,or authorities having jurisdiction are not limited by provisions of this Section. 4. Specific test and inspection requirements are not specified in this Section. 1.3 DEFINITIONS A. Quality-Assurance Services: Activities, actions, and procedures performed before and during execution of the Work to guard against defects and deficiencies and substantiate that proposed construction,will comply with requirements. B. Quality-Control Services: Tests, inspections, procedures, and related actions during and after execution of the Work to evaluate that actual products incorporated into the Work and completed construction comply with requirements. Services do not include contract enforcement activities performed by Owner. C. Pre-construction Testing: Tests and inspections performed specifically for Project before products and materials are incorporated into the Work,to verify performance or compliance with specified criteria. D. Product Testing: Tests and inspections that are performed by an NRTL, an NVLAP, or a testing agency qualified to conduct product testing and acceptable to authorities having jurisdiction, to establish product performance and compliance with specified requirements. E. Source Quality-Control Testing: Tests and inspections that are performed at the source, e.g., plant, mill,factory,or shop. QUALITY REQUIREMENTS 014000-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT F. Field Quality-Control Testing: Tests and inspections that are performed on-site for installation of the Work and for completed Work. G. Testing Agency: An entity engaged to perform specific tests, inspections, or both. Testing laboratory shall mean the same as testing agency. H. Installer/Applicator/Erector: Contractor or another entity engaged by Contractor as an employee, Subcontractor, or Sub-subcontractor, to perform a particular construction operation, including installation,erection, application,and similar operations. 1. Use of trade-specific terminology in referring to a trade or entity does not require that certain construction activities,be performed by accredited or unionized individuals, or that requirements specified apply exclusively to specific trade(s). I. Experienced: When used with an entity or individual, "experienced"means having successfully completed a minimum of five previous projects similar in nature, size,and extent to this Project; being familiar with special requirements indicated; and having complied with requirements of authorities having jurisdiction. 1.4 CONFLICTING REQUIREMENTS A. Referenced Standards: If compliance with two or more standards is specified and the standards establish different or conflicting requirements for minimum quantities or quality levels, comply with the most stringent requirement. Refer conflicting requirements that are different, but apparently equal,to Owner for a decision before proceeding. B. Minimum Quantity or Quality Levels: The quantity or quality level shown or specified shall be the minimum provided or performed. The actual installation may comply exactly with the minimum quantity or quality specified, or it may exceed the minimum within reasonable limits. To comply with these requirements, indicated numeric values are minimum or maximum, as appropriate,for the context of requirements. Refer uncertainties to Owner for a decision before proceeding. 1.5 INFORMATIONAL SUBMITTALS A. Contractor's Quality-Control Plan: For quality-assurance and quality control activities and responsibilities. B. Qualification Data: For Contractor's quality-control personnel. C. Contractor's Statement of Responsibility: When required by authorities having jurisdiction, submit copy of written statement of responsibility sent to authorities having jurisdiction before starting work on the following systems: 1. Seismic-force-resisting system, designated seismic system, or component listed in the designated seismic system quality-assurance plan prepared by Contractor. 2. Main wind-force-resisting system or a wind-resisting component listed in the wind-force- resisting system quality-assurance plan prepared by Contractor. D. Testing Agency Qualifications: For testing agencies specified in "Quality Assurance" Article to demonstrate their capabilities and experience. Include proof of qualifications in the form of a recent report on the inspection of the testing agency by a recognized authority. QUALITY REQUIREMENTS 014000-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT E. Schedule of Tests and Inspections: Prepare in tabular form and include the following: 1. Specification Section number and title. 2. Entity responsible for performing tests and inspections. 3. Description of test and inspection. 4. Identification of applicable standards. 5. Identification of test and inspection methods. 6. Number of tests and inspections required. 7. Time schedule or time span for tests and inspections. 8. Requirements for obtaining samples. 9. Unique characteristics of each quality-control service. 1.6 CONTRACTOR'S QUALITY-CONTROL PLAN A. Quality-Control Plan, General: Submit quality-control plan within seven days of Notice to Proceed, and not less than five days prior to pre-construction conference. Submit in format acceptable to Owner. Identify personnel, procedures, controls, instructions, tests, records, and forms to be used to carry out Contractor's quality-assurance and quality-control responsibilities. Coordinate with Contractor's construction schedule. B. Quality-Control Personnel Qualifications: Engage qualified full-time personnel trained and experienced in managing and executing quality-assurance and quality-control procedures similar in nature and extent to those required for Project. 1. Project quality-control manager may also serve as Project superintendent. C. Submittal Procedure: Describe procedures for ensuring compliance with requirements through review and management of submittal process. Indicate qualifications of personnel responsible for submittal review. D. Testing and Inspection: In quality-control plan, include a comprehensive schedule of Work requiring testing or inspection,including the following: 1. Contractor-performed tests and inspections including subcontractor-performed tests and inspections. Include required tests and inspections and Contractor-elected tests and inspections. 2. Special inspections required by authorities having jurisdiction and indicated on the "Statement of Special Inspections." 3. Owner-performed tests and inspections indicated in the Contract Documents. E. Continuous Inspection of Workmanship: Describe process for continuous inspection during construction to identify and correct deficiencies in workmanship in addition to testing and inspection specified. Indicate types of corrective actions to be required to bring work into compliance with standards of workmanship established by Contract requirements and approved mockups. F. Monitoring and Documentation: Maintain testing and inspection reports including log of approved and rejected results. Include work Owner has indicated as nonconforming or defective. Indicate corrective actions taken to bring nonconforming work into compliance with requirements. Comply with requirements of authorities having jurisdiction. QUALITY REQUIREMENTS 014000-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.7 REPORTS AND DOCUMENTS A. Test and Inspection Reports: Prepare and submit certified written reports specified in other Sections. Include the following: 1. Date of issue. 2_ Project title and number. 3. Name, address, and telephone number of testing agency. 4. Dates and locations of samples and tests or inspections. 5. Names of individuals making tests and inspections. 6. Description of the Work and test and inspection method. 7. Identification of product and Specification Section. 8. Complete test or inspection data. 9. Test and inspection results and an interpretation of test results. 10. Record of temperature and weather conditions at time of sample taking and testing and inspecting. 11. Comments or professional opinion on whether tested or inspected Work complies with the Contract Document requirements. 12. Name and signature of laboratory inspector. 13. Recommendations on retesting and re-inspecting. B. Manufacturer's Technical Representative's Field Reports: Prepare written information documenting manufacturer's technical representative's tests and inspections specified in other Sections. Include the following: 1. Name,address,and telephone number of technical representative making report. 2. Statement on condition of substrates and their acceptability for installation of product. 3. Statement that products at Project site comply with requirements. 4. Summary of installation procedures being followed, whether they comply with requirements and,if not,what corrective action was taken. 5. Results of operational and other tests and a statement of whether observed performance complies with requirements. 6. Statement whether conditions, products,and installation will affect warranty. 7. Other required items indicated in individual Specification Sections. C. Factory-Authorized Service Representative's Reports: Prepare written information documenting manufacturer's factory-authorized service representative's tests and inspections specified in other Sections. Include the following: 1. Name, address, and telephone number of factory-authorized service representative making report. 2. Statement that equipment complies with requirements. 3. Results of operational and other tests and a statement of whether observed performance complies with requirements. 4. Statement whether conditions,products,and installation will affect warranty. 5. Other required items indicated in individual Specification Sections. D. Permits, Licenses, and Certificates: For Owner's records, submit copies of permits, licenses, certifications, inspection reports, releases, jurisdictional settlements, notices, receipts for fee payments, judgments, correspondence, records, and similar documents, established for compliance with standards and regulations bearing on performance of the Work. QUALITY REQUIREMENTS 014000-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.8 QUALITY ASSURANCE A. General: Qualifications paragraphs in this article establish the minimum qualification levels required; individual Specification Sections specify additional requirements. B. Manufacturer Qualifications: A firm experienced in manufacturing products or systems similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. C. Fabricator Qualifications: A firm experienced in producing products similar to those indicated for this Project and with a record of successful in-service performance, as well as sufficient production capacity to produce required units. D. Installer Qualifications: A firm or individual experienced in installing, erecting, or assembling work similar in material, design, and extent to that indicated for this Project, whose work has resulted in construction with a record of successful in-service performance. E. Specialists: Certain Specification Sections require that specific construction activities shall be performed by entities that are recognized experts in those operations. Specialists shall satisfy qualification requirements indicated and shall be engaged for the activities indicated. F. Testing Agency Qualifications: An NRTL, an NVLAP, or an independent agency with the experience and capability to conduct testing and inspecting indicated, as documented according to ASTM E 329; and with additional qualifications specified in individual Sections; and, where required by authorities having jurisdiction,that is acceptable to authorities. 1. NRTL: A nationally recognized testing laboratory according to 29 CFR 1910.7. 2. NVLAP: A testing agency accredited according to the NIST National Voluntary Laboratory Accreditation Program. G. Manufacturer's Technical Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to observe and inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. H. Factory-Authorized Service Representative Qualifications: An authorized representative of manufacturer who is trained and approved by manufacturer to inspect installation of manufacturer's products that are similar in material, design, and extent to those indicated for this Project. 1.9 QUALITY CONTROL A. Owner Responsibilities: Where quality-control services are indicated as Owner's responsibility, Owner will engage a qualified testing agency to perform these services. 1. Owner will furnish Contractor with names, addresses, and telephone numbers of testing agencies engaged and a description of types of testing and inspecting they are engaged to perform. 2. Costs for retesting and re-inspecting construction that replaces or is necessitated by work that failed to comply with the Contract Documents will be charged to Contractor. B. Contractor Responsibilities: Tests and inspections not explicitly assigned to Owner are Contractor's responsibility. Perform additional quality-control activities required to verify that the Work complies with requirements,whether specified or not. QUALITY REQUIREMENTS 014000-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Unless otherwise indicated, provide quality-control services specified and those required by authorities having jurisdiction. Perform quality-control services required of Contractor by authorities having jurisdiction,whether specified or not. 2. Where services are indicated as Contractor's responsibility, engage a qualified testing agency to perform these quality-control services. a. Contractor shall not employ same entity engaged by Owner, unless agreed to in writing by Owner. 3. Notify testing agencies at least 24 hours in advance of time when Work that requires testing or inspecting will be performed. 4. Where quality-control services are indicated as Contractor's responsibility, submit a certified written report,in duplicate,of each quality-control service. 5. Testing and inspecting requested by Contractor and not required by the Contract Documents are Contractor's responsibility. 6. Submit additional copies of each written report directly to authorities having jurisdiction, when they so direct. C. Manufacturer's Technical Services: Where indicated, engage a manufacturer's technical representative to observe and inspect the Work. Manufacturer's technical representative's services include participation in pre-installation conferences, examination of substrates and conditions, verification of materials, observation of Installer activities, inspection of completed portions of the Work,and submittal of written reports. D. Retesting/Re-inspecting: Regardless of whether original tests or inspections were Contractor's responsibility, provide quality-control services, including retesting and re-inspecting, for construction that replaced Work that failed to comply with the Contract Documents. E. Testing Agency Responsibilities: Cooperate with Owner, and Contractor in performance of duties. Provide qualified personnel to perform required tests and inspections. 1. Notify Owner and Contractor promptly of irregularities or deficiencies observed in the Work during performance of its services. 2. Determine the location from which test samples will be taken and in which in-situ tests are conducted. 3. Conduct and interpret tests and inspections and state in each report whether tested and inspected work complies with or deviates from requirements. 4. Submit a certified written report, in duplicate,of each test, inspection, and similar quality- control service through Contractor. 5. Do not release, revoke, alter, or increase the Contract Document requirements or approve or accept any portion of the Work. 6. Do not perform any duties of Contractor. F. Coordination: Coordinate sequence of activities to accommodate required quality-assurance and -control services with a minimum of delay and to avoid necessity of removing and replacing construction to accommodate testing and inspecting. 1. Schedule times for tests, inspections,obtaining samples, and similar activities. G. Schedule of Tests and Inspections: Prepare a schedule of tests, inspections, and similar quality-control services required by the Contract Documents as a component of Contractor's quality-control plan. Coordinate and submit concurrently with Contractor's construction schedule. Update as the Work progresses. QUALITY REQUIREMENTS 014000-6 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Distribution: Distribute schedule to Owner, testing agencies, and each party involved in performance of portions of the Work where tests and inspections are required. 1.10 SPECIAL TESTS AND INSPECTIONS A. Special Tests and Inspections: Owner may engage a qualified testing agency to conduct special tests and inspections required by authorities having jurisdiction as the responsibility of Owner, and as follows: 1. Notifying Owner and Contractor promptly of irregularities and deficiencies observed in the Work during performance of its services. 2. Submitting a certified written report of each test, inspection, and similar quality-control service to the Owner with copy to Contractor and to authorities having jurisdiction. 3. Submitting a final report of special tests and inspections at Substantial Completion,which includes a list of unresolved deficiencies. 4. Interpreting tests and inspections and stating in each report whether tested and inspected work complies with or deviates from the Contract Documents. 5. Retesting and re-inspecting corrected work. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION 3.1 TEST AND INSPECTION LOG A. Test and Inspection Log: Prepare a record of tests and inspections. Include the following: 1. Date test or inspection was conducted. 2. Description of the Work tested or inspected. 3. Date test or inspection results were transmitted to Owner. 4. Identification of testing agency or special inspector conducting test or inspection. B. Maintain log at Project site. Post changes and revisions as they occur. Provide access to test and inspection log for Owner's reference during normal working hours. 3.2 REPAIR AND PROTECTION A. General: On completion of testing, inspecting, sample taking, and similar services, repair damaged construction and restore substrates and finishes. B. Protect construction exposed by or for quality-control service activities. C. Repair and protection are Contractor's responsibility, regardless of the assignment of responsibility for quality-control services. END OF SECTION 014000 QUALITY REQUIREMENTS 014000-7 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 014200-REFERENCES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 DEFINITIONS A. General: Basic Contract definitions are included in the Conditions of the Contract. B. "Approved": When used to convey Owner's action on Contractor's submittals, applications, and requests, "approved"is limited to Owner's duties and responsibilities as stated in the Conditions of the Contract. C. "Directed": A command or instruction by Owner. Other terms including "requested," "authorized,""selected,""required,"and"permitted"have the same meaning as"directed." D. "Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted,""scheduled,"and "specified"have the same meaning as"indicated." E. "Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F. "Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G. "Install": Operations at Project site including unloading, temporarily storing, unpacking, assembling, erecting, placing, anchoring, applying, working to dimension, finishing, curing, protecting,cleaning, and similar operations. H. "Provide": Furnish and install,complete and ready for the intended use. 1. "Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.3 INDUSTRY STANDARDS A. Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B. Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. REFERENCES 014200- 1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT C. Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1. Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 1.4 ABBREVIATIONS AND ACRONYMS A. Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents,they shall mean the recognized name of the entities indicated in Thomson Gale's "Encyclopedia of Associations" or in Columbia Books' "National Trade & Professional Associations of the U.S." B. Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. DIN Deutsches Institut fur Normung e.V. 49 30 2601-0 www.din.de IAPMO International Association of Plumbing and Mechanical Officials (909)472-4100 www.iapmo.org ICC International Code Council (888)422-7233 www.iccsafe.org ICC-ES ICC Evaluation Service, Inc. (800)423-6587 www.ice-es.org (562)699-0543 C. Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. COE Army Corps of Engineers (202)761-0011 www.usace.army.mil CPSC Consumer Product Safety Commission (800)638-2772 www.cpsc.gov (301)504-7923 DOC Department of Commerce (202)482-2000 www.commerce.gov DOD Department of Defense (215)697-6257 http://dodssp.daps.dia.mil DOE Department of Energy (202)586-9220 www.energy.gov EPA Environmental Protection Agency (202)272-0167 www.epa.gov REFERENCES 014200-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT FAA Federal Aviation Administration (866)835-5322 www.faa.gov FCC Federal Communications Commission (888)225-5322 www.fcc.gov FDA Food and Drug Administration (888)463-6332 www.fda.gov GSA General Services Administration (800)488-3111 www.gsa.gov HUD Department of Housing and Urban Development (202)708-1112 www.hud.gov LBL Lawrence Berkeley National Laboratory (510)486-4000 www.lbi.gov NCHRP National Cooperative Highway Research Program (See TRB) KIST National Institute of Standards and Technology (301)975-6478 www.nist.gov OSHA Occupational Safety&Health Administration (800)321-6742 www.osha.gov (202)693-1999 PBS Public Buildings Service (See GSA) PHS Office of Public Health and Science (202)690-7694 http://www.hhs.gov/ophs/ RUS Rural Utilities Service (202)720-9540 (See USDA) SD State Department (202)647-4000 www.state.gov TRB Transportation Research Board (202)334-2934 http://guiliver.trb.org USDA Department of Agriculture (202)720-2791 www.usda.gov USP U.S. Pharmacopeia (800)227-8772 www.usp.org USPS Postal Service (202)268-2000 www.usps.com D. Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. REFERENCES 014200 -3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT ADAAG Americans with Disabilities Act(ADA) (800)872-2253 Architectural Barriers Act(ABA) (202)272-0080 Accessibility Guidelines for Buildings and Facilities Available from U.S.Access Board www.access-board.gov CFR Code of Federal Regulations (866)512-1800 Available from Government Printing Office (202)512-1800 www.gpoaccess.gov/cfr/index.htmi DOD Department of Defense Military Specifications and Standards (215)697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil DSCC Defense Supply Center Columbus (See FS) FED-STD Federal Standard (See FS) FS Federal Specification (215)697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dla.mil/ Available from Defense Standardization Program www.dsp.dla.mil Available from General Services Administration (202)619-8925 www.gsa.gov Available from National Institute of Building Sciences (202)289-7800 www.wbdg.org/ccb FTMS Federal Test Method Standard (See FS) MIL (See MILSPEC) MIL-STD (See MILSPEC) MILSPEC Military Specification and Standards (215)697-2664 Available from Department of Defense Single Stock Point http://dodssp.daps.dia.mil UFAS Uniform Federal Accessibility Standards (202)2 Available from Access Board ( ) 72-0080 www.access-board.gov E. State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Names, telephone numbers, and Web sites are subject to change and are believed to be accurate and up-to-date as of the date of the Contract Documents. REFERENCES 014200-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT CBHF State of California, Department of Consumer Affairs Bureau of Home (800)952-5210 Furnishings and Thermal Insulation www.dca.ca.gov/bhfti (916)574-2041 CCR California Code of Regulations (916)323-6815 www.calregs.com CDHS California Department of Health Services (916)445-4171 www.dhcs.ca.gov CDPH California Department of Public Health, Indoor Air Quality Section www.ral-iaq.org CPUC California Public Utilities Commission (415)703-2782 www.cpuc.ca.gov TFS Texas Forest Service Forest Resource Development (979)458-6606 hftp://txforestservice.tamu.edu PART 2-PRODUCTS(Not Used) PART 3-EXECUTION(Not Used) END OF SECTION 014200 REFERENCES 014200-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 015000-TEMPORARY FACILITIES AND CONTROLS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes requirements for temporary utilities, support facilities, and security and protection facilities. B. Related Requirements: 1. Section 011000"Summary"for work restrictions and limitations on utility interruptions. 1.3 USE CHARGES A. General: Installation and removal of and use charges for temporary facilities shall be included in the Contract Sum unless otherwise indicated. Allow other entities to use temporary services and facilities without cost, including, but not limited to, Owner, testing agencies, and authorities having jurisdiction. B. Water Service from Existing System: Water from Owner's existing water system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. C. Electric Power Service from Existing System: 120V, 1-Phase Electric power from Owner's existing system is available for use without metering and without payment of use charges. Provide connections and extensions of services as required for construction operations. If power above 120V, 1-Phase is required Contractor is to provide generator or temporary power. 1.4 INFORMATIONAL SUBMITTALS A. Site Plan: Show temporary facilities, utility hookups, staging areas, and parking areas for construction personnel. B. Fire-Safety Program: Show compliance with requirements of NFPA 241 and authorities having jurisdiction. Indicate Contractor personnel responsible for management of fire-prevention program. C. Moisture-Protection Plan: Describe procedures and controls for protecting materials and construction from water absorption and damage. 1. Describe delivery, handling, and storage provisions for materials subject to water absorption or water damage. TEMPORARY FACILITIES AND CONTROLS 015000-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Indicate procedures for discarding water-damaged materials, protocols for mitigating water intrusion into completed Work,and replacing water-damaged Work. 1.5 QUALITY ASSURANCE A. Electric Service: Comply with NECA, NEMA, and UL standards and regulations for temporary electric service. Install service to comply with NFPA 70. B. Tests and Inspections: Arrange for authorities having jurisdiction to test and inspect each temporary utility before use. Obtain required certifications and permits. PART 2-PRODUCTS 2.1 MATERIALS A. Portable Chain-Link Fencing: Minimum 2-inch, 0.148-inch- thick, galvanized-steel, chain-link fabric fencing; minimum 6 feet high with galvanized-steel pipe posts; minimum 2-3/8-inch- OD line posts and 2-7/8-inch- OD corner and pull posts, with 1-5/8-inch- OD top and bottom rails. Provide concrete bases for supporting posts. B. Polyethylene Sheet: Reinforced, fire-resistive sheet, 10-mil minimum thickness, with flame- spread rating of 15 or less per ASTM E 84 and passing NFPA 701 Test Method 2. 2.2 TEMPORARY FACILITIES A. Storage and Fabrication Sheds: Provide sheds sized, furnished, and equipped to accommodate materials and equipment for construction operations. 1. Store combustible materials apart from building. 2.3 EQUIPMENT A. Fire Extinguishers: Portable, UL rated, with class and extinguishing agent as required by locations and classes of fire exposures. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Locate facilities where they will serve Project adequately and result in minimum interference with performance of the Work. Relocate and modify facilities as required by progress of the Work. B. Provide each facility ready for use when needed to avoid delay. Do not remove until facilities are no longer needed or are replaced by authorized use of completed permanent facilities. TEMPORARY FACILITIES AND CONTROLS 015000-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.2 TEMPORARY UTILITY INSTALLATION A. General: Install temporary service or connect to existing service. 1. Arrange with Owner, for time when service can be interrupted, if necessary, to make connections for temporary services. B. Drainage: Provide temporary utilities to remove effluent lawfully. Verify with City of Port Angeles prior to submitting Bid. C. Water Service: Connect to Owner's existing water service facilities. Clean and maintain water service facilities in a condition acceptable to Owner. At Substantial Completion, restore these facilities to condition existing before initial use. D. Sanitary Facilities: Provide temporary toilets, wash facilities, and drinking water for use of construction personnel. Comply with requirements of authorities having jurisdiction for type, number, location, operation, and maintenance of fixtures and facilities. 1. Toilets: Use of Owner's existing toilet facilities will not be permitted. E. Electric Power Service: Connect to Owner's existing electric power service. Maintain equipment in a condition acceptable to Owner. Additional power needs beyond what exist at the site are the responsibility of the Contractor and at the Contractor's expense. F. Lighting: Provide temporary lighting with local switching that provides adequate illumination for construction operations,observations, inspections, and traffic conditions, if required. 1. Install and operate temporary lighting that fulfills security and protection requirements without operating entire system. G. Telephone Service: Provide superintendent with cellular telephone for use. 3.3 SUPPORT FACILITIES INSTALLATION A. General: Comply with the following: 1. Provide installation of temporary sheds, as required, located within construction area or within 30 feet of building lines that is noncombustible according to ASTM E 136. Comply with NFPA 241. B. Parking: Use designated areas of Owner's existing parking areas for construction personnel. C. Waste Disposal Facilities: Provide waste-collection containers in sizes adequate to handle waste from construction operations. Comply with requirements of authorities having jurisdiction. Comply with progress cleaning requirements in Section 017300 "Execution". Do not use existing waste containers for Project debris. D. Lifts and Hoists: Provide facilities necessary for hoisting materials and personnel. 1. Truck cranes and similar devices used for hoisting materials are considered "tools and equipment"and not temporary facilities. TEMPORARY FACILITIES AND CONTROLS 015000-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.4 SECURITY AND PROTECTION FACILITIES INSTALLATION A. Protection of Existing Facilities: Protect existing vegetation, equipment, structures, utilities, and other improvements at Project site and on adjacent properties, except those indicated to be, removed or altered. Repair damage to existing facilities. B. Environmental Protection: Provide protection, operate temporary facilities, and conduct construction as required to comply with environmental regulations and that minimize possible air,waterway, and subsoil contamination or pollution or other undesirable effects. 1. Comply with work restrictions specified in Section 011000"Summary." C. Storm-water Control: Comply with requirements of authorities having jurisdiction. Provide barriers in and around excavations and sub-grade construction to prevent flooding by runoff of storm-water from heavy rains.Verify with City of Port Angeles prior to submitting Bid. D. Security Enclosure and Lockup: Install temporary enclosure around construction materials and equipment. Provide lockable entrances to prevent unauthorized entrance,vandalism, theft, and similar violations of security. Lock entrances at end of each workday. E. Barricades, Warning Signs, and Lights: Comply with requirements of authorities having jurisdiction for erecting structurally adequate barricades, including warning signs and lighting. F. Temporary Egress: Maintain temporary egress from existing occupied facilities as required by authorities having jurisdiction. G. Temporary Fire Protection: Install and maintain temporary fire-protection facilities of types needed to protect against reasonably predictable and controllable fire losses. Comply with NFPA 241; manage fire-prevention program. 1. Prohibit smoking in construction areas. 2. Develop and supervise an overall fire-prevention and -protection program for personnel at Project site. Review needs with local fire department and establish procedures to be followed. Instruct personnel in methods and procedures. Post warnings and information. 3.5 OPERATION,TERMINATION,AND REMOVAL A. Supervision: Enforce strict discipline in use of temporary facilities. To minimize waste and abuse, limit availability of temporary facilities to essential and intended uses. B. Maintenance: Maintain facilities in good operating condition until removal. C. Termination and Removal: Remove each temporary facility when need for its service has ended, when it has been replaced by authorized use of a permanent facility, or no later than Substantial Completion. Complete or, if necessary, restore permanent construction that may have been delayed because of interference with temporary facility. Repair damaged Work, clean exposed surfaces, and replace construction that cannot be satisfactorily repaired. END OF SECTION 015000 TEMPORARY FACILITIES AND CONTROLS 015000-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 016000-PRODUCT REQUIREMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for selection of products for use in Project; product delivery, storage, and handling; manufacturers' standard warranties on products;special warranties;and comparable products. B. Related Requirements: 1. Section 012500"Substitution Procedures"for requests for substitutions. 2. Section 014200"References"for applicable industry standards for products specified. 1.3 DEFINITIONS A. Products: Items obtained for incorporating into the Work, whether purchased for Project or taken from previously purchased stock. The term "product" includes the terms "material," "equipment,""system,"and terms of similar intent. 1. Named Products: Items identified by manufacturer's product name, including make or model number or other designation shown or listed in manufacturer's published product literature,that is current as of date of the Contract Documents. 2. New Products: Items that have not previously been incorporated into another project or facility. Products salvaged or recycled from other projects are not considered new products. 3. Comparable Product: Product that is demonstrated and approved through submittal process to have the indicated qualities related to type, function, dimension, in-service performance, physical properties, appearance, and other characteristics that equal or exceed those of specified product. B. Basis-of-Design Product Specification: A specification in which a specific manufacturer's product is named and accompanied by the words "basis-of-design product," including make or model number or other designation,to establish the significant qualities related to type,function, dimension, in-service performance, physical properties, appearance, and other characteristics for purposes of evaluating comparable products of additional manufacturers named in the specification. 1.4 ACTION SUBMITTALS A. Comparable Product Requests: Submit request for consideration of each comparable product. Identify product or fabrication or installation method to be replaced. Include Specification Section number and title and Drawing numbers and titles. PRODUCT REQUIREMENTS 016000-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Include data to indicate compliance with the requirements specified in "Comparable Products"Article. 2. Architect's Action: If necessary, Architect will request additional information or documentation for evaluation within one week of receipt of a comparable product request. Architect will notify Contractor of approval or rejection of proposed comparable product request within seven days, of receipt of request, or seven days of receipt of additional information or documentation whichever is later. a. Form of Approval: As specified in Section 013300"Submittal Procedures." b. Use product specified if Architect does not issue a decision on use of a comparable product request within time allocated. B. Basis-of-Design Product Specification Submittal: Comply with requirements in Section 013300 "Submittal Procedures."Show compliance with requirements. 1.5 QUALITY ASSURANCE A. Compatibility of Options: If Contractor is given option of selecting between two or more products for use on Project, select product compatible with products previously selected,even if previously selected products were also options. 1. Each contractor is responsible for providing products and construction methods compatible with products and construction methods of other contractors. 2. If a dispute arises between contractors over concurrently selectable but incompatible products,Architect will determine which products shall be used. 1.6 PRODUCT DELIVERY, STORAGE,AND HANDLING A. Deliver, store, and handle products using means and methods that will prevent damage, deterioration, and loss, including theft and vandalism. Comply with manufacturers' written instructions. B. Delivery and Handling: 1. Schedule delivery to minimize long-term storage at Project site and to prevent overcrowding of construction spaces. 2. Coordinate delivery with installation time to ensure minimum holding time for items that are flammable, hazardous, easily damaged, or sensitive to deterioration, theft, and other losses. 3. Deliver products to Project site in an undamaged condition in manufacturer's original sealed container or other packaging system, complete with labels and instructions for handling, storing,unpacking, protecting,and installing. 4. Inspect products on delivery to determine compliance with the Contract Documents and to determine that products are undamaged and properly protected. C. Storage: 1. Store products to allow for inspection and measurement of quantity or counting of units. 2. Store materials in a manner that will not endanger Project structure. 3. Store products that are subject to damage by the elements, under cover in a weather- ' tight enclosure above ground,with ventilation adequate to prevent condensation. 4. Protect foam plastic from exposure to sunlight, except to extent necessary for period of installation and concealment. PRODUCT REQUIREMENTS 016000-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 5. Comply with product manufacturers' written instructions for temperature, humidity, ventilation,and weather-protection requirements for storage. 6. Protect stored products from damage and liquids from freezing. 7. Provide a secure location and enclosure at Project site for storage of materials and equipment by Owner's construction forces. Coordinate location with Owner. 1.7 PRODUCT WARRANTIES A. Warranties specified in other Sections shall be in addition to, and run concurrent with, other warranties required by the Contract Documents. Manufacturer's disclaimers and limitations on product warranties do not relieve Contractor of obligations under requirements of the Contract Documents. 1. Manufacturer's Warranty: Written warranty furnished by individual manufacturer for a particular product and specifically endorsed by manufacturer to Owner. 2. Special Warranty: Written warranty required by the Contract Documents to provide specific rights for Owner. B. Special Warranties: Prepare a written document that contains appropriate terms and identification, ready for execution. 1, Manufacturer's Standard Form: Modified to include Project-specific information and properly executed. 2. Specified Form: When specified forms are included with the Specifications, prepare a written document using indicated form properly executed. 3. See other Sections for specific content requirements and particular requirements for submitting special warranties. C. Submittal Time: Comply with requirements in Section 017700"Closeout Procedures." PART 2-PRODUCTS 2.1 PRODUCT SELECTION PROCEDURES A. General Product Requirements: Provide products that comply with the Contract Documents, are undamaged and, unless otherwise indicated,are new at time of installation. 1. Provide products complete with accessories, trim, finish, fasteners, and other items needed for a complete installation and indicated use and effect. 2. Standard Products: If available, and unless custom products or nonstandard options are specified, provide standard products of types that have been produced and used successfully in similar situations on other projects. 3. Owner reserves the right to limit selection to products with warranties not in conflict with requirements of the Contract Documents. 4. Where products are accompanied by the term "as selected," Architect will make selection. 5. Descriptive, performance, and reference standard requirements in the Specifications establish salient characteristics of products. 6. Or Equal: For products specified by name and accompanied by the term "or equal," or "or approved equal," or "or approved," comply with requirements in "Comparable Products"Article to obtain approval for use of an unnamed product. PRODUCT REQUIREMENTS 016000-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Product Selection Procedures: 1. Product: Where Specifications name a single manufacturer and product, provide the named product that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 2. Manufacturer/Source: Where Specifications name a single manufacturer or source, provide a product by the named manufacturer or source that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered. 3. Products: a. Restricted List: Where Specifications include a list of names of both manufacturers and products, provide one of the products listed that, complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Non-restricted List: Where Specifications include a list of names of both available manufacturers and products, provide one of the products listed, or an unnamed product, that complies with requirements. Comply with requirements in "Comparable Products"Article for consideration of an unnamed product. 4. Manufacturers: a. Restricted List: Where Specifications include a list of manufacturers' names, provide a product by one of the manufacturers listed that complies with requirements. Comparable products or substitutions for Contractor's convenience will not be considered unless otherwise indicated. b. Non-restricted List: Where Specifications include a list of available manufacturers, provide a product by one of the manufacturers listed, or a product by an unnamed manufacturer that complies with requirements. Comply with requirements in "Comparable Products" Article for consideration of an unnamed manufacturer's product. 5. Basis-of-Design Product: Where Specifications name a product, or refer to a product indicated on Drawings, and include a list of manufacturers, provide the specified or indicated product or a comparable product by one of the other named manufacturers. Drawings and Specifications indicate sizes, profiles, dimensions, and other characteristics that are based on the product named. Comply with requirements in "Comparable Products" Article for consideration of an unnamed product by one of the other named manufacturers. C. Visual Matching Specification: Where Specifications require "match Architect's sample", provide a product that complies with requirements and matches Architect's sample. Architect's decision will be final on whether a proposed product matches. 1. If no product available within specified category matches and complies with other specified requirements, comply with requirements in Section 012500 "Substitution Procedures"for proposal of product. D. Visual Selection Specification: Where Specifications include the phrase "as selected by Architect from manufacturer's full range" or similar phrase, select a product that complies with requirements. Architect will select color, gloss, pattern, density, or texture from manufacturer's product line that includes both standard and premium items. PRODUCT REQUIREMENTS 016000-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2.2 COMPARABLE PRODUCTS A. Conditions for Consideration: Architect will consider Contractor's request for comparable product when the following conditions are satisfied. If the following conditions are not satisfied, Architect may return requests without action, except to record noncompliance with these requirements: 1. Evidence that the proposed product does not require revisions to the Contract Documents, that it is consistent with the Contract Documents and will produce the indicated results, and that it is compatible with other portions of the Work. 2. Detailed comparison of significant qualities of proposed product with those named in the Specifications. Significant qualities include attributes such as performance, weight, size, durability,visual effect, and specific features and requirements indicated. 3. Evidence that proposed product provides specified warranty. 4. List of similar installations for completed projects with project names and addresses and names and addresses of architects and owners,if requested. 5. Samples, if requested. PART 3-EXECUTION(Not Used) END OF SECTION 016000 PRODUCT REQUIREMENTS 016000-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3. List of unacceptable installation tolerances. 4. Recommended corrections. D. Proceed with installation only after unsatisfactory conditions have been corrected. Proceeding with the Work indicates acceptance of surfaces and conditions. 3.2 PREPARATION A. Field Measurements: Take field measurements as required to fit the Work properly. Recheck measurements before installing each product. Where portions of the Work are indicated to fit to other construction, verify dimensions of other construction by field measurements before fabrication. Coordinate fabrication schedule with construction progress to avoid delaying the Work. B. Space Requirements: Verify space requirements and dimensions of items shown diagrammatically on Drawings. C. Review of Contract Documents and Field Conditions: Immediately on discovery of the need for clarification of the Contract Documents caused by differing field conditions outside the control of Contractor, submit a request for information to Architect according to requirements in Section 013100"Project Management and Coordination." 3.3 CONSTRUCTION LAYOUT A. Verification: Before proceeding to layout the Work, verify layout information shown on Drawings. If discrepancies are discovered, notify Architect promptly. 3.4 INSTALLATION A. General: Locate the Work and components of the Work accurately, in correct alignment and elevation,as indicated. 1. Make vertical work plumb and make horizontal work level. 2. Where space is limited, install components to maximize space available for maintenance and ease of removal for replacement. B. Comply with manufacturer's written instructions and recommendations for installing products in applications indicated. C. Install products at the time and under conditions that will ensure the best possible results. Maintain conditions required for product performance until Substantial Completion. D. Conduct construction operations so no part of the Work is subjected to damaging operations or loading in excess of that expected during normal conditions of occupancy. E. Sequence the Work and allow adequate clearances to accommodate movement of construction items on site and placement in permanent locations. F. Tools and Equipment: Do not use tools or equipment that produce harmful noise levels. G. Templates: Obtain and distribute to the parties involved templates for work specified to be factory prepared and Feld installed. Check Shop Drawings of other work to confirm that EXECUTION 017300-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT H. Attachment: Provide blocking and attachment plates and anchors and fasteners of adequate size and number to securely anchor each component in place, accurately located and aligned with other portions of the Work. Where size and type of attachments are not indicated, verify size and type required for load conditions. 1. Allow for building movement, including thermal expansion and contraction. 2. Coordinate installation of anchorages. Deliver such items to Project site in time for installation. 1. Joints: Make joints of uniform width. Where joint locations in exposed work are not indicated, arrange joints for the best visual effect. Fit exposed connections together to form hairline joints. J. Hazardous Materials: Use products, cleaners, and installation materials that are not considered hazardous. 3.5 CUTTING AND PATCHING A. Cutting and Patching, General: Employ skilled workers to perform cutting and patching. Proceed with cutting and patching at the earliest feasible time,and complete without delay. 1. Cut in-place construction to provide for installation of other components or performance of other construction, and subsequently patch as required to restore surfaces to their original condition. B. Existing Warranties: Remove, replace, patch, and repair materials and surfaces cut or damaged during installation or cutting and patching operations, by methods and with materials so as not to void existing warranties. C. Temporary Support: Provide temporary support of work to be cut. D. Protection: Protect in-place construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of Project that might be exposed during cutting and patching operations. E. Adjacent Occupied Areas: Where interference with use of adjoining areas or interruption of free passage to adjoining areas is unavoidable, coordinate cutting and patching according to requirements in Section 011000"Summary." F. Cutting: Cut in-place construction by sawing, drilling, breaking, chipping, grinding, and similar operations, including excavation, using methods least likely to damage elements retained or adjoining construction. If possible, review proposed procedures with original Installer; comply with original Installer's written recommendations. 1. In general, use hand or small power tools designed for sawing and grinding, not hammering and chopping. Cut holes and slots neatly to minimum size required, and with minimum disturbance of adjacent surfaces. Temporarily cover openings when not in use. 2. Finished Surfaces: Cut or drill from the exposed or finished side into concealed surfaces. 3. Proceed with patching after construction operations requiring cutting are complete. G. Hazardous Materials: Refer to the Asbestos Containing Building Materials (ACBM) Inspection Report completed in April 2014, located immediately following this Section. EXECUTION 017300-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT H. Patching: Patch construction by filling, repairing, refinishing, closing up, and similar operations following performance of other work. Patch with durable seams that are as invisible as practicable. Provide materials and comply with installation requirements specified in other Sections,where applicable. 1. Inspection: Where feasible, test and inspect patched areas after completion to demonstrate physical integrity of installation. 2. Exposed Finishes: Restore exposed finishes of patched areas and extend finish restoration into retained adjoining construction in a manner that will minimize evidence of patching and refinishing. 3. Exterior Building Enclosure: Patch components in a manner that restores enclosure to a weather-tight condition and ensures thermal and moisture integrity of building enclosure. 1. Cleaning: Clean areas and spaces where cutting and patching are performed. Remove paint, mortar,oils, putty, and similar materials from adjacent finished surfaces. 3.6 PROGRESS CLEANING A. General: Clean Project site and work areas daily, including common areas. Enforce requirements strictly. Dispose of materials lawfully, 1. Comply with requirements in NFPA 241 for removal of combustible waste materials and debris. 2. Do not hold waste materials more than seven days during normal weather or three days if the temperature is expected to rise above 80 deg F. 3. Containerize hazardous and unsanitary waste materials separately from other waste. Mark containers appropriately and dispose of legally,according to regulations. a. Use containers intended for holding waste materials of type to be stored. 4. Coordinate progress cleaning for joint-use areas where Contractor and other contractors are working concurrently. B. Site: Maintain Project site free of waste materials and debris. C. Work Areas: Clean areas where work is in progress to the level of cleanliness necessary for proper execution of the Work. 1. Remove liquid spills promptly. 2. Where dust would impair proper execution of the Work, broom-clean or vacuum the entire work area,as appropriate. D. Installed Work: Keep installed work clean. Clean installed surfaces when directed by Architect or Owner. Clean installed surfaces according to written instructions of manufacturer or fabricator of product installed, using only cleaning materials specifically recommended. If specific cleaning materials are not recommended use, cleaning materials that are not hazardous to health or property and that will not damage exposed surfaces. E. Concealed Spaces: Remove debris from concealed spaces before enclosing the space. F. Exposed Surfaces in Finished Areas: Clean exposed surfaces and protect as necessary to ensure freedom from damage and deterioration at time of Substantial Completion. EXECUTION 017300-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT G. Waste Disposal: Do not bury or burn waste materials on-site. Do not wash waste materials down sewers or into waterways. Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls." H. During handling and installation, clean and protect construction in progress and adjoining materials already in place. Apply protective covering where required to ensure protection from damage or deterioration at Substantial Completion. I. Clean and provide maintenance on completed construction as frequently as necessary through the remainder of the construction period. J. Limiting Exposures: Supervise construction operations to assure that no part of the construction, completed or in progress is subject to harmful,dangerous,damaging, or otherwise deleterious exposure during the construction period. 3.7 PROTECTION OF INSTALLED CONSTRUCTION A. Provide final protection and maintain conditions that ensure installed Work is without damage or deterioration at time of Substantial Completion. B. Comply with manufacturers'written instructions for temperature and relative humidity. END OF SECTION 017300 EXECUTION 017300-6 NORTHWEST ASBESTOS CONSULTANTS Surveys. Inspections.Sampling AHERA Building Inspector/Mgmt Planner EPA Certification WAMOA-0042 406 Reed St.Port Townsend,WA 98368 northwestasbestosconsultants @cablespeed.com Serving Western Washington 360-385-0584 Date: 4/22/14 Job location: Vern Burton Bldg. 308 East 4b St. Port Angeles,WA 98362 Contact: Bob Petty, Senior Facility Caretaker Corey Delikat,Parks and Rec.Director 308 East 0 St. Port Angeles,WA 98362 SubLct: Renovation Inspector: Bob Witheridge AHERA-Building Inspector/Management Planner WAMOA-0042-1018201302 Expires- 10/18/14 Scope of Work: 1) Good faith inspection for asbestos containing building material(ACBM). 2) Survey, sample and record suspect materials of requested area only. 3) Report to Bob Petty with results of testing by Northern Industrial Hygiene,Inc. Inspection Report: The inspection stared with a visual survey looking for ACBM. Sample results are as follows: Sample#1: Roofing material top layer.Black Sample#2: Roofing material middle layer.Black Sample#2: Roofing material bottom layer.Black Samples were sent to lab. See results. Asbestos Bulk Sample Data NORTHWEST ASBESTOS CONSULTANTS Surveys. Inspections. Sampling AHERA Building Inspector/Mgmt Planner EPA Certification WAMOA-0042 406 Reed St.Port Townsend,WA 98368 northwestasbestosconsultants @cablespeed 360-385-0584 To Northern Industrial Hygiene,Inc. Date: 4/16/14 Job location: Vern Burton Bldg. 308 East 4`h St. Port Angeles,WA 98362 Contact: Bob Petty,Senior Facility Caretaker Corey Delikat,Parks and Rec.Director 308 East 4`h St. Port Angeles,WA 98362 Sample#1: Roofing material top layer.Black Sample#2: Roofing material middle layer. Black Sample#2: Roofing material bottom layer.Black Inspector: Bob Witheridge AHERA-Building Inspector/Management Planner WAMOA-0042-1018201302 Expires- 10/18/14 215 SW 153rd Street Burlen,WA 98166 �, OFFICE:(206)988-1746 FAX:(206)988.1978 ANVLAP Lab Code:200511-0 �I t I}�� iNOl18TR1At_►IVAt�MH. INC, .. Bulk Asbestos Analysis Report Northwest Asbestos Consultants NIH Batch Number: 14.00446 Client Job Number. 406 Reed Street Turn Around Time: 6 Day C Port Townsend,WA 98366- Samples Analyzed: 3 Project Location: 308 East Fourth Street,Port Angeles,WA Lab Sample Number.14-00446.0001 Client Sample Number: 1 Client Sample Description: Black Roofing Material-Top Layer Client Sample Location: Roof Checked If Sample Not Analyzed Sample Comments: White gravel on black fibrous asphalt Asbestos Fibrous Components: Non-Asbestos Fibrous Components: Non-Fibrous Components: No Asbestos Detected 10% Fiberglass 30% Aggregate 60% Asphalt Filler and Binder Lab Sample Number.14-00446.0002 Client Sample Number: 2 Client Sample Description: Black Roofing Material-Middle Layer Client Sample Location: Roof Checked if Sample Not Analyzed [] Sample Comments: — ---- Black fibrous asphalt Asbestos Fibrous Components: Non-Asbestos Fibrous Components: Non-Fibrous Components: No Asbestos Detected 15% Fiberglass 85% Asphalt Filler and Binder Lab=Not Client Sample Number: 3 Client Sample Description: Black Roofing Material-Bottom Layer Client Sample Location: Roof Chec Sample Comments: Materials distinguishable but inseparable Black fibrous asphalt with tan paper Asbestos Fibrous Components: Non-Asbestos Fibrous Components: Non-Fibrous Components: No Asbestos Detected 10% Cellulose 75% Asphalt Filler and Binder I 15% Fiberglass sampled by: Bob Witheridge 4/16/2014 _ Received by: Fermin Uribe 411 812 01 4 Reviewed by: Rachel Melgoza 4/2212014 Rachel Melgoza,Analyst Page 1 Summary of Inspection: This survey includes all areas of inspection with report results from Northern Industrial Hygiene,Inc. Sample#l: Roofing material top layer.Black No asbestos detected. Sample#2: Roofing material middle layer.Black No asbestos detected. Sample#2: Roofing material bottom layer.Black No asbestos detected. All asbestos containing building materials with a reading greater than 1%is considered a hazardous material if disturbed. If removed a certified abatement contractor must follow the rules of the EPA and governed by Olympic Region Clean Air Agency. During any renovation it is possible that additional suspect ACBM may be found. Should such suspect material be discovered an AHERA certified inspector will have to sample and test the material to prove it is of non asbestos. Northwest Asbestos Consultants is not responsible for identification of hidden materials that are not identifiable with reasonable diligence. ank you, Bob With ridge,E. M. �S{t'fa°18p�5sy;w°4'a* i( 'Ft'8y`+f}4tx a 'G+f}4ry4�'�97 = f tt�41n}tF��'e ' s�.9..St x (dC -yes--! 1}t� �x .1 tt •r ��P t t{�S �. �s .�t}4�t r � � � e ...... ... . . .. e p WASHINGTON j o ASSOCIATION of MAINTENANCE and y:; OPERATIONS ADMINISTRATORS THIS IS TO CERTIFY THAT BOb Witheridge r Participated in the f EPA A.H E RA j INSPECTOR �� { d , MANAGEMENT PLANNER _ H .wy.►0 s . r i = ' Refresher Course offered by the -• t _ i WASHINGTON ASSOCIATION of MAINTENANCE and OPERATIONS ADMINISTRATORS f a The full day training program - . covered all topics specified in the Model Accreditation Plan under i Section 206 of Title 11 of TSCA i The course was taken on October 10, 2013 =' in Silverdale, Washington. x r Certificate x#1018201302 -� Expiration October 1$, 2014 { Colin MacRae Course Administrator 2714 228th St. SE, Bothell, WA 98021 n (425) 381-0873 ?4 IN ,yt f{ttt ft4l/+�ttlt�q t�t!!}}O�it� fd y� t}}alab+tt ,rtta+!`�t .-,itft4rt, t p+tt°{itl .$ �: /� �sa9+Y; � K "'. ♦4 {,1�." 'd` 40 j' �tf�i'A 4 :�9,1�.. A 409 4 ��A�g�.y `LlIyQ� '�R � p a9eQ�t SF QS�A�' 4 '�llt w, r'Y �M s l nl. n`-�`�`x�4 �s' ,:`-��,v„f1 -rrs��./ �r��--• �"�t •r .'r=v-L"'t..?s�l/ 'l '�.. '�� CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 017700-CLOSEOUT PROCEDURES PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for contract closeout, including, but not limited to,the following: 1. Substantial Completion procedures. 2. Final completion procedures. 3. Warranties. 4. Final cleaning. 5. Repair of the Work. B. Related Requirements: 1. Section 017300"Execution"for progress cleaning of Project site. 2. Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 3. Section 017839 "Project Record Documents" for submitting record Drawings, record Specifications,and record Product Data. 1.3 ACTION SUBMITTALS A. Product Data: For cleaning agents. B. Contractor's List of incomplete Items: Initial submittal at Substantial Completion. C. Certified List of Incomplete Items: Final submittal at Final Completion. 1.4 CLOSEOUT SUBMITTALS A. Certificates of Release: From authorities having jurisdiction. B. Certificate of Insurance: For continuing coverage. 1.5 MAINTENANCE MATERIAL SUBMITTALS A. Schedule of Maintenance Material Items: For maintenance material submittal items specified in other Sections. CLOSEOUT PROCEDURES 017700-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.6 SUBSTANTIAL COMPLETION PROCEDURES A. Contractor's List of Incomplete Items: Prepare and submit a list of items to be completed and corrected (Contractor's punch list), indicating the value of each item on the list and reasons why the Work is incomplete. B. Submittals Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Certificates of Release: Obtain and submit releases from authorities having jurisdiction permitting Owner unrestricted use of the Work and access to services and utilities. Include occupancy permits,operating certificates,and similar releases. 2. Submit closeout submittals specified in other Division 01 Sections, including project record documents, operation and maintenance manuals, final completion construction photographic documentation, damage or settlement surveys, property surveys, and similar final record information. 3. Submit closeout submittals specified in individual Sections, including specific warranties, workmanship bonds, maintenance service agreements, final certifications, and similar documents. 4. Submit maintenance material submittals specified in individual Sections, including tools, spare parts, extra materials, and similar items, and deliver to location designated by Architect. Label with manufacturer's name and model number where applicable. C. Procedures Prior to Substantial Completion: Complete the following a minimum of 10 days prior to requesting inspection for determining date of Substantial Completion. List items below that are incomplete at time of request. 1. Advise Owner of pending insurance changeover requirements. 2. Terminate and remove temporary facilities from Project site,along with construction tools, and similar elements. 3. Complete final cleaning requirements,including touchup painting. 4. Touch up and otherwise repair and restore marred exposed finishes to eliminate visual defects. D. Inspection: Submit a written request for inspection to determine Substantial Completion a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare the Certificate of Substantial Completion after inspection or will notify Contractor of items, either on Contractor's list or additional items identified by Architect that must be completed or corrected before certificate will be issued. 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. 2. Results of completed inspection will form the basis of requirements for final completion. 1.7 FINAL COMPLETION PROCEDURES A. Submittals Prior to Final Completion: Before requesting final inspection for determining final completion,complete the following: 1. Submit a final Application for Payment according to Section 012900 "Payment Procedures." CLOSEOUT PROCEDURES 017700-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Certified List of Incomplete Items: Submit certified copy of Architect's Substantial Completion inspection list of items to be completed or corrected (punch list), endorsed and dated by Architect. Certified copy of the list shall state that each item has been completed or otherwise resolved for acceptance. 3. Certificate of Insurance: Submit evidence of final, continuing insurance coverage complying with insurance requirements. B. Inspection: Submit a written request for final inspection to determine acceptance a minimum of 10 days prior to date the work will be completed and ready for final inspection and tests. On receipt of request, Architect will either proceed with inspection or notify Contractor of unfulfilled requirements. Architect will prepare a final Certificate for Payment after inspection or will notify Contractor of construction that must be completed or corrected before certificate will be issued. 1. Re-inspection: Request re-inspection when the Work identified in previous inspections as incomplete is completed or corrected. 1.8 LIST OF INCOMPLETE ITEMS(PUNCH LIST) A. Organization of List: Include name and identification of each space and area affected by construction operations for incomplete items and items needing correction including, if necessary, areas disturbed by Contractor that are outside the limits of construction. Use CSI Form 14.1A. 1. Organize list of items in sequential order. 2. Include the following information at the top of each page: a. Project name. b. Date. C. Name of Architect. d. Name of Contractor. e. Page number. 3. Submit list of incomplete items in the following format: a. MS Excel electronic file. Architect will return annotated file. 1.9 SUBMITTAL OF PROJECT WARRANTIES A. Time of Submittal: Submit written warranties on request of Architect for designated portions of the Work where commencement of warranties other than date of Substantial Completion is indicated,or when delay in submittal of warranties might limit Owner's rights under warranty. B. Organize warranty documents into an orderly sequence based on the table of contents of Project Manual. 1. Bind warranties and bonds in heavy-duty, three-ring, vinyl-covered, loose-leaf binders, thickness as necessary to accommodate contents, and sized to receive 8-1/2-by-11-inch paper. 2. Provide heavy paper dividers with plastic-covered tabs for each separate warranty. Mark tab to identify the product or installation. Provide a typed description of the product or installation, including the name of the product and the name, address, and telephone number of Installer. CLOSEOUT PROCEDURES 017700-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3. Identify each binder on the front and spine with the typed or printed title"WARRANTIES," Project name,and name of Contractor. 4. Warranty Electronic File: Scan warranties and bonds and assemble complete warranty and bond submittal package into a single indexed electronic PDF file with links enabling navigation to each item. Provide book-marked table of contents at beginning of document. C. Provide additional copies of each warranty to include in operation and maintenance manuals. PART 2-PRODUCTS 2.1 MATERIALS A. Cleaning Agents: Use cleaning materials and agents recommended by manufacturer or fabricator of the surface to be cleaned. Do not use cleaning agents that are potentially hazardous to health or property or that might damage finished surfaces. 1. Use cleaning products that comply with Green Seal's GS-37, or if GS-37 is not applicable, use products that comply with the California Code of Regulations maximum allowable VOC levels. PART 3-EXECUTION 3.1 FINAL CLEANING A. General: Perform final cleaning. Conduct cleaning and waste-removal operations to comply with local laws and ordinances and Federal and local environmental and antipollution regulations. B. Cleaning: Employ experienced workers or professional cleaners for final cleaning. Clean each surface or unit to condition expected in an average commercial building cleaning and maintenance program. Comply with manufacturers'written instructions. 1. Complete the following cleaning operations before requesting inspection for certification of Substantial Completion for entire Project or for a designated portion of Project: a. Clean Project site, yard, and grounds, in areas disturbed by construction activities, including landscape development areas, of rubbish, waste material, litter, and other foreign substances. b. Sweep paved areas broom clean. Remove petrochemical spills, stains, and other foreign deposits. C. Remove tools, construction equipment, machinery, and surplus material from Project site. d. Pressure wash and scrub roofing membrane so it is free of stains,marks, dirt,etc. e. Clean exposed exterior hard-surfaced finishes to a dirt-free condition, free of stains, films, and similar foreign substances. Avoid disturbing natural weathering of exterior surfaces. Restore reflective surfaces to their original condition. f. Remove debris and surface dust from limited access spaces, including roofs, attics, and similar spaces. g. Remove labels that are not permanent. CLOSEOUT PROCEDURES 017700-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT C. Construction Waste Disposal: Comply with waste disposal requirements in Section 015000 "Temporary Facilities and Controls." 3.2 REPAIR OF THE WORK A. Complete repair and restoration operations before requesting inspection for determination of Substantial Completion. B. Repair or remove and replace defective construction. Repairing includes replacing defective parts, refinishing damaged surfaces, touching up with matching materials, and properly adjusting operating equipment. Where damaged or worn items cannot be repaired or restored, provide replacements. Remove and replace operating components that cannot be repaired, Restore damaged construction and permanent facilities used during construction to specified condition. 1. Touch up and otherwise repair and restore marred or exposed finishes and surfaces. Replace finishes and surfaces that already show evidence of repair or restoration. 2. Replace parts subject to operating conditions during construction that may impede operation or reduce longevity. END OF SECTION 017700 CLOSEOUT PROCEDURES 017700-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 017823-OPERATION AND MAINTENANCE DATA PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for preparing operation and maintenance manuals, including the following: 1. Operation and maintenance documentation directory. 2. Product maintenance manuals. B. Related Requirements: 1. Section 013300 "Submittal Procedures"for submitting copies of submittals for operation and maintenance manuals. 1.3 CLOSEOUT SUBMITTALS A. Manual Content: Operations and maintenance manual content is specified in individual Specification Sections to be reviewed at the time of Section submittals. Submit reviewed manual content formatted and organized as required by this Section. 1. Architect will comment on whether content of operations and maintenance submittals are acceptable. 2. Where applicable, clarify and update reviewed manual content to correspond to revisions and field conditions. B. Format: Submit operations and maintenance manuals in the following format: 1. PDF electronic file. Assemble each manual into a composite electronically indexed file. Submit on digital media acceptable to Architect. a. Name each indexed document file in composite electronic index with applicable item name. Include a complete electronically linked operation and maintenance directory. b. Enable inserted reviewer comments on draft submittals. 2. Three paper copies. Include a complete operation and maintenance directory. Enclose title pages and directories in clear plastic sleeves. Architect will return two copies. C. Initial Manual Submittal: Submit draft copy of each manual at least 20 days before commencing closeout procedures. Architect will comment on whether general scope and content of manual are acceptable. OPERATION AND MAINTENANCE DATA 017823-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT ;- D. Final Manual Submittal: Submit each manual in final form prior to requesting inspection for Substantial Completion. Architect will return copy with comments. 1. Correct or revise each manual to comply with Architect's comments. Submit copies of each corrected manual within seven days of receipt of Architect's comments and prior to commencing closeout procedures. PART 2-PRODUCTS 2.1 OPERATION AND MAINTENANCE DOCUMENTATION DIRECTORY A. Directory: Prepare a single, comprehensive directory of maintenance data and materials, listing items and their location to facilitate ready access to desired information. Include a section in the directory for each of the following: 1. List of documents. 2. Table of contents. B. Tables of Contents: Include a table of contents for each maintenance manual. 2.2 REQUIREMENTS FOR MAINTENANCE MANUALS A. Organization: Unless otherwise indicated, organize each manual into a separate section for each system and subsystem, and a separate section for each piece of equipment not part of a system. Each manual shall contain the following materials,in the order listed: 1. Title page. 2. Table of contents. 3. Manual contents. B. Title Page: Include the following information: 1. Subject matter included in manual. 2. Name and address of Project. 3. Name and address of Owner. 4. Date of submittal. 5. Name and contact information for Contractor. 6. Name and contact information for Architect. C. Table of Contents: List each product included in manual, identified by product name, indexed to the content of the volume, and cross-referenced to Specification Section number in Project Manual. 1. If operation or maintenance documentation requires more than one volume to accommodate data, include comprehensive table of contents for all volumes in each volume of the set. D. Manual Contents: Organize into sets of manageable size. Arrange contents alphabetically by system, subsystem, and equipment. If possible, assemble instructions for subsystems, equipment, and components of one system into a single binder. OPERATION AND MAINTENANCE DATA 017823-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT E. Manuals, Electronic Files: Submit manuals in the form of a multiple file composite electronic PDF file for each manual type required. 1. Electronic Files: Use electronic files prepared by manufacturer where available. Where scanning of paper documents is required, configure scanned file for minimum readable file size. 2. File Names and Bookmarks: Enable book marking of individual documents based on file names. Name document files to correspond to system, subsystem, and equipment names used in manual directory and table of contents. Group documents for each system and subsystem into individual composite book-marked files, then create composite manual, so that resulting bookmarks reflect the system, subsystem, and equipment names in a readily navigated file tree. Configure electronic manual to display bookmark panel on opening file. F. Manuals, Paper Copy: Submit manuals in the form of hard copy, bound and labeled volumes. 1. Binders: Heavy-duty, three-ring, vinyl-covered, loose-leaf binders, in thickness necessary to accommodate contents, sized to hold 8-1/2-by-11-inch paper; with clear plastic sleeve on spine to hold label describing contents and with pockets inside covers to hold folded oversize sheets. 2. Dividers: Heavy-paper dividers with plastic-covered tabs for each section of the manual. Mark each tab to indicate contents. Include typed list of products and major components of equipment included in the section on each divider, cross-referenced to Specification Section number and title of Project Manual. 3. Protective Plastic Sleeves: Transparent plastic sleeves designed to enclose diagnostic software storage media for computerized electronic equipment. 4. Supplementary Text: Prepared on 8-1/2-by-11-inch white bond paper. 5. Drawings: Attach reinforced, punched binder tabs on drawings and bind with text. a. If oversize drawings are necessary, fold drawings to same size as text pages and use as foldouts. b. If drawings are too large to be used as foldouts,fold and place drawings in labeled envelopes and bind envelopes in rear of manual. At appropriate locations in manual, insert typewritten pages indicating drawing titles, descriptions of contents, and drawing locations. 2.3 PRODUCT MAINTENANCE MANUALS A. Content: Organize manual into a separate section for each product, material, and finish. Include source information, product information, maintenance procedures, repair materials and sources,and warranties and bonds, as described below. B. Source Information: List each product included in manual identified by product name and arranged to match manual's table of contents. For each product, list name, address, and telephone number of Installer or supplier and maintenance service agent, and cross-reference Specification Section number and title in Project Manual and drawing or schedule designation or identifier where applicable. C. Product Information: Include the following, as applicable: 1. Product name and model number. 2. Manufacturer's name. 3. Color, pattern,and texture. 4. Material and chemical composition. OPERATION AND MAINTENANCE DATA 017823-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 5. Reordering information for specially manufactured products. D. Maintenance Procedures: Include manufacturer's written recommendations and the following: 1. Inspection procedures. 2. Types of cleaning agents to be used and methods of cleaning. 3. List of cleaning agents and methods of cleaning detrimental to product. 4. Schedule for routine cleaning and maintenance. 5. Repair instructions. E. Repair Materials and Sources: Include lists of materials and local sources of materials and related services. F. Warranties and Bonds: Include copies of warranties and bonds and lists of circumstances and conditions that would affect validity of warranties or bonds. 1. Include procedures to follow and required notifications for warranty claims. PART 3-EXECUTION 3.1 MANUAL PREPARATION A. Operation and Maintenance Documentation Directory: Prepare a separate manual that provides an organized reference to maintenance manuals. B. Product Maintenance Manual: Assemble a complete set of maintenance data indicating care and maintenance of each product,material,and finish incorporated into the Work. C. Manufacturers' Data: Where manuals contain manufacturers' standard printed data, include only sheets pertinent to product or component installed. Mark each sheet to identify each product or component incorporated into the Work. If data include more than one item in a tabular format, identify each item using appropriate references from the Contract Documents. Identify data applicable to the Work and delete references to information not applicable. 1. Prepare supplementary text if manufacturers'standard printed data are not available and where the information is necessary for proper operation and maintenance of equipment or systems. D. Drawings: Prepare drawings supplementing manufacturers' printed data to illustrate the relationship of component parts of equipment and systems and to illustrate control sequence and flow diagrams. Coordinate these drawings with information contained in record Drawings to ensure correct illustration of completed installation. 1. Do not use original project record documents as part of operation and maintenance manuals. 2. Comply with requirements of newly prepared record Drawings in Section 017839"Project Record Documents." E. Comply with Section 017700 "Closeout Procedures" for schedule for submitting operation and maintenance documentation. END OF SECTION 017823 017823-4 OPERATION AND MAINTENANCE DATA CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 017839-PROJECT RECORD DOCUMENTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and other Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section includes administrative and procedural requirements for project record documents, including the following: 1. Record Drawings. B. Related Requirements: 1. Section 017700"Closeout Procedures"for general closeout procedures. 2. Section 017823 "Operation and Maintenance Data" for operation and maintenance manual requirements. 1.3 CLOSEOUT SUBMITTALS A. Record Drawings: Comply with the following: 1. Number of Copies: Submit one set of marked-up record prints. PART2-PRODUCTS 2.1 RECORD DRAWINGS A. Record Prints: Maintain one set of marked-up paper copies of the Contract Drawings and Shop Drawings,incorporating new and revised drawings as modifications are issued. 1. Preparation: Mark record prints to show the actual installation where installation varies from that shown originally. Require individual or entity that obtained record data,whether individual or entity is Installer, subcontractor, or similar entity, to provide information for preparation of corresponding marked-up record prints. a. Give particular attention to information on concealed elements that would be difficult to identify or measure and record later. b. Accurately record information in an acceptable drawing technique. C. Record data as soon as possible after obtaining it. d. Record and check the markup before enclosing concealed installations. e. Cross-reference record prints to corresponding archive photographic documentation. PROJECT RECORD DOCUMENTS 017839-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Content: Types of items requiring marking include, but are not limited to,the following: a. Dimensional changes to Drawings. b. Revisions to details shown on Drawings. C, Changes made by Change Order or Construction Change Directive. d. Changes made following Architect's written orders. e. Details not on the original Contract Drawings. f. Field records for variable and concealed conditions. g. Record information on the Work that is shown only schematically. 3. Mark the Contract Drawings and Shop Drawings completely and accurately. Use personnel proficient at recording graphic information in production of marked-up record prints. 4. Mark record sets with erasable, red-colored pencil. Use other colors to distinguish between changes for different categories of the Work at same location. 5. Mark important additional information that was either shown schematically or omitted from original Drawings. 6. Note Construction Change Directive numbers, alternate numbers, Change Order numbers, and similar identification,where applicable. B. Record Digital Data Files: Immediately before inspection for Certificate of Substantial Completion, review marked-up record prints with Architect. When authorized, prepare a full set of corrected digital data files of the Contract Drawings, as follows: 1. Format: DWG,Version 2000,Microsoft Windows operating system. 2. Incorporate changes and additional information previously marked on record prints. Delete, redraw,and add details and notations where applicable. 3. Refer instances of uncertainty to the Architect for resolution. 4, Architect may furnish Contractor one set of digital data files of the Contract Drawings for use in recording information. a. See Section 013300 "Submittal Procedures" for requirements related to use of Architect's digital data files. b. Architect will provide data file layer information. Record markups in separate layers. C. Newly Prepared Record Drawings: Prepare new Drawings instead of preparing record Drawings where Architect determines that neither the original Contract Drawings nor Shop Drawings are suitable to show actual installation. 1. New Drawings may be required when a Change Order is issued as a result of accepting an alternate,substitution,or other modification. 2. Consult Architect for proper scale and scope of detailing and notations required to record the actual physical installation, and its relation to other construction. Integrate newly prepared record Drawings into record Drawing sets; comply with procedures for formatting,organizing,copying, binding,and submitting. D. Format: Identify and date each record Drawing; include the designation "PROJECT RECORD DRAWING"in a prominent location. 1. Record Prints: Organize record prints and newly prepared record Drawings into manageable sets. Bind each set with durable paper cover sheets. Include identification on cover sheets. 2. Format: Annotated PDF electronic file with comment function enabled. PROJECT RECORD DOCUMENTS 017839-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3. Record Digital Data Files: Organize digital data information into separate electronic files that correspond to each sheet of the Contract Drawings. Name each file with the sheet identification. Include identification in each digital data file. 4. Identification: As follows: a. Project name. b. Date. C. Designation"PROJECT RECORD DRAWINGS." d. Name of Contractor. PART 3-EXECUTION 3.1 RECORDING AND MAINTENANCE A. Recording: Maintain one copy of each submittal during the construction period for project record document purposes. Post changes and revisions to project record documents as they occur; do not wait until end of Project. B. Maintenance of Record Documents and Samples: Store record documents and Samples in the field office apart from the Contract Documents used for construction. Do not use project record documents for construction purposes. Maintain record documents in good order and in a clean, dry, legible condition, protected from deterioration and loss. Provide access to project record documents for Architect's reference during normal working hours. END OF SECTION 017839 PROJECT RECORD DOCUMENTS 017839-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 055000-METAL FABRICATIONS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Miscellaneous steel trim including welded overflow scuppers. 1.3 ACTION SUBMITTALS A. Shop Drawings: Show fabrication and installation details for metal fabrications. 1. Include plans, elevations, sections, and details of metal fabrications and their connections. Show anchorage and accessory items. 1.4 INFORMATIONAL SUBMITTALS A. Welding certificates. B. Paint Compatibility Certificates: From manufacturers of topcoats applied over shop primers certifying that shop primers are compatible with topcoats. 1.5 QUALITY ASSURANCE A. Welding Qualifications: Qualify procedures and personnel according to AWS D1.1/D1.1 M, "Structural Welding Code-Steel." B. Welding Qualifications: Qualify procedures and personnel according to the following: 1. AWS D1.1011M,"Structural Welding Code-Steel." 1.6 PROJECT CONDITIONS A. Field Measurements: Verify actual locations of walls and other construction contiguous with metal fabrications by field measurements before fabrication. METAL FABRICATIONS 055000- 1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.7 COORDINATION A. Coordinate selection of shop primers with topcoats to be applied over them. Comply with paint and coating manufacturers'written recommendations to ensure that shop primers and topcoats are compatible with one another. PART 2-PRODUCTS 2.1 METALS,GENERAL A. Metal Surfaces, Provide materials with smooth, flat surfaces unless otherwise indicated. For metal fabrications exposed toview in he completed Work, provide materials without seam marks,roller marks, rolled trade names,or blemishes. 2.2 FERROUS METALS A. Steel Plates, Shapes,and Bars: ASTM A 36/A 36M. 2,3 FASTENERS se A. use anld'. Unless ated fasteners�withdcoating comply ng4 with nASTM B 633 fasteners or ASTM F 1941 use an P grade,and class required. Class FelZn 5,at exterior walls. Select fasteners for type,g B. Lag Screws: ASME B18.2.1. C. Wood Screws: Flat head,ASME B18.6.1. D. Plain Washers: Round,ASME B18.22.1. E. Lock Washers: Helical,spring type,ASME B18.21.1. F. Anchors, General: Anchors in unit masonry and four times the load imposed when installed r load imposed when installed in concrete, as determined by testing according to ASTM E 488, conducted by a qualified independent testing agency. G. Post-Installed Anchors: Torque-controlled expansion anchors or chemical anchors. 1. Material for Interior Locations: Carbon-steel 5 ucom otherwise ndic t d to comply with ponents zinc plated ASTM B 633 or ASTM F 1941, Class 2. Material for Exterior Locations: Alloy Group 1 stainless-steel bolts, ASTM F 593, and nuts,ASTM F 594. 2.4 MISCELLANEOUS MATERIALS A. Welding Rods and Bare Electrodes: Select according to AWS specifications for metal alloy welded. 055000-2 METAL FABRICATIONS CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Low-Emitting Materials: Paints and coatings shall comply with the testing and product requirements of the California Department of Health Services'"Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." plying with MPI#20 and compatible with topcoat. C. Epoxy Zinc-Rich Primer: Com D. Top-Coat Paint: Paint compatible with specified primer, E. Non-shrink, wt d noncorrosive, nongaseous grout om p l Y g ih ASTM C 1107. Provide grout specifically recommended by manufacturer for interior and exterior applications. 2,5 FABRICATION, GENERAL A. Shop Assembly: Preassemble items in the shop to greatest extent possible. Disassemble units only necessary for shipping handling limitations structur al value o o� ined pieces. Clearly mark units foreassembly and coordinat dinstallation. B. Cut, drill, and punch metals cleanly and accurately. Remove burrs and ease edges to a radius of approximately 1/32 inch unless otherwise indicated. Remove sharp or rough areas on exposed surfaces. C. Form bent-metal corners to smallest radius possible without causing grain separation or otherwise impairing work. D. Form exposed work with accurate angles and surfaces and straight edges. E. Weld corners and seams continuously to comply with the following: 1. Use materials and methods that minimize distortion and develop strength and corrosion resistance of base metals. 2. Obtain fusion without undercut or overlap. 3. Remove welding flux immediately. d surfaces smooth and 4 os shows after fnishi g and con our of wedlded surface matches that blended adjacent expos connections, finish exposed rughnes surface. F. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners or welds where possible. Locate joints where least conspicuous. G. Fabricate seams and other connections that will be exposed to weather in a manner to exclude water. H. Provide for anchorage of type indicated,coordinate with supporting structure. 2.6 MISCELLANEOUS STEEL TRIM A. Unless otherwise indicated,joints rand smooth exposed edges. plates, Miter corn errs and profiles se concealed with continuously welded field splices where possible. 055000-3 METAL FABRICATIONS CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Provide cutouts, fittings, and anchorages as needed to coordinate assembly and installation with other work. C. Galvanize exterior miscellaneous steel trim. D. Prime exterior miscellaneous steel trim with specified primer. 2.7 FINISHES, GENERAL A. Comply with NAAMM's "Metal Finishes Manual for Architectural and Metal Products" for recommendations for applying and designating finishes. B. Finish metal fabrications after assembly. C. Finish exposed surfaces to remove tool and die marks and stretch lines, and to blend into surrounding surface. 2.8 STEEL AND IRON FINISHES A. Galvanizing: Hot-dip galvanize items as indicated to comply with ASTM A 153/A 153M for steel and iron hardware and with ASTM A 123/A 123M for other steel and iron products. 1. Do not quench or apply post-galvanizing treatments that might interfere with paint adhesion. B. Shop prime iron and steel items. 1. Shop prime with zinc-rich primer. C. Preparation for Shop Priming: Prepare surfaces to comply with requirements indicated below: 1. Exterior Items: SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." 2. Items Indicated to Receive Zinc-Rich Primer: SSPC-SP 6/NACE No.3, "Commercial Blast Cleaning." D. Shop Priming: Apply shop primer to comply with SSPC-PA 1, "Paint Application Specification No. 1: Shop, Field,and Maintenance Painting of Steel,"for shop painting. 1. Stripe paint corners, crevices, bolts,welds,and sharp edges. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing metal fabrications. Set metal fabrications accurately in location, alignment, and elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from established lines and levels. B. Fit exposed connections accurately together to form hairline joints. Weld connections that are not to be left as exposed joints but cannot be shop welded because of shipping size limitations. METAL FABRICATIONS 055000-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT Do not weld, cut, or abrade surfaces of exterior units that have been hot-dip galvanized after fabrication and are for bolted or screwed field connections. C. Fastening to In-Place Construction: Provide anchorage devices and fasteners where metal fabrications are required to be fastened to in-place construction. Provide threaded fasteners for use with concrete and masonry inserts, toggle bolts, through bolts, lag screws, wood screws, and other connectors. 3.2 ADJUSTING AND CLEANING A. Touchup Painting: Immediately after erection, clean field welds, bolted connections, and abraded areas. Paint uncoated and abraded areas with the same material as used for shop painting to comply with SSPC-PA 1 for touching up shop-painted surfaces. 1. Apply by brush or spray to provide a minimum 2.0-mil dry film thickness. END OF SECTION 055000 METAL FABRICATIONS 055000-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 061000-ROUGH CARPENTRY PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Rooftop equipment bases and support curbs, if required to replace existing damaged bases and curbs. 2. Wood blocking,cants, and nailers. 1.3 DEFINITIONS A. Dimension Lumber: Lumber of 2 inches nominal or greater but less than 5 inches nominal in least dimension. B. Timber: Lumber of 5 inches nominal or greater in least dimension. C. Lumber grading agencies, and the abbreviations used to reference them,include the following: 1. NeLMA: Northeastern Lumber Manufacturers'Association. 2. NLGA: National Lumber Grades Authority. 3. SPIB: The Southern Pine Inspection Bureau, 4. WCLIB: West Coast Lumber Inspection Bureau. 5. WWPA: Western Wood Products Association. 1.4 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For the following,from ICC-ES: 1. Wood-preservative-treated wood. 1.5 DELIVERY,STORAGE,AND HANDLING A. Stack lumber flat with spacers beneath and between each bundle to provide air circulation. Protect lumber from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. ROUGH CARPENTRY 061000-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT PART 2-PRODUCTS 2.1 WOOD PRODUCTS,GENERAL A. Lumber: DOC PS 20 and applicable rules of grading agencies indicated. If no grading agency is indicated, provide lumber that complies with the applicable rules of any rules-writing agency certified by the ALSC Board of Review. Provide lumber graded by an agency certified by the ALSC Board of Review to inspect and grade lumber under the rules indicated. 1. Factory mark each piece of lumber with grade stamp of grading agency. 2. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry lumber. 3. Provide dressed lumber, S4S,unless otherwise indicated. B. Maximum Moisture Content of Lumber: 19 percent unless otherwise indicated. 2.2 WOOD-PRESERVATIVE-TREATED LUMBER A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Kiln-dry lumber after treatment to a, maximum moisture content of 19 percent. Do not use material that is warped or that does not comply with requirements for untreated material. C. Mark lumber with treatment quality mark of an inspection agency approved by the ALSC Board of Review. D. Application: Treat items indicated on Drawings,and the following: 1. Wood cants, nailers, curbs, equipment support bases, blocking, stripping, and similar members in connection with roofing,flashing,vapor barriers,and waterproofing. 2.3 MISCELLANEOUS LUMBER A. General: Provide miscellaneous lumber indicated and lumber for support or attachment of other construction,including the following: 1. Blocking. 2. Nailers. 3. Rooftop equipment bases and support curbs. 4. Cants. B. For items of dimension lumber size, provide Construction or No.2 grade lumber of any species. C. For concealed boards, provide lumber with 19 percent maximum moisture content and any species and grade. ROUGH CARPENTRY 061000-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT D. For blocking not used for attachment of other construction, Utility, Stud, or No.3 grade lumber of any species may be used provided that it is cut and selected to eliminate defects that will interfere with its attachment and purpose, E. For blocking and nailers used for attachment of other construction, select and cut lumber to eliminate knots and other defects that will interfere with attachment of other work. 2.4 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. B. Nails, Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272. PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and fitted. Fit rough carpentry to other construction; scribe and cope as needed for accurate fit. Locate nailers, blocking and similar supports to comply with requirements for attaching other construction. B. Framing Standard: Comply with AF&PA's WCD 1, "Details for Conventional Wood Frame Construction,"unless otherwise indicated. C. Provide blocking and framing as indicated and as required to support facing materials. D. Sort and select lumber so that natural characteristics will not interfere with installation or with fastening other materials to lumber. Do not use materials with defects that interfere with function of member or pieces that are too small to use with minimum number of joints or optimum joint arrangement. E. Securely attach rough carpentry work to substrate by fastening as indicated, complying with the following; 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule,"in ICC's International Building Code. F. Use steel common nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections between members. Install fasteners without splitting wood. Drive nails snug but do not countersink nail heads unless otherwise indicated. 3.2 WOOD BLOCKING,AND NAILER INSTALLATION A. Install where indicated and where required for attaching other work. Form to shapes indicated and cut as required for true line and level of attached work. Coordinate locations with other work involved. ROUGH CARPENTRY 061000-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Attach items to substrates to support applied loading. Recess bolts and nuts flush with surfaces unless otherwise indicated. 3.3 PROTECTION A. Protect rough carpentry from weather. If, despite protection, rough carpentry becomes wet, apply EPA-registered borate treatment. Apply borate solution by spraying to comply with EPA- registered label. END OF SECTION 061000 ROUGH CARPENTRY 061000-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 061600-SHEATHING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Roof sheathing. B. Related Requirements: 1. Section 061000"Rough Carpentry". 1.3 INFORMATIONAL SUBMITTALS A. Evaluation Reports: For following products,from ICC-ES: 1. Preservative-treated plywood. 1.4 DELIVERY, STORAGE, AND HANDLING A. Stack panels flat with spacers beneath and between each bundle to provide air circulation. Protect sheathing from weather by covering with waterproof sheeting, securely anchored. Provide for air circulation around stacks and under coverings. PART 2-PRODUCTS 2.1 WOOD PANEL PRODUCTS A. Emissions: Products shall meet the testing and product requirements of the California Department of Health Services'"Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." B. Plywood: Either DOC PS 1 or DOC PS 2 unless otherwise indicated. C. Thickness: As needed to comply with requirements specified, but not less than thickness indicated. D. Factory mark panels to indicate compliance with applicable standard. SHEATHING 061600-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2.2 PRESERVATIVE-TREATED PLYWOOD A. Preservative Treatment by Pressure Process: AWPA U1; Use Category UC2. 1. Preservative Chemicals: Acceptable to authorities having jurisdiction and containing no arsenic or chromium. B. Mark plywood with appropriate classification marking of an inspection agency acceptable to authorities having jurisdiction. C. Application: Treat all plywood unless otherwise indicated. 2.3 ROOF SHEATHING A. Plywood Roof Sheathing: Exterior, Exposure 1,Structural I sheathing. 1. Span Rating: Not less than 24/0. 2. Nominal Thickness: Not less than 1/2 inch. 2.4 FASTENERS A. General: Provide fasteners of size and type indicated that comply with requirements specified in this article for material and manufacture. 1. For roof sheathing, provide fasteners with hot-dip zinc coating complying with ASTM A 153/A 153M, at spacing required by roofing manufacturer. B. Nails, Brads, and Staples: ASTM F 1667. C. Power-Driven Fasteners: NES NER-272, PART 3-EXECUTION 3.1 INSTALLATION, GENERAL A. Do not use materials with defects that impair quality of sheathing or pieces that are too small to use with minimum number of joints or optimum joint arrangement. Arrange joints so that pieces do not span between fewer than three support members. B. Cut panels at penetrations, edges, and other obstructions of work; fit tightly against abutting construction unless otherwise indicated. C. Securely attach to substrate by fastening as indicated,complying with the following: 1. NES NER-272 for power-driven fasteners. 2. Table 2304.9.1, "Fastening Schedule,"in ICC's"International Building Code." D. Use common wire nails unless otherwise indicated. Select fasteners of size that will not fully penetrate members where opposite side will be exposed to view or will receive finish materials. Make tight connections. Install fasteners without splitting wood. SHEATHING 061600-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT E. Coordinate roof sheathing installation with flashing and joint-sealant installation so these materials are installed in sequence and manner that prevent exterior moisture from passing through completed assembly. F. Coordinate sheathing installation with installation of materials installed over sheathing so sheathing is not exposed to precipitation or left exposed at end of the workday when rain is forecast. 3.2 WOOD STRUCTURAL PANEL INSTALLATION A. General: Comply with applicable recommendations in APA Form No. E30, "Engineered Wood Construction Guide,"for types of structural-use panels and applications indicated. B. Fastening Methods: Fasten panels as indicated below: 1. Roof Sheathing: a. Nail to wood framing. b. Space panels 1/8 inch apart at edges and ends. END OF SECTION 061600 SHEATHING 061600-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 070150.19-PREPARATION FOR RE-ROOFING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Roof tear-off. 2 Temporary removal of base and parapet flashings. B. Related Sections: 1. Section 011000"Summary"for use of the premises and phasing requirements. 2. Section 015000 "Temporary Facilities and Controls" for temporary construction and environmental-protection measures for re-roofing preparation. 3. Section 075423 "Thermoplastic Polyolefin (TPO) Roofing" for installation of new roofing materials. 1.3 MATERIALS OWNERSHIP A. Except, for items or materials indicated to be reused, reinstalled, or otherwise indicated to remain Owner's property, demolished materials shall become Contractor's property and shall be removed from Project site. 1.4 DEFINITIONS A. Roofing Terminology: Refer to ASTM D 1079 and glossary in the NRCA "The NRCA Roofing and Waterproofing Manual"for definition of terms related to roofing work in this Section. B. Roof Tear-Off: Removal of existing roofing system from deck. C. Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be, removed and reinstalled. D. Existing to Remain: Existing items of construction that are not indicated to be removed. 1.5 INFORMATIONAL SUBMITTALS A. Qualification Data: For Installer that Installer is approved by, warrantor of existing roofing system. B. Fastener pullout test report. PREPARATION FOR RE-ROOFING 070150.19-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT C. Photographs or Videotape: Show existing conditions of adjoining construction and site improvements, including exterior finish surfaces that might be misconstrued as having been damaged by re-roofing operations. Submit before Work begins. 1.6 QUALITY ASSURANCE A. Regulatory Requirements: Comply with governing EPA notification regulations before beginning roofing system removal. Comply with hauling and disposal regulations of authorities having jurisdiction. B. Re-roofing Conference: Conduct conference at Project site. 1. Meet with Owner; Architect; roofing system manufacturer's representative; roofing Installer including project manager, superintendent, and foreman; and installers whose work interfaces with or affects re-roofing including installers of roof accessories and roof- mounted equipment. 2. Review methods and procedures related to roofing system tear-off and replacement including, but not limited to,the following: a. Re-roofing preparation, including membrane roofing system manufacturer's written instructions. b. Existing roof drains and roof drainage during each stage of re-roofing, and roof- drain plugging and plug removal requirements. C. Construction schedule and availability of materials, Installer's personnel, equipment, and facilities needed to make progress and avoid delays. d. Existing deck removal procedures and Owner notifications. e. Condition and acceptance of existing roof deck and base flashing substrate for reuse. f. Structural loading limitations of deck during re-roofing. g. Base flashings, special roofing details, drainage, penetrations, and condition of other construction that will affect re-roofing. h. Governing regulations and requirements for insurance and certificates if applicable. I. Existing conditions that may require notification of Architect before proceeding. 1.7 PROJECT CONDITIONS A. Owner and Building Tenants will occupy portions of building immediately below re-roofing area. Conduct re-roofing so Owner's, and Building Tenant's operations will not be disrupted. Provide Owner with not less than 72 hours'notice of activities that may affect Owner's operations. 1. Coordinate work activities daily with Owner so Owner can place protective dust or water leakage covers over sensitive equipment or furnishings. 2. Before working over structurally impaired areas of deck, notify Owner to evacuate occupants from below the affected area. Verify that occupants below the work area have been evacuated before proceeding with work over the impaired deck area. B. Protect building to be re-roofed, adjacent buildings, adjacent properties, walkways, site improvements, exterior plantings, and landscaping from damage or soiling from re-roofing operations. C. Maintain access to existing walkways, corridors,and other adjacent occupied or used facilities. PREPARATION FOR RE-ROOFING 070150.19-2 r_ CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT D. Conditions existing, at time of inspection for bidding will, be maintained by Owner as far as practical. 1. The results of an analysis of test cores from existing membrane roofing system are available for Contractor's reference. E. Limit construction loads on roof. Verify acceptable loading with a Washington State Licensed structural engineer secured by the Contractor. F. Weather Limitations: Proceed with re-roofing preparation only when existing and forecasted weather conditions permit Work to proceed without water entering existing roofing system or building. G. Hazardous Materials: It is not expected that hazardous materials such as asbestos-containing materials will be encountered in the Work. See Hazardous Materials Testing Report at the End of Specification Section 017300 for test results. 1. If materials suspected of containing hazardous materials are encountered, do not disturb; immediately notify Architect and Owner. Hazardous, materials will be removed by Owner under a separate contract. PART 2-PRODUCTS(Not Used) PART 3-EXECUTION 3.1 PREPARATION A. Protect, other existing adjacent roofing systems that are not clearly called out as being included in the Scope of the Work,for this Project. 1. Limit traffic and material storage to areas of existing roofing membrane that have been protected. 2. Maintain temporary protection and leave in place until replacement roofing has been completed. Remove temporary protection on completion of re-roofing. B. During removal operations, have sufficient and suitable materials on-site to facilitate rapid installation of temporary protection in the event of unexpected rain. C, Maintain roof drains in functioning condition to ensure roof drainage at end of each workday. Prevent debris from entering or blocking roof drains and conductors. Use roof-drain plugs specifically designed for this purpose. Remove roof-drain plugs at end of each workday, when no work is taking place, or when rain is forecast. 1. If roof drains are temporarily blocked or unserviceable due to roofing system removal or partial installation of new membrane roofing system, provide alternative drainage method to remove water and eliminate ponding. Do not permit water to enter into or under existing roofing system components that are to remain. D. Verify that rooftop utilities and service piping have been shut off before beginning the Work. PREPARATION FOR RE-ROOFING 070150.19-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.2 ROOF TEAR-OFF A. General; Notify Owner each day of extent of roof tear-off proposed for that day and obtain authorization to proceed. B. Remove accessories from roofing system. Store and protect accessories for reuse. C. Roof Tear-Off: Remove existing roofing and roofing system components down to the deck. 1. Remove fasteners from deck. 3.3 DECK PREPARATION A. Inspect deck after tear-off of roofing system. B. If broken or loose fasteners that secure deck substrate to structure are observed or if deck appears or feels inadequately attached, immediately notify Architect. Do not proceed with installation until directed by Architect. C. If deck surface is not suitable for receiving new roofing or if structural integrity of deck is suspect, immediately notify Architect. Do not proceed with installation until directed by Architect. D. Provide additional deck securement as required. E. Replace deck sheathing if required;see Specification Section 012100"Allowances". 3.4 EXISTING BASE FLASHINGS A. Remove existing base flashings around parapets,curbs,walls,and penetrations as required. 1. Clean substrates of contaminants such as sheet materials,dirt,and debris. B. Do not damage metal counter-flashings that are to remain. Replace metal counter-flashings damaged during removal with counter-flashings of same metal, weight or thickness, and finish. Alter existing metal flashing,as noted in Drawings,for installation of new roofing. C. Inspect parapet sheathing for deterioration and damage. If parapet sheathing has deteriorated, immediately notify Architect. 3.5 FASTENER PULL-OUT TESTING A. Retain independent testing and inspecting agency to conduct fastener pullout tests according to SPRI FX-1, and submit test report to the Architect and roofing membrane manufacturer before installing new membrane roofing system, if required by roofing membrane manufacturer's technical representative. 1. Obtain Owner's and roofing membrane manufacturer's approval to proceed with specified fastening pattern. Roofing membrane manufacturer may furnish revised fastening pattern commensurate with pullout test results. PREPARATION FOR RE-ROOFING 070150.19-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.6 DISPOSAL A. Collect demolished materials and place in containers. Promptly dispose of demolished materials. Do not allow demolished materials to accumulate on-site. 1. Storage or sale of demolished items or materials on-site is not permitted. B. Transport and legally dispose of demolished materials off Owner's property. END OF SECTION 070150.19 PREPARATION FOR RE-ROOFING 070150.19-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 075423-THERMOPLASTIC POLYOLEFIN(TPO)ROOFING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Adhered TPO membrane roofing system. 2. Tapered roof insulation. B. Related Sections: 1. Section 061000'Rough Carpentry"for wood nailers,curbs, and blocking. 2. Section 070150.19 "Preparation for Re-Roofing" for preparation for new membrane roofing. 1.3 DEFINITIONS A. TPO: Thermoplastic polyolefin. B. Roofing Terminology: See ASTM D 1079 and glossary in NRCA's "The NRCA Roofing and Waterproofing Manual"for definitions of terms related to roofing work in this Section. 1.4 PERFORMANCE REQUIREMENTS A. General Performance: Installed membrane roofing and base flashings shall withstand specified uplift pressures, thermally induced movement, and exposure to weather without failure due to defective manufacture, fabrication, installation, or other defects in construction. Membrane roofing and base flashings shall remain watertight. B. Material Compatibility: Provide roofing materials that are compatible with one another under conditions of service and application required, as demonstrated by membrane roofing manufacturer based on testing and field experience. C. Roofing System Design: Provide membrane-roofing system that is identical to systems that have been successfully tested by a qualified testing and inspecting agency to resist uplift pressure calculated according to ASCE/SEI 7. 1. Corner Uplift Pressure: 90 Ibf/sq.ft. 2. Perimeter Uplift Pressure: 60 Ibf/sq.ft. 3. Field-of-Roof Uplift Pressure: 36 Ibf/sq.ft. THERMOPLASTIC POLYOLEFIN (TPO)ROOFING 075423-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT D. FM Approvals Listing: Provide membrane roofing, base flashings, and component materials that comply with requirements in FM Approvals 4450 and FM Approvals 4470 as part of a membrane roofing system, and that are listed in FM Approvals' "RoofNav" for Class 1 or noncombustible construction,as applicable. Identify materials with FM Approvals markings. 1. Fire/Windstorm Classification: Class 1 A-105. 2. Hail Resistance: MH. 1.5 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roofing system. Include plans, elevations, sections, details, and attachments to other work. 1. Base flashings and membrane terminations. 2. Tapered insulation, including slopes. 3. Roof plan showing orientation of membrane roofing and fastening spacings and patterns for mechanically fastened membrane roofing. 4. Insulation fastening patterns for corner, perimeter, and field-of-roof locations. C. Samples for Verification: For the following products: 1. 6- by 6-inch sample of sheet roofing, of color specified, including T-shaped side and end lap seam. 2. 6-by 6-inch sample of roof insulation. 3. 6-by 6-inch sample of walkway pads or rolls. 4. Metal termination bars. 5. Six insulation fasteners of each type, length, and finish. 1.6 INFORMATIONAL SUBMITTALS A. Qualification Data: For qualified Installer and manufacturer. B. Manufacturer Certificates: Signed by roofing manufacturer certifying that roofing system complies with requirements specified in"Performance Requirements"Article. 1. Submit evidence of compliance with performance requirements. C. Product Test Reports: Based on evaluation of comprehensive tests performed by manufacturer and witnessed by a qualified testing agency,for components of membrane roofing system. D. Research/Evaluation Reports: For components of membrane roofing system. E. Field quality-control reports. F. Warranties: Sample of special warranties. 1.7 CLOSEOUT SUBMITTALS A. Maintenance Data: For roofing system to include in maintenance manuals. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1.8 QUALITY ASSURANCE A. Manufacturer Qualifications: A qualified manufacturer that is UL listed for membrane roofing system identical to that used for this Project. B. Installer Qualifications: A qualified firm that is certified in writing by membrane roofing system manufacturer to install manufacturer's product and that is eligible to receive manufacturer's special warranty. Certification is to be submitted with Bid. 1. All products listed in this Section are to be installed by a single installer with a minimum of five (5) years demonstrated experience in installing products of the same type and scope as specified. 2. Installer must be capable of extending the Manufacturer's Labor and Materials guarantee. 3. Installer must be capable of extending the Manufacturer's No Dollar Limit guarantee. C. Source Limitations: Obtain components including roof insulation and fasteners for membrane roofing system from same manufacturer as membrane roofing. D. Exterior Fire-Test Exposure: ASTM E 108, Class A; for application and roof slopes indicated, as determined by testing identical membrane roofing materials by a qualified testing agency. Materials shall be identified with appropriate markings of applicable testing agency. E. Preliminary Roofing Conference: Before starting roof deck construction, conduct conference at Project site. 1. Meet with Owner, Architect, Owner's insurer if applicable, testing and inspecting agency representative, roofing Installer, roofing system manufacturer's representative, and installers whose work interfaces with or affects roofing, including installers of windows and paint. 2. Review methods and procedures related to roofing installation, including manufacturer's written instructions. 3. Review and finalize construction schedule and verify availability of materials, Installer's personnel, equipment,and facilities needed to make progress and avoid delays. 4. Review deck substrate requirements for conditions and finishes, including flatness and fastening. 5. Review structural loading limitations of roof deck during and after roofing. 6. Review base flashings, special roofing details, roof drainage, roof penetrations, skylight curbs,and condition of other construction that will affect roofing system. 7. Review governing regulations and requirements for insurance and certificates if applicable. 8. Review temporary protection requirements for roofing system during and after installation. 9. Review roof observation and repair procedures after roofing installation. 1.9 DELIVERY, STORAGE,AND HANDLING A. Deliver roofing materials to Project site in original containers with seals unbroken and labeled with manufacturer's name, product brand name and type, date of manufacture, approval or listing agency markings, and directions for storing and mixing with other components. B. Store liquid materials in their original undamaged containers in a clean, dry, protected location and within the temperature range required by roofing system manufacturer. Protect stored liquid material from direct sunlight. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Discard and legally dispose of liquid material that cannot be applied within its stated shelf life. C. Protect roof insulation materials from physical damage and from deterioration by sunlight, moisture, soiling, and other sources. Store in a dry location. Comply with insulation manufacturers'written instructions for handling, storing,and protecting during installation. D. Handle and store roofing materials and place equipment in a manner to avoid permanent deflection of deck. 1.10 PROJECT CONDITIONS A. Weather Limitations: Proceed with installation only when existing and forecasted weather conditions permit roofing system to be installed according to manufacturer's written instructions and warranty requirements. 1.11 WARRANTY A. Special Warranty: Manufacturer's standard or customized form, without monetary limitation, in which manufacturer agrees to repair or replace components of membrane roofing system that fail in materials or workmanship within specified warranty period. 1. Special warranty includes membrane roofing, base flashings, roof insulation, fasteners, cover boards, and roofing accessories, and other components of membrane roofing system,specific to listed performance requirements. 2. Warranty Period: 20 years from date of Substantial Completion. B. Special Project Warranty: Submit roofing Installer's warranty, on warranty form at end of this Section, signed by Installer, covering the Work of this Section, including all components of membrane roofing system such as membrane roofing, base flashing, roof insulation, fasteners, cover boards,and walkway products,for the following warranty period: 1. Warranty Period: Five years from date of Substantial Completion. It is understood and agreed that the performance and payment bonds required for this contract are excluded from the Special Project warranty only and the surety bonds will only apply to the standard tyro-year warranty for the contract. PART 2-PRODUCTS 2.1 TPO MEMBRANE ROOFING A. Fabric-Reinforced Thermoplastic Polyolefin Sheet: ASTM D 6878, internally fabric or scrim reinforced, uniform,flexible TPO sheet. 1. Manufacturers: Subject to compliance with requirements, provide products by one of the following: a. Carlisle SynTec Incorporated. b. Firestone Building Products Company. C. Architect Accepted Equal. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Membrane Thickness: 60 mils, nominal. a. Thickness over Scrim: 0.020 inches, nominal. b. Breaking Strength(ASTM D 751): 250 lbf/in minimum. C. Tear Resistance(ASTM D 751): 55 Ibf/in minimum. d. Elongation(ASTM D 751): 25 percent. 3. Exposed Face Color: White. 2.2 AUXILIARY MEMBRANE ROOFING MATERIALS A. General: Auxiliary membrane roofing materials recommended by roofing system manufacturer for intended use,and compatible with membrane roofing. 1. Liquid-type auxiliary materials shall comply with VOC limits of authorities having jurisdiction. B. Inside Corners: Pre-molded corner flashing for inside corners. 60-mil thickness. Color to match membrane. C. Outside Corners: Injection molded corner used for flashing outside corners. 60-mil thickness. Color to match membrane. D. TPO T-Joint Covers: Injection molded 60 mil thick TPO formed into a 4.5 inch diameter circle used to seal step-offs at splice intersections. Color to match membrane. E. Molded Pipe Seals: A pre-molded flashing and clamping ring used for pipe penetrations. Available for 0.75 inch to 8-inch diameter pipes. Color to match membrane. F. Pressure-Sensitive Cover Strip: Six-inch nominal wide, by 40 mil thick, non-reinforced TPO membrane laminated to nominal 35-mil thick cured synthetic rubber pressure-sensitive adhesive. Used in conjunction with TPO Primer to strip in flat metal flanges(i.e., drip edges or rows of fasteners and plates). Color to match membrane. G. TPO Pressure-Sensitive RUSS: 1. Six inch RUSS: Six-inch nominal wide, 45 mil thick reinforced TPO membrane with nominal 3 inch wide 35 mil thick cured synthetic rubber pressure-sensitive adhesive laminated along one end. This product allows a continuous piece of membrane to be run up a parapet wall without fastener penetration through the field sheet at angle changes. H. Heat Weldable Walkway Rolls: Superior tear, puncture and weather resistance and designed to protect membrane in those areas exposed to repetitive foot traffic or other hazards. Walkway material may be heat welded to membrane using an automated heat welder or hand held heat welder.Walkway Rolls are 34 inches wide by 50 feet long and are nominal 180 mils thick. Color —White. I. Non-Reinforced Flashing: Non-reinforced TPO flashing is a 60-mil thick non-reinforced TPO based membrane used for detail work where the use of pre-molded or pre-fabricated accessories are not feasible. Color—White. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-5 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2.3 CLEANERS, PRIMERS,ADHESIVES AND SEALANTS A. Bonding Adhesive:A high-strength solvent-based contact adhesive used for bonding membrane to various porous and non-porous substrates. 1. Base:Synthetic Rubber. 2. Color:Yellow. 3. Solids:20.0 percent. 4. VOC:670 grams/liter. B. Cut Edge Sealant: A medium solids content, free flowing polymeric material designed for sealing cut edges(exposed fabric)of reinforced membrane. C. Water Cut-Off Mastic: A one-component, low viscosity, self-wetting, Butyl blend mastic used as a compression-sealing agent between membrane and applicable substrates. D. TPO Primer: Solvent-based product designed to prepare TPO membrane for improved adhesion to TPO surfaces prior to the application of pressure-sensitive products and sealant pockets. E. Universal Single-Ply Sealant: A 100 percent solids, solvent free, VOC free, one-part polyether sealant that provides a weather tight seal to a variety of building materials. It is used for general caulking such as above termination bars and metal counter flashings and at scupper details. Color—Gray. F. Thermoplastic One-Part Sealant: Single component, moisture curing, elastomeric polyether sealant that is compatible with Thermoplastic membranes. Provides a flexible, durable and long lasting seal around hard-to-flash penetrations in Thermoplastic Roofing Systems. G. Weathered Membrane Cleaner: Clear, solvent-based cleaner used to loosen and remove contaminants from the surface of exposed membrane. 2.4 FASTENING COMPONENTS A. Fasteners: Heavy-duty #15 threaded fastener with a Phillips head for increased pullout resistance necessary at wood decks(Fully Adhered Roofing Systems). B. Fastener Plate:A 2 3/8 inch diameter metal barbed fastening plate used with standard fasteners for membrane securement. This plate can be used for insulation securement. C. Insulation Fastening Plates: A nominal 3-inch diameter metal plate used for insulation attachment in conjunction with the appropriate standard fastener. 2.5 EDGINGS AND TERMINATIONS A. Coated Metal:4 foot by 10 foot coated metal sheets made from 24 gauge, galvanized steel with a minimum .035-inch thick non-reinforced membrane laminate. Membrane can be welded directly to the Coated Metal in accordance with the manufacturer's detail. Color to match membrane. B. Termination Bar: 1 inch wide, .098-inch thick extruded aluminum bar pre-punched 6 inches on center with sealant ledge to support Lap Sealant. THERMOPLASTIC POLYOLEFIN (TPO)ROOFING 075423-6 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2.6 ROOF INSULATION A. General: Preformed roof insulation boards manufactured or approved by TPO membrane roofing manufacturer, selected from manufacturer's standard sizes suitable for application, of thicknesses indicated and that produce FM Approvals-approved roof insulation. B. Tapered Insulation: Provide factory-tapered insulation boards fabricated to slope of 1/4 inch per 12 inches unless otherwise indicated. C. Provide preformed saddles, crickets, tapered edge strips, and other insulation shapes where indicated for sloping to drain. Fabricate to slopes indicated. 2.7 INSULATION ACCESSORIES A. General: Furnish roof insulation accessories recommended by insulation manufacturer for intended use and compatibility with membrane roofing. B. Fasteners: Factory-coated steel fasteners and metal or plastic plates complying with corrosion- resistance provisions in FM Approvals 4470, designed for fastening roof insulation and cover boards to substrate,and acceptable to roofing system manufacturer. C. Modified Asphaltic Insulation Adhesive: Insulation manufacturer's recommended modified asphalt, asbestos-free, cold-applied adhesive formulated to attach roof insulation to substrate or to another insulation layer. D. Cover Board: ASTM C 1177/C 1177M, glass-mat, water-resistant gypsum substrate, 5/8 inch thick. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. Georgia-Pacific Corporation; Dens Deck Prime. b. Architect Accepted Equal E. Cover Board: ASTM C 1278/C 1278M, cellulosic-fiber-reinforced, water-resistant gypsum substrate, 5/8 inch thick. 1. Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to,the following: a. USG Corporation; Securock. b. Architect Accepted Equal 2.8 WALKWAYS A. Flexible Walkways: Factory-formed, nonporous, heavy-duty, slip-resisting, surface-textured walkway pads or rolls, approximately 3/16 inch thick and acceptable to membrane roofing system manufacturer. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-7 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT PART 3-EXECUTION 3.1 EXAMINATION A. Examine substrates, areas, and conditions, with Installer present, for compliance with the following requirements and other conditions affecting performance of roofing system: 1. Verify that roof openings and penetrations are in place and that existing roof drain bodies are securely in place. 2. Verify that wood deck is solid and free from movement. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Clean substrate of dust, debris, moisture, and other substances detrimental to roofing installation according to roofing system manufacturer's written instructions. Remove sharp projections. B. Prevent materials from entering and clogging roof drains and from spilling or migrating onto surfaces of other construction. Remove roof-drain plugs when no work is taking place or when rain is forecast. C. Complete terminations and base flashings and provide temporary seals to prevent water from entering completed sections of roofing system at the end of the workday or when rain is forecast. Remove and discard temporary seals before beginning work on adjoining roofing. 3.3 INSULATION INSTALLATION A. Coordinate installing membrane roofing system components so insulation is not exposed to precipitation or left exposed at the end of the workday. B. Comply with membrane roofing system and insulation manufacturer's written instructions for installing roof insulation. C. Install tapered insulation under area of roofing to conform to slopes indicated. D. Trim surface of insulation where necessary at roof drains so completed surface is flush and does not restrict flow of water. E. Install insulation with long joints of insulation in a continuous straight line with end joints staggered between rows, abutting edges and ends between boards. Fill gaps exceeding 114 inch with insulation. 1. Cut and fit insulation within 1/4 inch of nailers, projections,and penetrations. F. Mechanically Fastened and Adhered Insulation: Install each layer of insulation and secure first layer of insulation to deck using mechanical fasteners specifically designed and sized for fastening specified board-type roof insulation to deck type. 1. Fasten first layer of insulation according to requirements in FM Approvals' "RoofNav"for specified Windstorm Resistance Classification. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-8 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 2. Fasten first layer of insulation to resist uplift pressure at corners, perimeter, and field of roof. 3. Set each subsequent layer of insulation in a uniform coverage of insulation adhesive, firmly pressing and maintaining insulation in place. G. Install cover boards over insulation with long joints in continuous straight lines with end joints staggered between rows. Offset joints of insulation below a minimum of 6 inches in each direction. Loosely butt cover boards together and fasten to roof deck. 1. Fasten cover boards according to requirements in FM Approvals' "RoofNav"for specified Windstorm Resistance Classification. 2. Fasten cover boards to resist uplift pressure at corners, perimeter,and field of roof, 3.4 ADHERED MEMBRANE ROOFING INSTALLATION A. Adhere membrane roofing over area to receive roofing and install according to membrane roofing system manufacturer's written instructions. B. Start installation of membrane roofing in presence of membrane roofing system manufacturer's technical personnel. C. Accurately align membrane roofing and maintain uniform side and end laps of minimum dimensions required by manufacturer. Stagger end laps. D. Bonding Adhesive: Apply to substrate and underside of membrane roofing at rate required by manufacturer and allow to partially dry before installing membrane roofing. Do not apply to splice area of membrane roofing. E. In addition to adhering, mechanically fasten membrane roofing securely at terminations, penetrations,and perimeter of roofing. F. Apply membrane roofing with side laps shingled with slope of roof deck where possible. G. Seams: Clean seam areas, overlap membrane roofing, and hot-air weld side and end laps of membrane roofing and sheet flashings according to manufacturer's written instructions to ensure a watertight seam installation. 1. Test lap edges with probe to verify seam weld continuity. Apply lap sealant to seal cut edges of sheet membrane. 2. Verify field strength of seams a minimum of twice daily and repair seam sample areas. 3. Repair tears,voids,and lapped seams in roofing that does not comply with requirements. H. Spread sealant bed over deck drain flange at roof drains and securely seal membrane roofing in place. I. Install membrane roofing and auxiliary materials to tie in to existing roofing to maintain weather- tightness of transition and to not void warranty for existing membrane roofing system, 3.5 BASE FLASHING INSTALLATION A. Install sheet flashings and preformed flashing accessories and adhere to substrates according to membrane roofing system manufacturer's written instructions. THERMOPLASTIC POLYOLEFIN (TPO)ROOFING 075423-9 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT B. Apply bonding adhesive to substrate and underside of sheet flashing at required rate and allow to partially dry. Do not apply to seam area of flashing. C. Flash penetrations and field-formed inside and outside corners with cured or uncured sheet flashing. D. Clean seam areas, overlap, and firmly roll sheet flashings into the adhesive. Hot-air weld side and end laps to ensure a watertight seam installation. E. Terminate and seal top of sheet flashings and mechanically anchor to substrate through termination bars. 3.6 WALKWAY INSTALLATION A. Flexible Walkways: Install walkway products in locations indicated. Heat weld to substrate or adhere walkway products to substrate with compatible adhesive according to roofing system manufacturer's written instructions. 3.7 FIELD QUALITY CONTROL A. Testing Agency: Engage a qualified testing agency to perform tests and inspections. B. Roof Inspection: Arrange for roofing system manufacturer's technical personnel to inspect roofing installation twice during installation and once on completion. C. Repair or remove and replace components of membrane roofing system where inspections indicate that they do not comply with specified requirements. D. Additional inspections, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. 3.8 PROTECTING AND CLEANING A. Protect membrane-roofing system from damage and wear during remainder of construction period. When remaining construction will not affect or endanger roofing, inspect roofing for deterioration and damage, describing its nature and extent in a written report,with copies to the Architect and Owner. B. Correct deficiencies in or remove membrane-roofing system that does not comply with requirements; repair substrates; and repair or reinstall membrane-roofing system to a condition free of damage and deterioration at time of Substantial Completion and according to warranty requirements. C. Clean overspray and spillage from adjacent construction using cleaning agents and procedures recommended by manufacturer of affected construction. D. Prior to Substantial Completion inspection, pressure wash and scrub roofing membrane so it is free of stains, marks,dirt, etc. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-10 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.9 ROOFING INSTALLER'S WARRANTY A. WHEREAS <Insert name> of <Insert address>, herein called the "Roofing Installer," has performed roofing and associated work("work")on the following project: 1. Owner: <Insert name of Owner>. 2. Address: <Insert address>. 3. Building Name/Type: <Insert information>. 4. Address: <Insert address>. 5. Area of Work: <Insert information>. 6. Acceptance Date: <Insert date>. 7. Warranty Period: <Insert time>. 8. Expiration Date: <Insert date>. B. AND WHEREAS Roofing Installer has contracted (either directly with Owner or indirectly as a subcontractor) to warrant said work against leaks and faulty or defective materials and workmanship for designated Warranty Period, C. NOW THEREFORE Roofing Installer hereby warrants, subject to terms and conditions herein set forth,that during Warranty Period he will,at his own cost and expense, make or cause to be made such repairs to or replacements of said work as are necessary to correct faulty and defective work and as are necessary to maintain said work in a watertight condition, D. This Warranty is made subject to the following terms and conditions: 1. Specifically excluded from this Warranty are damages to work and other parts of the building,and to building contents, caused by: a. Lightning; b. Peak gust wind speed exceeding 100 mph; C. Fire; d. Failure of roofing system substrate, including cracking, settlement, excessive deflection,deterioration,and decomposition; e. Faulty construction of parapet walls, copings, chimneys, skylights, vents, equipment supports,and other edge conditions and penetrations of the work; f. Vapor condensation on bottom of roofing; and g. Activity on roofing by others, including construction contractors, maintenance personnel, other persons, and animals, whether authorized or unauthorized by Owner. 2. When work has been damaged by any of foregoing causes, Warranty shall be null and void until such damage has been repaired by Roofing Installer and until cost and expense thereof have been paid by Owner or by another responsible party so designated. 3. Roofing Installer is responsible for damage to work covered by this Warranty but is not liable for consequential damages to building or building contents resulting from leaks or faults or defects of work. 4. During Warranty Period, if Owner allows alteration of work by anyone other than Roofing Installer, including cutting, patching, and maintenance in connection with penetrations, attachment of other work, and positioning of anything on roof,this Warranty shall become null and void on date of said alterations, but only to the extent said alterations affect work covered by this Warranty. If Owner engages Roofing Installer to perform said alterations, Warranty shall not become null and void unless Roofing Installer, before starting said work, shall have notified Owner in writing, showing reasonable cause for claim, that said alterations would likely damage or deteriorate work, thereby reasonably justifying a limitation or termination of this Warranty. THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-11 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 5. During Warranty Period, if original use of roof is changed and it becomes used for, but was not originally specified for, a promenade, work deck, spray-cooled surface, flooded basin, or other use or service more severe than originally specified, this Warranty shall become null and void on date of said change, but only to the extent said change affects work covered by this Warranty. 6. Owner shall promptly notify Roofing Installer of observed, known, or suspected leaks, defects, or deterioration and shall afford reasonable opportunity for Roofing Installer to inspect work and to examine evidence of such leaks,defects,or deterioration. 7. This Warranty is recognized to be the only warranty of Roofing Installer on said work and shall not operate to restrict or cut off Owner from other remedies and resources lawfully available to Owner in cases of roofing failure. Specifically, this Warranty shall not operate to relieve Roofing Installer of responsibility for performance of original work according to requirements of the Contract Documents, regardless of whether Contract was a contract directly with Owner or a subcontract with Owner's General Contractor. E. IN WITNESS THEREOF, this instrument has been duly executed this <Insert day>day of <Insert month>, <Insert year>. 1. Authorized Signature: <Insert signature>. 2. Name: <Insert name>. 3. Title: <Insert title>. END OF SECTION 075423 i THERMOPLASTIC POLYOLEFIN(TPO)ROOFING 075423-12 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 221413-FACILITY STORM DRAINAGE PIPING(PERFORMANCE SPECIFICATION) PART 1 -GENERAL 11 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Pipe,tube,and fittings. B. Related Sections: 1. Section 221423"Storm Drainage Piping Specialties(Performance Specification)". 1.3 PERFORMANCE REQUIREMENTS A. Components and installation shall be capable of withstanding the following minimum working pressure unless otherwise indicated: 1. Storm Drainage Piping: 10-foot head of water. 2. Storm Drainage, Force-Main Piping: 50 psig. 1.4 ACTION SUBMITTALS A. Product Data: For each type of product indicated. B. Shop Drawings: For roof drainage system. Include plans,and details. 1.5 QUALITY ASSURANCE A. Piping materials shall bear label,stamp,or other markings of specified testing agency. B. Comply with NSF/ANSI 14, "Plastics Piping System Components and Related Materials," for plastic piping components. Include marking with "NSF-drain"for plastic drain piping and"NSF- sewer"for plastic sewer piping. 1.6 PROJECT CONDITIONS A. Interruption of Existing Storm-Drainage Service: Do not interrupt service to facilities occupied by Owner or others unless permitted under the following conditions and then only after arranging to provide temporary service according to requirements indicated: FACILITY STORM DRAINAGE PIPING(PERFORMANCE SPECIFICATION) 221413-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 1. Notify Owner no fewer than two days in advance of proposed interruption of storm- drainage service. 2. Do not proceed with interruption of storm-drainage service without Owner's written permission. PART 2-PRODUCTS 2.1 PIPING MATERIALS A. Comply with City of Port Angeles requirements for applications of pipe, tube, fitting materials, and joining methods for specific services,service locations, and pipe sizes. 2.2 ABS PIPE AND FITTINGS A. Solid-Wall ABS Pipe: ASTM D 2661, Schedule 40. B. ABS Socket Fittings: ASTM D 2661, made to ASTM D 3311, drain, waste, and vent patterns. C. Solvent Cement: ASTM D 2235. 1. ABS solvent cement shall have a VOC content of 325 g/L or less when calculated according to 40 CFR 59, Subpart D(EPA Method 24). 2. Solvent cement shall comply with the testing and product requirements of the California Department of Health Services' "Standard Practice for the Testing of Volatile Organic Emissions from Various Sources Using Small-Scale Environmental Chambers." 2.3 SPECIALTY PIPE FITTINGS A. Transition Couplings: 1. General Requirements: Fitting or device for joining piping with small differences in OD's or of different materials. Include end connections same size as and compatible with pipes to be joined. 2. Fitting-Type Transition Couplings: Manufactured piping coupling or specified-piping- system fitting. PART 3-EXECUTION 3.1 PIPING INSTALLATION A. Drawing plans, schematics, and diagrams indicate general location and arrangement of piping systems. Indicated locations and arrangements were used to size pipe and calculate friction loss, expansion, pump sizing, and other design considerations. Install piping as indicated unless deviations from layout are approved on coordination drawings. B. Install piping at required slopes. C. Install piping free of sags and bends. FACILITY STORM DRAINAGE PIPING(PERFORMANCE SPECIFICATION) 221413-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT D. Install fittings for changes in direction and branch connections. E. Install storm drainage piping at the following minimum slopes unless otherwise indicated: 1. Building Storm Drain: 1 percent downward in direction of flow for piping NPS 3 and smaller; 1 percent downward in direction of flow for piping NPS 4 and larger. F. Install aboveground ABS piping according to ASTM D 2661. G. Plumbing Specialties: 1. Install drains in storm drainage gravity-flow piping. Comply with requirements for drains specified in Section 221423 "Storm Drainage Piping Specialties (Performance Specification)." H. Do not enclose, cover, or put piping into operation until it is inspected and approved by authorities having jurisdiction. I. Install sleeves for piping penetrations of walls. Comply with requirements of authorities having jurisdiction. 3.2 JOINT CONSTRUCTION A. Plastic, Non-pressure-Piping, Solvent-Cemented Joints: Clean and dry joining surfaces. Join pipe and fittings according to the following: 1. Comply with ASTM F 402 for safe-handling practice of cleaners, primers, and solvent cements. 2. ABS Piping: Join according to ASTM D 2235 and ASTM D 2661 Appendixes. 3.3 SPECIALTY PIPE FITTING INSTALLATION A. Transition Couplings: 1. Install transition couplings at joints of piping with small differences in OD's. 3.4 HANGER AND SUPPORT INSTALLATION A. Support horizontal piping and tubing within 12 inches of each fitting and coupling. B. Install hangers for ABS piping with the following maximum horizontal spacing and minimum rod diameters: 1. NPS 1-1/2 and NPS 2: 48 inches with 3/8-inch rod. 2. NPS 3: 48 inches with 1/2-inch rod. 3. NPS 4 and NPS 5: 48 inches with 5/8-inch rod. C. Install supports for vertical ABS piping every 48 inches. D. Support piping and tubing not listed above according to MSS SP-69 and manufacturer's written instructions. FACILITY STORM DRAINAGE PIPING(PERFORMANCE SPECIFICATION) 221413-3 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.5 CONNECTIONS A. Drawings indicate general arrangement of piping,fittings, and specialties. B. Connect storm drainage piping to roof drains and storm drainage specialties. 3.6 FIELD QUALITY CONTROL A. During installation, notify authorities having jurisdiction at least 24 hours before inspection must be made. Perform tests specified below in presence of authorities having jurisdiction, 1, Roughing-in Inspection: Arrange for inspection of piping before concealing or closing-in after roughing-in. 2, Final Inspection: Arrange for final inspection by authorities having jurisdiction to observe tests specified below and to ensure compliance with requirements. B. Reinspection: If authorities having jurisdiction find that piping will not pass test or inspection, make required corrections and arrange for reinspection. C. Reports: Prepare inspection reports and have them signed by authorities having jurisdiction. D. Test storm drainage piping according to procedures of authorities having jurisdiction or, in absence of published procedures, as follows: 1. Test for leaks and defects in new piping and parts of existing piping that have been altered, extended, or repaired. If testing is performed in segments, submit separate report for each test, complete with diagram of portion of piping tested. 2. Leave uncovered and unconcealed new, altered, extended, or replaced storm drainage piping until it has been tested and approved. Expose work that was covered or concealed before it was tested. 3. Test Procedure: Test storm drainage piping on completion of roughing-in. Close openings in piping system and fill with water to point of overflow, but not less than 10-foot head of water. From 15 minutes before inspection starts until completion of inspection, water level must not drop. Inspect joints for leaks. 4. Repair leaks and defects with new materials and retest piping, or portion thereof, until satisfactory results are obtained. 5. Prepare reports for tests and required corrective action. 3.7 CLEANING A. Clean interior of piping. Remove dirt and debris as work progresses. B. Protect drains during remainder of construction period to avoid clogging with dirt and debris and to prevent damage from traffic and construction work. C. Place plugs in ends of uncompleted piping at end of day and when work stops. END OF SECTION 221413 FACILITY STORM DRAINAGE PIPING(PERFORMANCE SPECIFICATION) 221413-4 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT SECTION 221423-STORM DRAINAGE PIPING SPECIALTIES(PERFORMANCE SPECIFICATION) PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. Section Includes: 1. Roof drains. 2. Flashing materials. 1.3 ACTION SUBMITTALS A. Product Data: For each type of product indicated. 1.4 QUALITY ASSURANCE A. Drainage piping specialties shall bear label, stamp, or other markings of specified testing agency. PART 2-PRODUCTS 2.1 METAL ROOF DRAINS A. General-Purpose Roof Drains: 1. Basis-of-Design Product: Subject to compliance with requirements, provide product indicated on Drawings or comparable product by one of the following: a. Josam Company. b. Marathon Roofing Products. C. MIFAB. Inc. d. Portals Plus: Commercial Products Group of Hart&Cooley, Inc. e. Smith.Jay R. Mfg.Co. f. Tyler Pipe. g. Watts Water Technologies, Inc. h. Zurn Plumbing Products Group: Light Commercial Products Operation. 2. Standard: ASME Al 12.6.4,for general-purpose roof drains. 3. Body Material: Cast iron. 4. Dimension of Body: 8-to 12-inch diameter. 5. Outlet: Bottom, STORM DRAINAGE PIPING SPECIALTIES(PERFORMANCE SPECIFICATION) 221423-1 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 6. Extension Collars: Verify requirement. 7. Under-deck Clamp: Required. 8. Expansion Joint: Not required. 9. Sump Receiver Plate: Verify requirement. 10. Dome Material: Aluminum. 11. Wire Mesh: Not required. 12. Perforated Gravel Guard: Not required. 13. Vandal-Proof Dome: Not required. 14. Water Dam: Not required. 2.2 FLASHING MATERIALS A. Stainless Steel Sheet: ASTM A 240/A 240M. B. Zinc-Coated Steel Sheet: ASTM A 653/A 653M, with 0.20 percent copper content and 0.04- inch minimum thickness unless otherwise indicated. Include G90 hot-dip galvanized, mill- phosphatized finish for painting if indicated. C. Fasteners: Metal compatible with material and substrate being fastened. D. Metal Accessories: Sheet metal strips, clamps, anchoring devices, and similar accessory units required for installation; matching or compatible with material being installed. E. Solder: ASTM B 32,lead-free alloy. PART 3-EXECUTION 3.1 INSTALLATION A. Install roof drains at low points of roof areas, or as indicated, according to roof membrane manufacturer's written installation instructions. 1. Install flashing collar or flange of roof drain to prevent leakage between drain and adjoining roofing. Maintain integrity of waterproof membranes where penetrated. 2. Position roof drains for easy access and maintenance. 3.2 CONNECTIONS A. Comply with requirements for piping specified in Section 221413 "Facility Storm Drainage Piping (Performance Specification)." Drawings indicate general arrangement of piping, fittings, and specialties. 3.3 FLASHING INSTALLATION A. Fabricate flashing from single piece of metal unless large pans, or other drainage shapes are required. B. Set flashing on roofs in solid coating of bituminous cement. C. Fabricate and install flashing and pans, and other drainage shapes. STORM DRAINAGE PIPING SPECIALTIES(PERFORMANCE SPECIFICATION) 221423-2 CITY OF PORT ANGELES VERN BURTON COMMUNITY CENTER ROOF REPLACEMENT 3.4 PROTECTION A. Protect drains during remainder of construction period to avoid clogging with dirt or debris and to prevent damage from traffic or construction work. B. Place plugs in ends of uncompleted piping at end of each day or when work stops. END OF SECTION 221423 STORM DRAINAGE PIPING SPECIALTIES(PERFORMANCE SPECIFICATION) 221423-3 3.0 Drawings: Project Plans—Exhibit T" 4.0 Description of Work The Project work is defined by the Contract Documents and consists of the following: 1. Demolition and disposal of existing gymnasium composition roofing system and protective materials. 2. Re-Roof of existing Building with new single-ply TPO roofing system. 3.Any necessary repairs to roof substrate 4. New roof drains and new overflow roof drain with associated piping. Project#PK 06-05 Page 30 Rev.8/30/2011 City of Port Angeles ATTACHMENT "B" Engineering Office INSURANCE Public Works and Utilities Department 360-417-4700 INSURANCE &INDEMNITY REQUIREMENTS FOR CONSTRUCTION AND SERVICE CONTRACTS Includes construction and remodeling,janitorial service, tree maintenance, road maintenance,painting, electrical work, plumbing, movers, and on site maintenance agreements. Indemnification / Hold Harmless The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in connection with the performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement 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 Contractor's 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 Agreement. Insurance The Contractor shall procure and maintain for the duration of the Agreement, 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, representatives, employees or subcontractors. No Limitation Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be construed to limit the liability of the Contractor to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. Minimum Scope of insurance 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. 2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, independent contractors, products-completed operations, stop gap liability, 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 1185 or an equivalent endorsement. 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 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. Project#PK 06-05 Page 31 Rev.8/30/2011 3. Workers'Compensation coverage as required by the Industrial Insurance laws of the State of Washington. Minimum Amounts of Insurance Contractor shall maintain the following insurance limits: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2. Commercial General Liabili insurance shall be written with limits no less than $1,000,000 each occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations aggregate limit. Other Insurance Provision The Contractor's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance as 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. 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 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 have sole responsibility for determining the insurance coverage and limits required, if any, to be obtained by subcontractors, which determination shall be made in accordance with reasonable and prudent business practices. G. Notice of Cancellation The Contractor shall provide the City and all Additional Insureds for this work with written notice of any policy cancellation, within two business days of their receipt of such notice. H. Failure to Maintain Insurance Failure on the part of the Contractor to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Contractor to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Contractor from the City. Project#PK 06-05 Page 32 Rev.8/30/2011 City of Port Angeles ATTACHMENT "C Engineering Office PREVAILING WAGE RATES Public Works and Utilities Department 360-417-4700 Prevailing Wage Rates Information Below: 1. Washington State Prevailing Wage Rates For Public Works Contracts—Journey Level and Apprentices, Clallam County, effective on the bid due date. 2. To access applicable prevailing rate of wage by trade, use the following Department Labor and Industries website link: http•//www ini wa aov/TradesLicensing/PrevWage/WageRates/default asp 3. A copy of the applicable prevailing wage rates can be obtained by contacting Lucy Hanley at 360-417-4541 or by email, Ihanley cityofpa.us. A hard copy is available for viewing in person at 1703 South B Street, Port Angeles, WA. 98363. Project#PK 06-05 Page 33 Rev.8/30/2011 I City of Port Angeles ATTACHMENT "D" Engineering Office PERFORMANCE BOND, Public Works and Utilities Department 360-417-4700 PAYMENT BOND, RETAINAGE Project#PK 06-05 Page 34 Rev.8/30/2011 PEPWOFA ANCE BOND to City of Port Angeles,WA Bond No. 106106208 The City of Port Angeles,Washington,has awarded to Madsen Roofing, Inc. (Principal),a contract for the construction of the project designated as Vern Burton Memorial Community Center Re-Roof,Project No.PK 06-05,in Port Angeles,Washington,and said Principal is required to fumish a bond for performance of all obligations under the Contract. The Principal,and*Travelers (Surety),a corporation,organized under the laws of the State of CT and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmlyebound to die City of Port Angeles in the sum of Two Hundred Sixteen Thousand Forty One&20/100----------------- US Dollars($.216,041.20 }Total Contract Amount,subject to the provisions herein. *Casualty and Surety Company of America This statutory performance bond shall become null and void,if and when the Principal,its heirs,executors, administrators,successors,or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications,additions,and changes to said Contract that may hereafter be made,at the time and in the manner therein specified;and if such performance obligations have not been fulfilled,this bond shall remain in full fbre-e and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of tune,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only.be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on half of the surety. P IN I AL dsen Roofn Inc. SURETY Travelers Casualty and Surety Company of America r `f rg�VZ8/11/2014 8/11/2014 SuretySignat,4/ Date P nc Date Colin dsen Julie Craker panted e Printed Name Vice President - Attorney rney itoTitle Name,address,and telephone of local office/agent of Surety Company is: HenfschelJ$A�societes,Inc. 621 Pacific Ave.Suite 400 Tac2ma,WA 98402 253-212-1151 Project#-PK-U6 03 Page 35-- Rev.sr3-o/2ol 1 __ PAYMENT BOND to City of Port Angeles,WA Bond No. 106106208 The City of Port Angeles,Washington,has awarded to Madsen Roofing,Inc. (Principal),a contract for the construction of the project designated as Vern Burton Memonal uommnriity Center Re-Roof,Project No.PK 06-05,in Port Angeles,Washington, and said.Principal is required under the terms of that Contract to furnish a payment bond in accord with Title 39.08 Revised Code of Washington(RCW)and(where applicable)60.28 RCW. The Principal,and*Travelers (Surety),a corporation,organized under the laws of the State of CT and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S. Treasury Dept.,are jointly and severally held and firmly bound to the City of Port Angeles in the sum of Two Hundred Sixteen Thousand Forty One&20/100 US Dollars $ ( ..216.041.20 )'Total Contract Amount, subject to the provisions herein. 'Casualty and Surety Company of America This statutory payment bond shall become null and void;if and when the Principal,its heirs,executors,administrators, successors,or assigns shall pay all persons in accordance with Titles 60.28,39.08,and 39.12 RCW including all workers,laborers,mechanics,subcontractors,and materialmen,and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work,and all taxes incurred on said Contract under Title 50 and 51 RCW and all taxes imposed on the Principal under Title 82 RCW;and if such payment obligations have not been fulfilled,this bond shall remain in force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract,or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed.The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two(2)original counterparts,and shall be signed by the parties'duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on beha of the surety. P AL Ma n Roofin Inc. SURFTY Travelers Casualty and Surety Company of America 8/11/2014 '— � � { /11/2014 Principal Signs re — — Date — T Surety Signature Date Colin Madsen Julie Craker Printed Name Printed Name Vice President Attorney-in-Fact Title — _ -- Title Name,address,and telephone of local office/anent.nf Sm-P.ty C'.mmnanv ic- Hentschell&Associates,Inc. 621 Pacific Ave.Suite 400 Tacoma WA 98402 253-272-1151 Project#PK 06-05- — Pa e 36 — -- g Rev.8!30!2011 WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY I TRAVELERS J Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 1 8993 Certificate No. 005583694 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Karen Ingram,Karen J. Smith,Julie Craker,Thomas P.Hentsehell,Leslie A. Parks, Brad Roberts,and Joanne Reinkensmeyer of the City of Tacoma State of Washington their true and lawful Attorneys)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this _ 1st day of August 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company (a �,. xwgr �,. o�,.........o •P� A9` ��� �S �t1wSU9F>y pOVfY'Ly0 0 1982 O }d INCOR _ x /j.Ca RPORA>f '�' RPORA : m `�� r 1977 PoRATFD r ,.. .m ;w:co rf.,'"'_: w D, 3^ �� �• _ 'Z - a HARTFORD, s�'H4RtFORD, ;4 � �f 1951 �..SEAL.io3 ;SE.AL'3; JS CO N. t 1 bey, �N �/.� r� / ,�,,r^M1n��'\ ;s...H;ja•A-f si d�.. :�dDf 'ab dye �iy1..._V+a�a� �1� 3� State of Connecticut By: City of Hartford ss. Robert L.Raney..enior Vice President On this the I St day of August 2013 before me personally appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,S[.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and SW`C[N Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to o,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. i �.Tl7 In Witness Whereof,I hereunto set my haul and official seal. TAI? W w� •_��� My Commission expires the 30th day of June,2016. A118L�G * Marie C.Tetreault.Notary Public CW 58440-8-12 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company, St.Paul Guardian Insurance Company,St. Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company,which resolutions are now in full force and effect,reading as follows: RESOLVED,that the Chairman,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 appoint Attorneys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature of a bond,recognizance,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;and it is FURTHER RESOLVED,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 writing and a copy thereof is filed in the office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,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 Senior 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-in-Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED,that the signature of each of the following 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 appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate bearing 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 binding on the Company in the future with respect to any bond or understanding to which it is attached. I,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF,I have hereunto set my hand and affixed the seals of said Companies this day of 2(1/ Kevin E.Hughes,Assistant Secr tary / F1RE 4rre. TN IN•r v`.INSU" tY Ary JPY•........... oc!F6� �-.•SEN.Lfo"} �:.SEILL F 6 D oy N�FC �,...........vaAJ �o�•... a ' ai �ry .'a+t' �J'1 ..cl� To verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact us at www.travelersbond.com.Please refer to the Attorney-In-Fact number,the above-named individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ACoR® CERTIFICATE OF LIABILITY INSURANCE DATE /13/2014YY} 8J13/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: if the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. if SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER C NTA T NAME: Danielle Pethick HENTSCHELL & ASSOC INC PHONE (253)272-1151 aacX No (253)272-1225 One Pacific Building aDORIE ,daniellep @hentschell.eom 621 Pacific Ave. , .Suite 400 INSURERS AFFORDING COVERAGE I NAIC# Tacoma WA 98402 INSURER A:Kins ale Insurance CO. INSURED INSURERB:Ohio Security Insurance Co. 24082 Madsen Roofing, Inc. INSURER C: 8625 Martin Way E. INSURER D: INSURER E: Olympia WA 98516 INSURER F: COVERAGES CERTIFICATE NUMBER:CL1443008683 REVISION NUMBER: THIS IS TO CERTIFY THAT 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 MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL UBR POLICY NUMBER M°�Y EFF PO D Y EXP LIMITS LTR GENERAL LIABILITY EACH OCCURRENCE 3 1,000,000 DAMAGE TO RENTED 100,000 X 1 COMMERCIAL GENERAL LIABILITY PREMISES Ea occurrences $ A CLAIMS-MADE I x;OCCUR X y D1000001194 5/1/2014 /1/2015 MED EXP(Arty one person) ff$ Exclude PERSONAL&ADV INJURY i$ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOPAGG ($ 2,000,000 POLICY X PRO ! LOC I I I$ AUTOMOE7LE LIABILITY I COMBINED SINGLE LIMIT 1 Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ ALL OWNED SCHEDULED 51556096636 /1/2019 5/1/2015 AUTOS AUTOS X j BODILY INJURY(Per accident) $ NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS Ix AUTOS Per accident $ UMBRELLALIAB X OCCUR EACH OCCURRENCE $ 3,000,000 A X EXCESS LIAB CLAIMS-MADE 01000020264 AGGREGATE 5 3,000,000 LIED I RETENTION$ X 5/1/2019 /1/2015 $ A WORKERS COMPENSATION lNC STATU X OTH- AND EMPLOYERS'LIABILITY 1000001194 YtN ANY PROPRIETORIPARTNERIFXECUTIVE❑ E.L.EACH ACCIDENT '$ 1 000 000 OFFICER/MEMBER EXCLUDED? rNIA i Gap(Wa Stop G - Employers /1/2014 '.5/1/2015 (Mandatory In NH} E.L.DISEASE-EA EMPLOYE $ 1,000,000 If yes,describe under D ESC RIPTION OF OPERATIONS below Liability) E.L.DISEASE-POLICY LIMIT $ 1 000 000 B Installation Floater xs1555566797 /1/2019 /1!2015 $250,0W Limit Leased/Rented Equipment ! $50,000 Limit DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project No: PK06-05 - Project -Vern Burton Memorial Community Center Roof Replacement - Blanket Primary Non-Contributory Additional Insured Including Completed Operations, Blanket Waiver of Subrogation applies in favor of any person or organization if called for by written contract or agreement per policy forms CG2010 07/04, CG2037 07/04, CAS4002 01/10, CAS5003 01/10, CA8810 01/10, CAS4005 03/10 CERTIFICATE HOLDER CANCELLATION (360)417-4542 publicworks @cityofpa.us SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS, City of Port Angeles Public Works & Utilities Department 321 East: Fifth Street AUTHORIZED REPRESENTATIVE P.O. BOX 1150 Port Angeles, WA 98362-0217 Bradley Roberts/DRP ACORD 25(2010105) ©1988-2010 ACORD CORPORATION. All rights reserved. INS025(201005)-01 The ACORD name and logo are registered marks of ACORD COMMENTSIREMARKS o City of Port Angeles, The contracting Agency and it's officers, elected officials, employees, agents, and volunteers are added as additional insured 1 e i GFREMARK - - - -- CdPIRIGHT 20001, AMS SERVICES INC. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED—OWNERS,LESSEES OR CONTRACTORS—SCHEDULED PERSON OR ORGANIZATION Attarhed Tg v,nd Forming P=of PoTrcy Cat&of Endorsement Madsen Roofing Inc 0"I OIIQfl13 wINAIII,01AM at the Famed insured ad- dress shown on the Ded2rations Adcbtrorrat Premium Return Premium: This endorsement modifies insurance provided under the fo0owtng: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Warne OPA+dditionai Insured Parson(s) Or O aniz%flon s: LrtcaHon s Of Covered Operations Blanket,as required by WWII!COMMet. Information required to cam fete this Schedule if not shown above will be shown in the Declarations. A. Section N—who is An insured Is amended to Include B. With respect to the Insurance afforded to time addr as an additional Insured the person(s) or organiza- tlonak insureds,the following additional exclusions ap- tion(s)shown In the Schedule,but only with respect to ply,liability ,for"bodlly injury","property damage"or"per- This Insurance does not apply to "bodily Injury" or sonal and advertising injury" caused, in whole or In "propertydamage"occurritg after: part,by' 1. All work, Including matarlals, parts or equipment 1. Your acts or omissions;or furnished In connection with such work, on the 2. The acts or omissions of those acting on your be- project (other than service, maintenance or re- half', pairs)to he performed by or on behalf of the addi- In the performance of you r ongoing operations for the tional Insured(s)at the location of the covered op- additional insured(s) at the locations) designated erations has been completed;or above, 2. That portion of"your work"out of which the injury or damage arises has been put to Its intended use by any person or organization other than another contractor or subcontractor engaged In performing operations for a principal as a part of the same project cG 2010 Q704 0 150 Properties,Inc.,2004 Page 1 of 1 THE ENDOItSEMENT CHANGES THE POUCY. PLEASE READ IT CAREIFULLY, ADDITIONAL INSURED®OWNERS, LE$SEES OR CONTRACTORS—COMPLETED OPERATIONS M0011193 01'�12112-AM at the Ramed Insured ad- Madsen Roofing Inc 000 dress shown an the Dedaratiorm Return emmium. This endorsement modifies Irtsurarme provided under the foliawinr. COMMERCIAL GENERAL UABILITY COVERAGE PART SCHEDULE Name Of Additional insured Person(s) Lmatk k i An d Di�s criptl on Of Corn,gWed 0 p O—RE - Oromankatlanis).Blanket,as required by wrMan conlract. Information I.quired to cornpietL Ws Sdiedu I the Declaration& Section ff—Who Is An Insured is amended to Include as an additional Insured the person(s) or organization(s) shown in the Schedule,but only with respect to liability for "bodily injury" or "property damage" caused, In whole or in part,by"your work"atthe(oration designat- ed and described in the schedule of this endorsement performed for that additional insured and Included In the "produm-completed operations hazard" CG 20 37 97 IX i3110 Properties, nc.,20M Fagg of THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ rr CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Atmrhed 7'a arrd iorrrring Purr l Pa tY I Effedbve Dote of Endorsement lJomed insured o4W32 1x;01AM shits Named insured Madsen Roofing Inc O1 OOD001193 address shown an the Declarations Addtdonal Pmamlum; Return Prtmhem; $0.00 $0,00 This endorsement modhles insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PRODUGIS/COMPLETED OKRATIONS LIABILITY COVERAGE SECTION IV—CDNDMONS,&Transfer of R10 is of Recovery aPhAt Others to us is amended by the addition of the foflaw�g: We waive any right of recovery we may have against persons or organizations because of payments we make for Injury or damage arising out of'your work"done under a written contract with that person or organDatlon wherein you have agreed to provide this waiver. ALL OTHER TERMS AND CONDITIONS OF THE POLICY REMAIN UNCHANGED, CAS4OD2 013D Page 1 of 1 COWMERCIALALITO THIS ENDORSEMENT CHANGES THE POLMY.PLEASE READ IT CAREFULlY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDOWS T This ent modiffas Insurance provided render the foliovringa BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this andorsemant,the provisions of the policy apply unless modified by the endorsemant. COVERAGEINDEX 50 fflo—ViSLO NUMM ADDITIONAL INSURED BY CONTRACT,AGREEMENT OR PERMIT 3 ACCID9NTAL AIRBAG DEPLOYMENT 12 AMENDED DUTIES IN THE EVENT OF ACCIDENT,CLAIM,SUIT OR LOSS 18 AMENDED FELLOW EMPLOYEE EXCLUSION 5 At D10,VISUAL AND DATA ELECTWNIC E13UIPMENT COVERAGE 1s BROAD FORM INSURED 1 BODILY INJURY REDEFINED 21 EMPLOYEES AS INSUREDS(Including arnployas hired auto) 2 EXTENDED CANCELLATION CONDITION M EXTRA EXPENSE-BROADENED COVERAGE 10 GLASS REPAIR-WAIVER OF DEDUCTIBLE is FARED AUTO PHYSICAL DAMAGE(Including employee hired auto) 6 HIRED AUTO COVERAGE TERRITORY ' 20 LOAN t LEASE GAP 14 PARKED AUTO COLLISION COVERAGE(WAIVED OF DEDUCTIBLE) 15 PERSONAL EFFECTS COVERAGE 11 PHYSICAL DAMAGE-ADDITIONAL TRA NSPORTAMON EXPENSE COVERAGE 8 RENTAL REIMBURSEMENT 9 SUPPLEMENTARY PAYMENTS 4 TOWING AND LABOR 7 UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS 17 WAIVER OF 77MSFER OF RIGHT'S OF RECOVERY AGAINST OTHERS TO US 19 SECTION If-LlAB1IM COVERAM is amended as follows: 1. BROAD FORM INSURED SECTION it -LIABILITY COVERAGE,paragraph A.I.-WHO IS AN INSURED Is amended to Include the following as an Insured. d. Any legally inowporated entity of which you own more than 50 percent of the voting stock during the policy period.However,"Insured"does not Include any organization that: M; Is a partnership;,r J;Ir�t venture;ur (2) Is an insured under any other automobile policy;or (3) Has exhausted its Limit of insurance under any other automobile policy. Paragraph d. (2) of this provision does not apply to a policy written to apply specifically in excaan of this policy. e. Any organization you newly acquire or form,other than a partnership or Joint venture,of which you own more than 50 percent of the voting stock.This automatic coverage Is afforded only for 100 days from the date of acquisition or formation. However,coverage under this provision does not apply: (1) if there is similar insurance or a self-insured retention plan available to that organization; 62a10 Liberty Mutual Insurance Company.Aii rights rerserved. CA 88 10 04, 10 Inciudes copyrigiftd material of Insurance Services Office foe.,with its Permission, ire i of 7 J2) If the Limits of insurance of any other Insurance policy have been exhausted;or (3) To"bodily injury"or"property damage"that occurred before you acquired or formed the organization. 2. EMPLOYEES AS INSUREDS SECTION It-LIABILITY COVERAGE,paragraph A.I.-WHO IS AN INSURED is amended to Include the following as an insured: f. Any "employee" of yours while using a coverer! "auto" you do not own, hire or borrow but only for acts within the scope of their employment by you.insurance provided by this endorse- ment Is excess over any other Insurance available to any"employee". B, An"employee"of yours white operating an"auto" hired or borrowed under a written contract or agreement in that "employee's" name,with your permission,white performing duties re- lated to the conduct of your business and within the scope erf their employment. Insurance provided by this endorsement is excess over any other insurance available to the"employee 3. ADDITIONAL INSURED By CONTRACT,AGREEMENT OR PERMIT SECTION ti-LIABILITY COVERAGE,paragraph A.I.-WHO iS AN INSURED is amended to Include the following soon Insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto",provided that you and such person or organization have agreed in a written contract, agreement,or permit issued to you by governmental or public authority,to add such person,or organization,or governmental or public authority to this policy as an"insured". However,such person or organization isan"insured": (1) Only with respect to the operation,maintenance or use of a covered"auto"; (2) Only for"bodily injury"or"property damage" caused by an "accident"which takes place after you executed the written contract or agreement, or the permit has been issued to you;and (S) Only for the duration of that contract,agreement or permit 4. SUPPLEMENTARY PAYMEM'S SECTION II - LIABILITY COVERAGE, Coverage Extensions, 2.a. Supplementary Payments, Para- graphs(2)and(4)are replaced by the following: (2) Up to $3,000 for cost of bail bonds (including bonds for related traffic violations) required because of an"accident"we cover.We do not have to furnish these bonds. (4) Ali reasonable expenses Incurred by time insured at our request,including actual loss of earn. ings up to$500 a day because of time off from worlL b. AMENDED FELLOW EMPLOYEE E=USTON In those jurisdictions where,by law,fellow employees are not entitled to the protection afforded to the employer by the workers compeMtlon exclusivity rule, or similar protection,the following provision is added: SECTION II- LIABILITY,exclusion 8.5.FELLOW EMPLOYEE does not apply if the "bodily injury" results from the use of a covered"auto"you own or hire. , SECTION III-PHYSICAL DAMAGE COVERAGE is amended as follows- 6. HIRED AUTO PHYSICAL DAMAGE Paragraph AA Coverage Extensions of SECTION III-PHYSICAL DAMAGE COVERAGE,Is amended by adding the following: If hired "autos" are covered "autos" for Liability Coverage, and If Comprehensive, Specified Causes of Loss or Collision coverage are provided under the Business Auto Coverage Form for any "auto"you own,then the Physical Damage coverages provided are extended to"autos": a. You hire,rent or borrow;or 02410 Liberty Mutual Insuram Company.Ail rights reserved. CA 8810 0110 inoludes copyrighted material of Insurance Servioes Office ino.,with Its Parrninton. Page 2 of 7 b. Your."employee" hires or rents Under a written contract or agreement in that "employee e" ;.arse, but only If 3r a darn-age occurs while the vehicle Is Ing u Iry +te 00 1 6 of Your business, subject to the r"ailwwing limit and diitiiiCli 61 A. The most we will pay for"loss"in any one 'accident"or"lose"is the smelled of: (1) $50,000,or (21 The actual,sash value of the damaged or stolen property as of the time of the"lose;or (8) The cost of repairing or replacing the damaged or stolen property with other property of like kind and quality,minus a deductible. B. The deductible will be equal to the largest deductible applicable to any owned `auto"for that coverage. C. Subject to the limit, deductible and excess provisions described in this provision, we will provide cmearage equal to the broadest coverage applicable to any covered"auto"you own. 0. Subjer.t to a maximum of$750 per"accident",we will also cover the actual loss of use of the hired "auto" if it results from an "accident", you are legally liable and the lessor Incurs are acuAl financial loss. E. This coverage extension does slot apply to: (1) Any"auto"that is hired,rented or borrowed with a driver,or (2) Any"auto"that is hired,rented or borrowed from your°employee". For the purposes of this provision,SECTION V-DEFINITIONS is amended by adding the following- "Total loss" means a ,loss"in which the cost of repairs plus the salvage value exceeds the actual cash value. 7. TOWING AND LABOR SECTION(11-PHYSICAL DAMAGE COVERAGE,paragraph A2.Towing,Is amended by the addition of th a following: we will pay towing and labor costs Incurred,up to the limits shown below,each time a covered "auto" classified Ind rood as a.private passenger type, flight truck" or "medium truck" is dis- abled: a. For private passenger type vehicles,we will pay up to$50 per disablement. b. For "light trucks",we will pay up to$50 per disablement. "Light truola"are trucks that have a gross vehicle welght(OV14V)of 10,=pounds or Ieoz. c. For"medium trucks",we will pay up to$150 per disablement."Medium trucks"are trucks that have a gross vehicle we ght(GVW)of 10,001-20,000 pounds. However,the labor must be performed at the place of disablement. B. PHYSICAL DAI i1lA{3E-ADDITIONAL TRANSPORTATIMN EXPENSE COUFERAGE Paragraph AA a.,Coverage Extension of SECTION IN-PHYSICAL DAMAGE COVERAGE,Is amend- ed to provide a limit of$60 per day and a maximum limit of$1,500 X010 Liberty WhAuai inwrence Company,Ali ri retservsa. Chi 88`10 01 110 Includes copyrighted material of insurance services once kw—with ks e irt-nisalon. Paip a of 7 B. RENTAL RE M13URSEMENT SECTION 111-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,Is amended by adding the following. a. We will pay up to$75 per day for rental reimbursement expenses incurred by youforthe rental of an "auto" because of"accident" or "loss",to an "auto" for which we also pay a "loss" under Comprehensive, Specified Causes of Loss or Collision Coverages. We will pay only for those expenses incurred after the first 24 hours following the "accident" or "loss" to the covered"auto." b. Rental Reimbursement will be based on the rental of a comparable vehicle, which In many cases may be substantially less than$75 per day,and will only be allowed for the period of time It should take to repair or replace the vehicle with reasonable speed and similar quality,up to a maximum of 30 days. e. We will also pay up to$500 for-reasonable and necessary expenses incurred by you to remove and replace yourtools and equipmentfromthecovered"auto". d. This coverage does not apply unless you have a business necessity that other"autos" avall- able for your use and operation cannot fill. e, If"loss"results from the total theft of a covered"auto"of the private passenger type,we will pay under this coverage only that amount of your rental reimbursement expenses which Is not already provided under Paragraph 4.Coverage Extension. f. No deductible applies to this coverage. For the purposes of this endorsement provision,materials and equipment do not include"personal effects"as defined In provision 11. 10. EXTRA EXPENSE BROADENED COVERAGE Under SECTION III-PHYSICAL DAMAGE COVERAGE,A.COVERAGE,we will pay forthe expense of returning a stolen covered"auto"to you.The maximum amount we will pay is$1,000. 11. PERSONAL EFFECTS COVERAGE A. SECTION III - PHYSICAL DAMAGE COVERAGE, A. COVERAGE, Is amended by adding the following: If you have purchased Comprehensive Coverage on this palicv for an"auto"you own and that "auto" is stolen, we will pay, without application of a deductible, up to $600 for"personal effects"stolen with the"auto." The Insurance provided under this provision Is excess over any other collectible insurance. B. SECTION V-DEFINITIONS Is amended by adding the following: For the purposes of this provision, "personal effects" mean tangible property that Is worn or carried by an insured." "Personal effects"does not include tools,equipment,jewelry,money or securities. 12. ACCIDENTAL AIRBAG DEPLOYMENT SECTION III-PHYSICAL DAMAGE COVERAGE,B.EXCLUSIONS Is amended by adding the follow- ing: If you have purchased Comprehensive or Collision Coverage under this policy,the exclusion for "loss"relating to mechanical breakdown does not apply to the accidental discharge of an airbag. Any Insurance we provide shall be excess over any other collectible insurance or reimbursement by manufacturer's warranty. However, we agree to pay any deductible applicable to the other cov- erage or warranty. 13. AUDIO,VISUAL AND DATA ELECTRONIC EQUIPMENT COVERAGE SECTION III-PHYSICAL DAMAGE COVERAGE,B.EXCLUSIONS,exception paragraph a.to exclu- sions 4.c,and 44 Is deleted and replaced with the following: f2010 Liberty Mutual Insurance Company.All rights reserved. CA 8810 0110 Inoludes oopyri"d materiel of insurance Services Office Ina,with Its Permission. Page 4 of 7 Exclusion 4.c,and 4.d.do not apply try. a. Elearonle equipment that receives or transmits audio,visual or data signals,whatther or not designed solely for the reproduction of sound,If the equipment Is permanently Installed in the covered"auto"at the time of the"lase"and such equipment Is designed to be solely SOMW by use of the power from the "auto's" electrical system, in or upon the covered "auto" and physical damage au ragas are provided for the covered"auto";or If the loss" occurs solely to audio,visual or date electronic equipment or accessories used with I his equipment,Umn our obligation w pay for,repair,return or replace damaged or stolen property, will be reduced by a$100 deductible. 14. LOAN t LEASE GAP COVERAGE A. Paragraph C., LIMIT OF INSURANCE of SECTION III . PHYSICAL DAMAGE COVERAGE Is amended by adding the following: The most we will pay for a"total Iris" to a covered "auto" owned by or leased to you In any one"accident"is the greater rlf the: le Balance due under the terms of the loan or lease to which the damaged covered"auto"is suWaa et the time of the"Joss"less the amount of: a. Overdue payments and financlal penalties associated with those payment as of the date of the"loss", b. Financial penalties Imposed under a lease due to high mileage,emissive use or ab- normal wear and tear, a: Cie for mdended warrantles, Credit Life Insurance, Health,Accident or Disability Insurance purchased with the Joan or lease, d. Transfer or rollover balances from previous loans or uses, a. Final payment dire under a"Balloon Loan", f. The dollar amount of any'unrepalred damage which occurred prior to the"total loss" of.a covered"auto", 9. Securlty deposits not refunded by a lessor, IL All refunds payable or paid to you as a result of the early termination of a lease agreement or as a result of the early termination of any warranty or extended service agreement on a covered"auto", 1. Any amount representing taxes, J. Loan or lease termination fees;or a. The actual cash value of the damage or stolen property as of the time of the"loss". An adjustment for depreciation and physical condition will be made in determining the actual cash value at the time of the"loss".This adjustment is not applicable In Texas. S� ADDITIONAL CONDITIONS This coverage applies only to the original loan for which the covered"auto"that incurred the loss serves as collateral,or lease written on the covered"auto"that incurred the lose. C. SECTION V-DEFIK IONS is changed by adding the following: As used in this endorsement provision,the following definitions apply. "Total loss" means a "loss" In which the cost of repairs plus the salvage value exceeds the actual cash value. A"balloon loan" Is one with periodic payments that are Insufficient to repay the balance over the term of the loan,thereby requiring a large final payment. 02010 Uberty mutual insurance company.Ali rights reserved. CA 85100110 Inorudes copyrighted material of insurance 3e►Yloss Offir as inia,VAlb lid FOWI esion. rage Ei of 7 I& GLASS REPAIR-WAi MR OF DEDUCTIBLE Paragraph D. Deductible of SECTION Ili - PHYSICAL DAMAGE COVERAGE Is amended by the addition of the following: No deductible applies to glass damage if the glass Is repaired rather than replaced. 18. PARKED AUTO COLLISION COVERAGE(WAIVER OF DEDUCTIBLE) Paragraph D. Deductible of SECTION iII - PHYSICAL DAMAGE COVERAGE Is amended by the addition of the following: The deductible does not apply to "loss"caused by collision to such covered"auto"of the private passenger type or light weight truck with a gross vehicle weight of 10,000 lbs.or less as defined by the manufacturer as maximum loaded"ghtthe"auto"Is designed to carry while it Is: a In the charge of an"insured"; b. Legally parked;and c. Unoccupied. The"loss"must be reported tothe police authorities within 74 hours of known damage. The total amount of the damage to the covered "auto" must exceed the deductible shown in the Declarations. This provision does not apply to any "loss"If the covered"auto"Is in the charge of any person or organization engaged In the automobile business. SECTION IV-BUSINESS AUTO CONDITIONS is amended as follows: 17. UNINTENTIONAL FAILURE TO DISCLOSE HAZARDS SECTION IV-BUSINESS AUTO CONDITIONS,Paragraph 0.2.Is amended by adding the following: If you unintentionally fall to disclose any hazards,exposures or material facts existing as of the Inception date or renewal date of the Business Auto Coverage Form,the coverage afforded by this policy will not be prejudiced. However, you must report the undisclosed hazard of exposure as soon as practicable after Its discovery,and we have the right to collect additional premium forany such hazard or exposure. 18, AMENDED DUTIES IN THE EVWT OF ACCIDENT,CLAIM,SUIT,OR LOSS SECTION IV-BUSINESS AUTO CONDITIONS, paragraph A2.s. is replaced in its entirety by the following: a. In the event of "accident",claim, "suit" or "loss", you must promptly notify us when It Is known to: 1. You,If you are an individual; 2. A partner,if you are a partnership; 3, Member,If you are a limited liability company; 4. An executive officer or the "employee" designated by the Named insured to give such notice,If you are a corporation. To the extent possible,notice to us should include: (1) How,when and where the"accident"or"loss"took place; (2) The"Insureds"name and address;and (S) The names and addresses of any injured persons and witnesses. 18. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV - BUSINESS AUTO CONDITIONS, paragraph A.6.. Transfer of Rights of Recovery Against Others to Us,is amended by the addition of the following: If the person or organization has waived those rights before an"accident"or"loss",our rights are waived also, ft010 Liberty Mutual Insurance Company.All rights reserved CABS 10 01 10 Includes copyrighted material of insurance Services offloe:na,with Its Permission. Page 6 of 7 20. HIRED AUTO COVERAGE TERRITORY SECTION IV-BUSINESS AUTO CONDITIONS,paragraph 8.7.,Pollcy ftrIod,Goverage Terri+ ry,Is amended by the addition of the following: f, For"autos"hired 30 days or tees,the coverage territory to anywhere in the world,provided that the insured'$responsibility to pay for damages Is determined in a "suit",on the merlts,In the United States,the territories and possessions of the United States of America,Pusrio Rl=or Canada or in a settlement we agree to. This tension of coverage does not apply to an"auto" hired,,leased,rented or borrowed with a driver. SECTION V-DEFINITIONS is amended as follova: 21. BODILY INJURY REDEFINED Under SECTION V-DEFINTIONS.definition C,is replaced by the following: "Bodily Injury"means physical Injury,sickness or disease seined by a person,Including mend anguish,mental Injury,shod,fright or death resulting from any of these at any time. COMWAON POLICY CONDITIONS 22- ENDE0 CANCELLATION ION COMMON POLICY CONDITIONS,paragraph A.>CANCELLATION condition applies except as fol- lows: If we cancel for any reason other then nonpayment of premium,we will mail to the first blamed Insured written notice of cancellation at feast 60 Mays before the e€Ieative date of cancellatim This provision does not apply In those matea which require more than 00 days prior nice of calla- tion. 022010 Lib&rW MuWal Imuramm Gimp ny.All dghts r rved. CA go"10 Ili "AD larJudes aopyrWhted meta dal of lnsuratic*SoNim Woe hm,a rM 40 p0massloru page 7 of 7 City of Port Angeles ATTACHMENT "E" Engineering Office FORMS Public Works and Utilities Department 360-417-4700 REQUEST FOR INFORMATION (RFI) FORM PROJECT NAME: PROJECT/CONTRACT NUMBER: ORIGINATOR: ❑ Owner ❑ Contractor ITEM: REFERENCE DRAWING OR SPECIFICATION: DESCRIPTION OF CLARIFICATION/REQUEST: DATE REPLY REQUESTED: CRITICAL TO SCHEDULE: ❑ YES ❑ NO ORIGINATOR SIGNATURE: DATE: COMMENTS: RFI Number: Project#152881-1 Page 38 Rev.8/30/2011 Ok P r A City of Port Angeles Public Works Department 321 East 5th Street/Port Angeles, WA 98362 1t�NG Contract No.&Title Project Manager: Date Change Prime: Prepared Order No. Change Title: Change Scope/Justification: I CONTRACT AMOUNT Original Contract Original Substantial Completion Ila Previous Change Orders Previous Time Extension by Change Order(days)* This Change Order Amount(including Suspension of Work(days) applicable taxes) New Contract Amount Change Order#1 Time Extension(days) New Substantial Completion CONTRACTOR: CITY OF PORT ANGELES Signature Signature Name&Title Name&Title Date: Date: This Change Proposal shall represent full and complete compensation and final settlement of all Claims for all(1)time;(2)direct,indirect, and overhead costs;(3)profit;and(4)costs or damages associated with delay,inconvenience,disruption of schedule,impact,ripple effect,loss of efficiency or productivity,acceleration of work,lost profits,and/or any other costs or damages related to any work either covered or affected by the Change Proposal,or related to the events giving rise to the Change Proposal. Project#152881-1 Page 39 Rev.8/30/2011 CONTRACTOR'S APPLICATION FOR PAYMENT Page 1 of 2 PROJECT Vern Burton Community Center Re-Roof PROJECT NO.PK 06-05 _ TO: City of Port Angeles DATE: Public Works&Utilities Department P.O.Box 1150 Port Angeles,WA 98362 FROM: PAYMENT REQUEST NO. PERIOD From: to[end of period]: STATEMENT OF CONTRACT ACCOUNT 1 Original Contract Amount(Excluding Sales Tax) $ 2 Total Value of Approved Change Order No(s). (Excluding Sales Tax) $ 3 Adjusted Contract Amount[1+2] $ 4 Value of Work Completed to Date (per attached breakdown) $ 5 Material Stored on Site(per attached breakdown and material receipts) $ 6 Subtotal[4+5] $ 7 8.4%Sales Tax(at 8.4%of Subtotal),As Applicable $ 8 Less Amount Retained(at 5%of subtotal) $ 9 Subtotal[6+7-8] $ 10 Total Previously Paid $ 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 represent 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 Project#152881-1 Page 40 Rev.8/30/2011 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(s)received by the Applicant to(1)all lower-tier 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 and for all materials, equipment,labor,taxes and assessments arising out of the performance 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 Project#152881-1 Page 41 Rev.8/30/2011 II �0FpoRrlyo m =� CERTIFICATION OF resnN�s° WORK COMPLETION AND ACCEPTANCE PROJECT: PROJECT NO.: All work on the above referenced project has been completed in accordance with the contract documents and the final inspection and the warranty provision included therein or relating thereto. The final estimate in the amount of$ , including any applicable taxes, has been reviewed and is in agreement with our records. I further certify that the final estimate amount shown above is a true and correct statement showing all the monies due me from the City of Port Angeles for work performed and material furnished under this contract. City Council acceptance and final payment, including retained percentages, is hereby respectfully requested. , Contractor, hereby releases the City of Port Angeles, Washington, from any and all liens arising out of this Contract or is, herewith, providing a bond covering all unpaid obligations for work, materials, equipment or any other liens outstanding on this Contract. CONTRACTOR: ADDRESS: AUTHORIZED OFFICIAL: DATE: Project#152881-1 Page 42 Rev.8/30/2011 ATTACHMENT "F" Project Plans' Project#152881-1 j ABBREVIATIONS I ARCHITECTURAL SYMBOLS OF DRAWINGS ,J CITY OF PORT ANGELES V , i VERN BURTON COMMUNITY CENTER ROOF R CITY PROJECT NO.PK06-2005 308 E.FOURTH STREET PORT ANGELES,WASHINGTON VICINETY KEY PLAN VICIN rTY MAP i, c/s 4f ----- __- P�I p( I I I W �I .. '.� DESIGN TEAM Fr Pli _ e o t I, z I ! G VICINITY KEY PLAN Fviev<m:/..r y iMERSHEEI' ;�✓ b Arch Re � n aW RRI A10-1 n S 6 Port � 'azl n y a 1- -- - - I MErZ7 l LKnq RoD a � arl I nuLTI—R—E Raon r } --en GEE E LOU- i M . F I l A N 5 C A P E D n A L Ll/ / AN / u FLOOR PLAN FLOOR PL Arch e. a hxwre,ue. Rm[N A2-1 .R,o.��-u vo i E -•.w.tm,�. GENERAL NOTES. _:..___...— g d ---111 -�--- « KEYNOTES: t I Iy rq� -C e ma F i fl—,7},� �x w DEMOI fT70N ROOF PLAN 11 OF D'e�k)RO P A\T.OTEa A3-1 GENERAL NOTES: Fry x, ;f I _III II r�l KEY N...ES Z, t r )i i 3 { 3 M ? f. ROOF PLAN b Arch eaRan amp E B A ditW m.Ltd ! L .. R P . _ a �,�� PLAN�A3 2 k - -------------- ...... IBM -—--------- a h TYPICAL ROOFVQ CONFIGURATION DETAIL r. ,PARAPET AT CONNECTOR ROOF ROOF DRAIN DETAILS TYPICAL PENETRATION SMALL PIPE jl PE\ETRATIONPIFE DETAIL d 2 TYPICAL ROOFING CONFIGURATION DUAL TYPICAL MECHANICAL CURB DETAIL kojr m;mul b_,�rch Be Alitt-,Ud. GENERAL NOTES: ---------------------- cc— � p I bOOC� 4.SECTION.DETAIL AT CONDOR PENETRATION PLAN DETAIL AT CONDUIT PENETRATION- ' .�. 7\TYPIC AL ROOF NG w OUT S ID ECO�NEtDE�TAI / % ,a i 1- I DETAIL AT VAULT-TRANSRION \ .i e / __I r 1 8 SCUPPER DETAIL 2�TYPICAL ROOFING INSIDE CORNER DETAIL �g R00 FDETAILS LL ry Bea an ArineC1L e L10. GENERAL NOTES: RTI c R�a A3-4 eta ATTACHMENT "G" Addendum 1' I a Project#152881-1 A ADDENDUM NO. 1 TO PROJECT MANUAL FOR KS VERN BURTON RE-ROOF PURCHASE CONTRACT NO. PK06-05 NOTICE TO PROSPECTIVE BIDDERS Bid Opening July 29, 2014 This is a Small Works Roster Project per RCW 39.04.155 A pre-bid meeting was held July 23, 2014 from 10:00 am to 12:00 pm. Concern was expressed over the lack of information pertaining to the current condition of the Vern Burton roofing materials. Contractor representatives requested a copy of the 2013 roof inspection report. NOTICE IS HEREBY GIVEN that the instructions and requirements of the subject bid are amended as follows: 1. The attachment represents the full inspection report conducted in October 29, 2013. 2. The Bid Opening Date remains unchanged. The bid opening date is Tuesday, July 29, 2014 at 2:00 PM. This addendum must be acknowledged in the space provided on the Bid Form in the Project Manual that is submitted to the City. Failure to do so may result in the proposal being rejected as non-responsive. .............. M.C. Puntenney, P.E, City Engineer Page 1 of 8 I Port Angeles City Hall—Vern Burton Community Center 321 East Sth Street,Port Angeles,Washington Roof Report October 29,2013 �firk i uY Prepared by: George Pfeiffer Coastal Specified Products Division 7 Representatives 7100 212"street Sw Edmonds,WA 98062 John Lupo with John Lupo Construction in Aberdeen,Washington and I visited the project site on October 18,2013. With the help of city staff,we walked the roof and made the following observations. � N 1„� J r I The barrel roof over the gym and the flat sections at the base on each side have one mineral surface BUR roof existing. The roofs on both ends of the barrel were reroofed without removal of the first roof. When shingles are installed on a barrel roof,the top Is too flat so a BUR roof is installed as noted in the photo on the right(above). eI� h Two existing roofs on the ends of the barrel roof. 4 d r% per u a, Fi r r Core taken from the east side of the flat roof at the base of the barrel roof indicates one roof. Ke / J The southwest end of the roof has the air conditioning for the building including the server room. These units will have to be lifted to remove and reinstall taper to drain and new membrane. o y s The sides of the barrel roof had ponding water. Anew roof system would add taper to drain these areas. The low roof area adjacent to the atrium roof has a central drain near the center. d i r i i I It is a large drain with a leader that is about 6 inches wide. However,there is no overflow drain. The photo(upper right)may have been the overflow at one time. i s i OP f„ I I s I "w, � r a r �,�r' uuuuuu 1 Jt r'rrrlf>> The mechanical unit screen in the photo at the upper left represents a significant challenge to tearoff of the old roof and the reroofing. The braces that hold the partition in place are not square or round tubing. This makes them virtually impossible to seal into the existing or the proposed membrane system. Like the NVCA units on the opposite end,the air handling ducts within the partitioned area will need to be removed and reinstalled. 1 i t gh The community room at the south end of the building has a mechanically attached Hypalon membrane installed directly over a BUR roof. It is recommended that this roof be replaced to take advantage of the mobilization cost associated with the proposed work. In summary,the number of repairs made to the existing roof sections is a clear indication that the useful life expectancy has been reached. It is noteworthy that the wood frame roof structure does not benefit from leaks that ultimately effect the strength of the wood. Removal of the existing roofs down to the wood decks will provide an opportunity to visually inspect their integrity. Unit costs for replacement of deck components could be included in the project scope. The barrel feature over the gym is visible from the street. If a white membrane Is used,it will have a monolithic look similar to the roof on the courthouse across the street. i !r/ 'u�fli ran Nrr Mpioii %/D/lOtii//%i/a�plrflf�OG'!�� Jl�dUl f A photo of the Courthouse roof. We appreciate the opportunity to get up on the roof and provide this report. Please let us know if there is anything we can do to explain elements of the existing or proposed roof system. Sincerely, George Pfeiffer Coastal Specified Products Division Seven Representatives 7100 212th Street SW Edmonds,WA 98026 206-696-0042 Disclaimer: The information provided in this correspondence,as well as other information that may have been conveyed by a Coastal Specified Products (CSP)employee,Is not to be considered professional architectural or engineering advice.Such information is provided only as suggestion for further review by a licensed architect or engineer.The employees of CSP are not licensed architects or engineers,and CSP does not assume responsibility for actions taken in reliance on such Information. ATTACHMENT "H" Madsen Roofing, Ines Bid Received i r i i r i J i i I J j f I 1 � I { Prajcct#152881-1 BID FORM ' Project Title: Vern Burton Memorial Community Center Re-Roof Project Number: PK 06-05 | The bidder hereby bids the following amounts for all work(including labor, equipment, time and materials) requiredtopmdbnnthewm/kinth� �bah�m�ntofVVork�ndthimp�ukage. ) - ' Bid Form Vern Burton Roof Standard UNIT ITEM Specification DESCRIPTION QTY UNIT PRICE AMOUNT 1 1-04 MI'NOR CHANGE 1 FA $10,000m $10,000.00 2 1-09 MOBILIZATION I LS THERMOPLASTIC 3 Provisions SYSTEM I LS Special $20,000.00 $20,000.00 5 INSTALL 6"OVERFLOW DRAIN 1 FA $2,500.00 $2,500.00 Total Bid Q)�L � |` 1.The bidder hereby acknowledges that it has received Addenda No(s) (Enter"N/A" if none were issued)to this Request for Bid package. | 2. 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, are listed below. Any written notices required by the terms of an awarded contract shall be served or mailed to the following address: Contractor Information: � 1. Company Name: < LL ^ | / 2. Address: 3. City Sb�� ��pCode: � � 4. Phone Number: 5. Contractor Registration Number G. UB| Number: lVVA State Industrial Insurance Account Number: Project: PK 06-05 . Page 3 Rev 08/30/2011 l Y p 8.WA State Employment Securit Dept Number: � 9.State Excise Tax Registration Number: LI The bidder represents thtit 4qual d and possesses sufficient skills to bid on this project and the necessary capabilities to perform thfirth in this Contract. Signed by Titlew�d r I Printed Name; Date Project: PIS. 06°05 Page 4 Rev 08/30/2011 r j OONT4 NON-COLLUSION AFFIDAVIT f STATE OF WASHINGTON ) } COUNTY OF..��t.ffl".. 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 advantage over any other bidder or bidders. Signat e b4 r contractor Subscribed and sworn to before me this ."'( day oft 20 t �- P"m C ✓' " u,r d Notar y Pu nd., fo the PU BUG State of Residing at ()J". �4" ro My Comm. Exp.: Project: PK. 06-05..�_�,_..��_m___m__��� Page 5 Rev 08/30%201 t - Herewith find on executed Bid Bonclo,8 deposit in the Yuxm of check order other security in lieu of a bid bond in the amount of$ amount is not less than five(5%)percent of the total bid, SIGN 4 SS | KNOW ALL MEN BY THESE PRESENTS: Travelers Casualty and Surety That we, Madsen Roofing,Inc. as Prindpal and ( bound unto the CITY(]F PORT ANGELES as Obligee, |n the penal aump|F Percent(5%)of Total Bid Amount----- | ------ Dollars,for the payment of which the Principal and the Surety bind themselves,their heirs, executors, iid-ministrators, successors and assigns,jointly and severally, by these presents. | The condition of this obligation is such that if the Obligee shall make any award to the Principal for: | ( Project Title: Pr�eotNumber:f�({6�>5 � / according to the terms of the bid made by the Principal, and the Principal shall duly make and enter into a contract with the Obligee in accordance with the terms of said bid and award and shall give bond for the faithful / performance thereof,with Surety or Sureties approved by the DMgee;orif the Principal shall, in case uf failure op | to do, pay and forfeit{o the Obligee the penal amount mfthe deposit specified in the advertisement for bids,then � this obligation shall be null and void; otherwise it shall be and remain in full force and effect wnd the Surety whmU forthwith pay and forfeit to the Obligee, as penalty and liquidated damages,the amount of this bond. i | EALED AND DATED THIS 29th day of July 20_�4_ / ny� 1501 Fourth Avenue-Suite 1000 1 Century 10 621 Pacific Ave.Suite 400 Seattle,mmomm WA 98402 - � � ` Suretywddresn Agent Address Jared Averill q.rts.253-272-1151 Surety Contact and Phone Number Agent Contact and Phone Number Dated, Received return of deposit inthe sum of ^ PK0&-O5 Page ae°OBOO/2Vl/ ` � ! BID FORM / . Project Title, �l��n�xj��Ro�. P�jm�NumberpK X�L�5 | E3!DDER: Madsen Ro fi Inc. The undersigned, hereinafter called the bidder, deuiamm that the only person(s)interested in this bid are those named herein;that the bid ioin all respects fair and without fraud; and that dis made without any connection or \ collusion with any other person making o bid on this project. The bidder further declares 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 u|ta(o)|that it has satisfied itself msto the and quantities uf materials,the typo's of equipment,the conditions of the work involved, including the fact that the description of and the quantities of work and materials, the types ofequipment,the conditions of and the work involved ms included herein, are brie/ ( and are intended only to indicate the general nature of the work and to identify the said quantities with the ( corresponding requirements mf the Project Manual;and that this bid im 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 interpretafion of surface information and has utilized all data which it believes iapertinent 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 conduoi*n. 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: ! icu n h a Associates,Inc. �6`ret'y­ Agent | `oo`Fourth Avenue-Suite'mm|Century Square,Floor,n | Seattle,wwomo1 ' Surety address Agent Address / Brad Roberts,253-272'1151 Surety Contact and Phone Number Agent Contact and Phone Number ` PKU6-O5 Page Rev 08/30/2011 F` , - � � | � ` ! ` WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER POWER OF XrTORNEY TRAVELERSFarmington Casualty Company St.Paul Mercury Insurance C,ompany Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company ofArnerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. Certificate No. 005583693 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Corripany, St. Paul Guaidian Insurance Company, St. Paul Mercury Insurance C,oinpany,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company ofArnerica, and United State', Fidelity and Guaranty Company are corporat ions duly organized under the law,,, of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly or,,ganizecl under tiie laws of the State of'Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby niake,constitute and appoint Karen Ingram,Karen J.Smith,Julie Craker,'rhomas P. Hentschell,Leslie A.Parks,Brad Roberts,and Joanne Reinkensmeyer of tile City of Tacoma State of-- Washirnytoi their true and lawful Attorney(s)-m-Fact. each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recol-nizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons.guaranteeing the performance of contracts and executing or guaranteeing-bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed,this Ist (Jay of August 2013 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelit y and Guaranty Insurance Company Travelers Casualty and Surety CompanN Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Conipan'vi ofAmerica St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company 10 State of Connecticut By: City of Hartford ss. Robert L.Raiiey 5e'lljor Vice Pl,�,idcnt Oil this the I st dav of August 2013 before me pers onally appeared R obeft L.Rane�.%�ho ky)o I c dge d him se If to be the SenurVice President of Farmington Casualty ompany, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insui ance(..�nde�\�riters.In(:..St.Paul Fire and Marine.InStUance Compan�,St.Paul Gliardian Insurance Company,St.Paul Mercury Insurance Cofnpany.Travelef�Castwlt\ and Sineiv Coinpawy.Tra%clers Casualty and Surct� Company of Aniedca.and L"nited States Fidelity and Guaranty Company,and that he.as such,being authorized so to(to.eXeCtaed thC f0fCgOm' i1h4fUrnent for the purposes therein contained by signing on behalf of the corporations by himself as a(1111y authorized officer. In Witness Wficreof,t hereunto sot my hand and official seal. TM &AAA My Commission exph es the 30th day of June,20 16, %IefiC C.Flttll��Jlft.N !'L1',1W 58440-8-12 Printed in U.S.A. ^ WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER I of o"'I t C p y e WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Farmington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters, file., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance, I ornpany,St, Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company ofAmerica,and United States Fidelity and Guaranty Company,which resolutions are now in fill force and effect,reading as follows: Ffdc FRESOLVED,that the Chairman,the President,any Vice Chairman,any Executive Vice President,,my Senior Vice President,any Vice President,,my Second Vice I'S PoePresident,the Treasurer,any Assistant Treasurer,the Corporate Secretary or any Assistant Secretary inay appoint Aitorneys-in-Fact and Agents to act for and oil behalf ,'it,t, i'll of th of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with tile Con,,Co. Company's scal bonds,recognizances,contracts of indemnity,and other writings obligatory in the nature,of a bond,recognizance,or conditional undertaking,and wiv P'ny', of said officers or the Board of Directors at any time may remove arly such appointee and revoke the power given hill)or her;and it is of said oth, FURTHER RESOINFI),that the Chairman,the President,any Vice Chairman,any Executive Vice President,any Sertiol-Vice Presklent or any Vice Picsident may delegate all or any part ofthe foregoing authority to one or more officers or eiriployees of this Company,provided that each such delegation is in writing and a copy thereof is filed fit file office of the Secretary;and it is FURTHER RESOLVED,that any bond,recognizance,contract of indemnity,or writing obligatory in the nature of a bond,recognizance,or conditional undertakina shall be valid and binding upon the Company when(a)signed by the President,any Vice Chairman,any Executive Vice President,any Senior 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 Coinpany's seal by a Secretary or Assistant Secretary;or(b)duly executed(under seal,if required)by one or more Attorneys-iii-Fact and Agent.,,pursuant to the power prescribed in his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written deleLgation ofauthority: and it is FURTHER RESOINED,that the signature of each of the following officers:President,any Executive Vice President,any Senior Vice President,ally 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 ofAttorney or to any certillcate r,lating thereto appointing Resident Vice Presidents,Resident Assistant Secretaries or Attorneys-in-Fact for purposes only of exectifing-and attesting bonds, and undertakinas and other writings obligatory in the nature thereof,and any such Power of Attorney or certificate hearing such falesintile signature or facsinrile a, shall be valid and bindin',,upon the Company and any such power so executed and certified by such facsimile�jgllaftrre and facsirrifle sea]shall be valid and binding oil the Company in file future with respect to any bond or understanding to which it is attached. 1,Kevin E.Hughes,the undersigned,Assistant Secretary,of Farittington Casualty Company,Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Compai ly,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company do hereby certify that the above and t oregoing, is a true and correct cot)v of the Power of Attorney executed bv said Companies,which is in fill]forre and elffrrt mid lin -q h—--A—1 IN TESTIMONY WHEREOF,I have heieunto set my hand and affixed theseals of said Companies this day of 00 e, SF AL "a' 6"(4 611 ioi SEAL F0 verify the authenticity of this Power of Attorney,call 1-800-421-3880 or contact its at www.travelersbond,com. Please refer to the Attoiney-hi-Fact number,the above-narried individuals and the details of the bond to which the power is attached. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER