Loading...
Project Manual for Reroof Yelm Schools 052510Project Manual Fort Stevens /Mill Pond ReRoof Yelm Community Schools No. 2 Thurston County, Yelm, WA OWNER YELM COMMUNITY SCHOOLS P.O. Box 476 YELM, WA 98597 ARCHITECT ERICKSON MCGOVERN, P L L C 120 131 ST STREET SOUTH TACOMA, WA 98444 CONTACT: RAYMOND MOW DOUG JASON PHONE: (253) 531 -0206 FAx: (253) 531 -9197 IMUMEWMI BY: ____________ ___ __ __ ' Fort Stevens / Mill Pond Yelm Community Schools — No. 02 ' Erickson McGovern ' 1 TABLE OF CONTENTS 2 DESCRIPTION NUMBER OF PAGES ' 3 FRONTISPIECE ............................... 1 ....................................................................................................... 2 4 TABLE OF CONTENTS ............................... ............................... ......................1.111.... 11..1..1....................... 5 VOLUMEI 6 BIDDING REQUIREMENTS 7 SECTION 00030, ADVERTISEMENT FOR BIDS ..................................................... ............................... 3 8 00120, INSTRUCTION TO BIDDERS ...................................................... ............................... 9 9 00500, CONTRACT FORMS .................................................. ............................... I ...... ........ 1 10 00700, GENERAL CONDITIONS ........................................................... ............................... 31 ' 11 00800, SUPPLEMENTARY CONDITIONS ............................................... ............................... 32 12 00830, PREVAILING WAGE RATES ...................................................... ............................... 26 ' 13 SPECIFICATIONS 14 DIVISION 1 GENERAL REQUIREMENTS 15 SECTION 01100, SUMMARY .............................................................................. ............................... 5 ' 16 01200, PRICE AND PAYMENT PROCEDURES— ...................................................... ............. 5 17 01270, UNIT PRICES ........................................................ ............................... 2 18 01300, ADMINISTRATIVE REQUIREMENTS ........................................... ............................... 8 19 01325, CONSTRUCTION PROGRESS SCHEDULE .................................. ............................... 3 ' 20 01400, QUALITY REQUIREMENTS ....................................................... ............................... 4 21 01425, REFERENCE STANDARDS ....................................................... ............................... 2 22 01500, TEMPORARY FACILITIES AND CONTROLS ................................. ............................... 5 ' 23 01600, PRODUCT REQUIREMENTS ..................................................... ............................... 5 2 24 01601, SUBSTITUTION REQUEST FORM ............................................. ............................... 25 DIVISION 1 GENERAL REQUIREMENTS CONTINUED ' 26 SECTION 01700, EXECUTION REQUIREMENTS ................................................... ............................... 10 27 01780, CLOSEOUT SUBMITTALS ......................................................... ............................... 8 ' 28 DIVISION 2. SITEWORK 29 NONE 30 DIVISION 3. CONCRETE ' 31 NONE 32 DIVISION 4. MASONRY 33 NONE ' 34 DIVISION S. METALS 35 SECTION 05500, METAL FABRICATIONS ............................................................ ............................... 5 ' 36 37 DIVISION 6. WOOD AND PLASTICS 38 SECTION 06100, ROUGH CARPENTRY .............................................................. ............................... 7 ' 39 06200, FINISH CARPENTRY ................................................................ ............................... 5 1 290161 Fort Stevens / Mill Pond TABLE OF CONTENTS 1 , Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern ' 1 DIVISION 7. THERMAL AND MOISTURE PROTECTION 2 SECTION 07311, ASPHALT SHINGLES ............................................... ............................... 7 , 3 07550, MODIFIED ASPHALT MEMBRANE ................................ ............................... 8 4 07595, PREPARATION FOR RE-ROOFING ................................ ............................... 2 5 07620, SHEET METAL FLASHING AND TRIM ......................................... ............................... 7 ' 6 07900, JOINT SEALERS ..................................................................... ............................... 4 7 DIVISION 8, DOORS AND WINDOWS 8 NONE ' 9 DIVISION 9, FINISHES 10 SECTION 09900, PAINTS AND COATINGS (NEW CONSTRUCTION) ....................... ............................... 12 ' 11 DIVISION 10, SPECIALTIES 12 NONE , 13 DIVISION 11, EQUIPMENT 14 15 NONE DIVISION 12, FURNISHINGS ' 16 NONE 17 DIVISION 14, CONVEYING EQUIPMENT ' 18 NONE 19 DIVISION 15. MECHANICAL ' 20 NONE 21 DIVISION 16, ELECTRICAL ' 22 NONE 23 END OF TABLE OF CONTENTS ' 1 1 1 1 29016 / Fort Stevens I Mill Pond TABLE OF CONTENTS 2 t Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 00030 3 ADVERTISEMENT FOR BIDS 4 NOTICE TO BIDDERS 5 Sealed bids will be received by Yelm Community Schools at the District Administrative Offices, 6 107 1st Street, Yelm, Washington 98597 -0476 for the construction of the Fort Stevens / Mill 7 Pond Elementary Reroofs, in Yelm, Washington, at the following times and dates: 8 Base Bids and Alternate Bids will be received on the Form of Proposal until 3:00 P.M., P.D.S.T., 9 Tuesday, April 6, 2010 (stamped in and held). 10 All bids and alternates will then and there be publicly opened and read aloud. Bidders and others I 1 properly interested are invited to be present at the bid opening. Bid Proposals not received prior to 12 their scheduled time of receipt may be returned without consideration at the discretion of the Yelm 13 Community Schools. 14 The Owner reserves the right to reject any and all Bids, and to waive any informalities or 15 irregularities in any Bid or in the bidding. 16 Each Bid and other enclosures shall be enclosed in an opaque, sealed envelope bearing the name 17 and address of the bidder and addressed to the Owner. Mark lower left corner of the envelope "Ft. 18 Stevens /Mill Pond Elementary School ReRoof." 19 The Bid(s) and Contract(s) are subject to equal employment opportunity provisions of Washington 20 State Law, compliance with prevailing wage standards of RCW Chapter 39.12, and all reporting 21 requirements relating to each of the above. 22 DOCUMENTS 23 Specifications, including bid and contract documents, and drawings, may be examined at the 24 office of Erickson McGovern, P.L.L.C., 120 131st Street South, Tacoma, Washington (253) 531- 25 0206, and at the following locations: 26 Associated Sub Contractors, 4033 South Union, Unit B, Tacoma, WA 98409 27 Builders Exchange of Washington, 2607 Wetmore Ave., Everett, WA 98201 28 Daily Journal of Commerce, 2840 NW 35th Ave., Portland, OR 97210 29 McGraw -Hill Construction Plancenter, 13010 Northrup Way, Bldg. C -3, Suite 1, Bellevue, WA 30 98005 31 McGraw -Hill Construction Plancenter, 4803 Pacific Highway E., #3, Tacoma, WA 98424 32 McGraw -Hill Construction Plancenter, 200 SW Michigan Ave., Suite 100A, Seattle, WA 98106 33 Olympia Plan Center, 123 Fir Street, Olympia, WA 98506 34 Olympic Peninsula Plan Center, 286 4th Street, Bremerton, WA 98337 35 Spokane Regional Plan Center, East 102 Boone, Spokane, WA 99202 36 Valley Plan Center, 1819 So. Central Ave., Suite 82, Kent, WA 98032 37 Weekly Construction Reporter, 2215 Midway Lane, Suite 208, Bellingham, WA 98226 38 Roofing Contractors ONLY may obtain one (1) set maximum for a refundable deposit of $75.00, 39 payable to Yelm Community Schools, plus $50.00 for shipping and handling (non - refundable) if 40 required. Additional sets are required to be purchased at the cost of reproduction (non - 41 refundable). Documents may be ordered through Reprographics Northwest, LLC website by 42 providing appropriate check for cost. For more information, call 1- 800 - 337 -8103, Fax 253 -272- 43 4064 or email: bidservices @repronw.com. 29016 / Fort Stevens/ Mill Pond ADVERTISEMENT FOR BIDS 00030-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern Bidders and all other subcontractors, plus vendors, can visit the web site http: / /www.repronw.com to view and order documents through the 'Plan Well," then "Public Room" and 'Project Number" links. Place your order through Plan Well to be included on the Planholders list of record. Ordering additional sets and individual documents shall be at each subcontractors, vendors, and bidders expense and is non - refundable. Plans are also available for viewing at the Plan Centers listed in this Advertisement for Bids. 7 All documents are available beginning Thursday March 18, 2010 at Reprographics Northwest, 8 LLC, 632 Broadway, Tacoma, WA 98402 or 616 8th Avenue South, Seattle, WA 98104. Please 9 call for availability and fax your request prior to picking up. 10 Full set purchases are available for the cost of reproduction. If full sets are not picked -up at 11 Reprographics Northwest, a mailing fee will be required. Should a Bidder wish partial sets, 12 individual drawings or documents or in digital format on compact disk (CD), they may obtain 13 them from Reprographics Northwest website. For more information, call 1 (800) 337 -8103. 14 BID SECURITY 15 Each Bid shall be accompanied by a bid security equal to five percent of the Base Bid. Bid 16 security shall be in the form of a certified or cashier's check payable to the Yelm Community 17 Schools No. 2 or a bid bond executed by a bonding company licensed in the state of 18 Washington. See Specification Section 00120, INSTRUCTIONS TO BIDDERS, for additional 19 information. 20 PREVAILING RATE OF WAGE 21 Pursuant to RCW 39.12, no worker, laborer, or mechanic employed in the performance of any 22 part of this contract shall be paid less than the "prevailing wage rate" (in effect as the date the 23 bids are due) as determined by the Industrial Statistician of the Department of Labor and 24 Industries. The federal Davis -Bacon Act requires that contractors pay worker no less than the 25 prevailing wage rate for the category of both. Contractors shall be the higher of the rates for 26 each job classification. 27 STATEMENT 28 Yelm Community Schools is an equal opportunity and affirmative action employer. Small, 29 minority and women -owned businesses are encouraged to submit bids. All work performed on 30 the project will be subject to the higher of prevailing state or federal Davis -Bacon wage rates. 31 PRE -BID MEETING 32 There shall be a non - mandatory pre -bid meeting on Thursday, April 1, 2010 at 9:00 A.M., 33 P.D.S.T., at the Yelm Community Schools, Fort Stevens Elementary School , 16525 100th Way 34 SE, Yelm, Washington 98597, 35 REFUND OF DEPOSITS 36 The full amount of the previously paid deposit(s) for Documents will be refunded upon return of 37 the Documents in good condition to Reprographics NW WITHIN 10 DAYS AFTER RECEIPT OF 38 BIDS. There will be no refund for the return of additional sets or parts of sets. Planholders who 39 do not submit a bona fide Bid and do not return the Documents on or before the day prior to the 40 time set for opening Bids will forfeit the full amount of their deposit. 41 REJECTION OF BIDS 42 The Board of Directors of Yelm Community Schools reserves the right to waive informalities 43 and to reject any and all Bids for any reason and in particular to reject a bid not accompanied 44 by any required bid security or data required by the Bidding Documents or a Bid in any way 45 incomplete or irregular. 46 29016 1 Fort Stevens / Mill Pond ADVERTISEMENT FOR BIDS 00030-2 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 BY THE ORDER OF 2 Yelm Community Schools. 3 PUBLISHED: 4 Paper or Journal: 5 Daily Journal of Commerce 6 The News Tribune (Tacoma) 7 PROJECT INQUIRES 8 Questions regarding the project should be directed to the Architect as follows: 9 Raymond Mow, Principal or 10 Doug Jason, RCI 11 Phone: 253 - 531 -0206 12 Fax: 253-531-9197 13 E -mail: Ray @EricksonMcGovern.com 14 E -mail: DJason @EricksonMcGovern.com 15 END OF SECTION 00030 29016 / Fort Stevens / Mill Pond ADVERTISEMENT FOR BIDS 00030 -3 = m = m = m = m m = m = m m = m m m m I 1 I Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 00120 3 INSTRUCTIONS TO BIDDERS 4 INSTRUCTIONS TO BIDDERS 5 1.01 DEFINITIONS 6 A. All definitions set forth in the Contract for Construction or in other Contract Documents are 7 applicable to the Bidding Documents. 8 B. "Addenda" are written or graphic instruments issued prior to the execution of the Contract which 9 modify or interpret the Bidding Documents by additions, deletions, clarifications or corrections. The 10 contents of Addenda are issued in no particular order and therefore should be carefully and 1 1 completely reviewed. 12 C. An "Alternate Bid" (or "Alternate ") is an amount stated in the Bid to be added to or deducted from 13 the amount of the Base Bid if the corresponding change in the Work, as described in the Bidding 14 Documents, is accepted. 15 D. The "Base Bid" is the sum stated in the Bid for which the Bidder offers to perform the Work 16 described in the Bidding Documents as the base to which work may be added or from which work 17 may be deleted for sums stated in Alternate Bids, 18 E. A "Bid" is a complete and properly signed proposal to do the Work or designated portion thereof, 19 submitted in accordance with the Bidding Documents, for the sums therein stipulated. 20 F. A "Bidder" is a person or entity who submits a Bid. 21 G. The "Bidding Documents" include the Advertisement or Invitation to Bid, Instructions to Bidders, the 22 bid form, any other sample bidding and contract forms, the Bid Bond, and the proposed Contract 23 Documents, including any Addenda issued prior to receipt of bids. 24 H. The "Contract Documents" proposed for the Work consist of the Agreement (as well as any 25 General Conditions, revisions, Supplemental. Special or other Conditions included in the Project 26 Manual), any Drawings and Specifications, and all Addenda issued prior to and all modifications 27 issued after execution of the Contract. 28 I. A "Sub- bidder" is a person or entity who submits a bid to a Bidder for materials, equipment or labor 29 for a portion of the Work. 30 J. A "Unit Price" is an amount stated in the Bid as a price per unit of measurement for materials, 31 equipment or services as described in the Bidding Documents or in the proposed Contract 32 Documents. 33 1.02 BIDDER'S REPRESENTATIONS 34 A. By making its Bid, each Bidder represents that: 35 1. Bidding Documents. The Bidder has read and understands the Bidding Documents, and its 36 Bid is made in accordance with them. 37 2. Pre -Bid Meeting. The Bidder has attended any pre -bid meeting(s) required by the Bidding 38 Documents. 39 3. Possible Self- Performed Work Requirement. The Bidder will perform with its own forces at 40 least any percentage of the Work required by the Bidding Documents or the Contract 41 Documents. 42 4. Basis. Its Bid is based upon the materials, systems, services, and equipment required by the 43 Bidding Documents, without exception. 1 290161 Foil Stevens /Mill Pond INSTRUCTIONS TO BIDDERS 00120 -1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 5. Examination. The Bidder has carefully examined the Bidding Documents, Contract 2 Documents, and the Project site, including any existing buildings, and it has satisfied itself as 3 to the nature, location, character, quality and quantity of the Work, the labor, materials, 4 equipment, goods, supplies, work, services and other items to be furnished, and all other 5 requirements of the Contract Documents. The Bidder has also satisfied itself as to the 6 conditions and other matters that may be encountered at the Project site or affect performance 7 of the Work or the cost or difficulty thereof, including but not limited to those conditions and 8 matters affecting: transportation, access, disposal, handling and storage of materials, 9 equipment and other items; availability and quality of labor, water, electric power and utilities; 10 availability and condition of roads; climatic conditions and seasons; physical conditions at the 11 Project site and the surrounding locality; topography and ground surface conditions; and 12 equipment and facilities needed preliminary to and at all times during the performance of the 13 Work. The failure of the Bidder fully to acquaint itself with any applicable condition or matter 14 shall not in any way relieve the Bidder from the responsibility for performing the Work in 15 accordance with, and for the Contract Sum and within the Contract Time provided for in, the 16 Contract Documents. 17 6. Project Manual. The Bidder has checked its copies of any Project Manual issued with the 18 Table of Contents bound therein to ensure the Project Manual is complete. 19 7. Separate Work. The Bidder has examined and coordinated all Drawings, Contract 20 Documents, and Specifications for any other contracts to be awarded separately from, but in 21 connection with, the Work being bid upon, so that the Bidder is fully informed as to conditions 22 affecting the Work under the contract being bid upon. 23 8. License Requirements. Bidders and their proposed Subcontractors shall be registered and 24 shall hold such licenses as may be required by the laws of Washington, including RCW 18.27, 25 for the performance of the Work specified in the Contract Documents. 26 1.03 BIDDING DOCUMENTS 27 A. COPIES 28 1. Deposit. Bidders may obtain complete sets of the Bidding Documents from the issuing office 29 and other locations designated in the Advertisement or Invitation to Bid in the number and for 30 the deposit sum, if any, stated. The deposit will be refunded to Bidders who submit a bona 31 fide Bid and return the Bidding Documents in good condition within ten days after receipt of 32 Bids. The cost of replacement of any missing or damaged documents will be deducted from 33 the deposit. A Bidder awarded the Contract may retain the Bidding Documents, and its 34 deposit will be refunded. 35 2. Sub - bidders. Bidding Documents will not be issued directly to Sub - bidders or others unless 36 specifically offered in the Advertisement or Invitation to Bid. 37 3. Complete sets. Bidders shall use complete sets of Bidding Documents in preparing Bids; the 38 Owner assumes no responsibility for errors or misinterpretations resulting from the use of 39 incomplete sets of Bidding Documents. 40 4. Conditions. The Owner and /or any Architect or Engineer make copies of the Bidding 41 Documents available on the above terms only for the purpose of obtaining Bids on the Work 42 and do not confer a license or grant permission for any other use. 43 B. INTERPRETATION OR CORRECTION OF BIDDING DOCUMENTS 44 1. Format. The Contract Documents are divided into parts, divisions, and sections for 45 convenient organization and reference. Generally, there has been no attempt to divide the 46 Specification sections into Work performed by the various building trades, any work by 47 separate contractors, or any Work required for separate facilities in or phases of the Project. 48 2. Notify Owner. Bidders and Sub- bidders shall promptly notify the Owner of any ambiguity, 49 inconsistency, or error which they may discover upon examination of the Bidding Documents 50 or of the site and local conditions. All Bidders and Sub - bidders shall thoroughly familiarize 51 themselves with specified products and installation procedures and submit to the Owner any 52 objections (in writing) no later than 10 days prior to the Bid Date. The submittal of the Bid 53 constitutes acceptance of products and procedures specified as sufficient, adequate, and 54 satisfactory for completion of the Contract. 29016 /Fort Stevens I Mill Pond INSTRUCTIONS TO BIDDERS 00120 -2 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3. Written request. Bidders and Sub - bidders requiring clarification or interpretation of the Bidding 2 Documents shall make a written request which shall reach the Owner at least three days prior 3 4 4, to the date for receipt of Bids. Addenda. Any interpretation, correction or change of the Bidding Documents will be made by 5 written Addendum. Interpretations, corrections or changes of the Bidding Documents made in 6 any other manner will not be binding, and Bidders shall not rely upon such interpretations, 7 8 5. corrections and changes. Singular references. Reference in the singular to an article, device, or piece of equipment 9 shall include as many of such articles as are indicated in the Contract Documents or as are 10 11 6. required to complete the installation. Utilities and runs. The Bidder should assume that the exact locations of any underground or 12 hidden utilities and plumbing and electrical runs may be somewhat different from any location 13 indicated in the surveys or Contract Documents. 14 15 C. SUBSTITUTIONS 1. Standard. The materials, products, procedures and equipment described in the Bidding 16 Documents establish a standard of required function, dimension, appearance, and quality that 17 18 2. must be met by any proposed substitution. Substitution procedure. No substitution will be considered prior to receipt of Bids unless the 19 Owner receives a written request for approval on a complete Substitution Request Form at 20 least ten (10) days prior to the date for receipt of Bids. Each such request shall include the 21 name of the material or equipment proposed to be replaced and a complete description of the 22 proposed substitute, including drawings, cuts, performance and test data and any other 23 information necessary for an evaluation. A statement setting forth any changes in other 24 materials, equipment or other Work that incorporation of the substitute would require shall be 25 included. The proposer has the burden to prove the merit of the proposed substitute; by 26 proposing the substitution, the Bidder represents that it has personally investigated the 27 proposed material or product and determined that it is equal or better in all respects to that 28 specified, that the same or better warranty will be provided for the substitution, that complete 29 cost data, including all direct and indirect costs of any kind, has been presented, and that it will 30 coordinate the installation of the substitute if accepted and make all associated changes in the 31 Work. The Owner's decision to approve or disapprove a proposed substitution shall be final. 32 Written requests for approval shall constitute a guarantee by the Bidder that the articles or 33 materials are, in all respects, including warranty, equal or superior to those specified, unless 34 otherwise noted. To the extent the proposed substitution will require additional work by an 35 architect or consultants after Bid award, the Contractor will be required to pay for this work at 36 37 3. their customary hourly rates. Addendum. If the Owner approves a proposed substitution prior to receipt of Bids, the 38 approval will be set forth in a written Addendum. Bidders shall not rely upon approvals made 39 40 4. in any other manner. Post -bid substitutions. After the Contract has been executed, the Owner may consider a 41 written request for the substitution of material or products in place of those specified in the 42 Contract Documents only under exceptional circumstances as specified. 43 D. ADDENDA 44 1. Written. All Addenda will be written. They will be mailed, e- mailed, faxed and /or delivered to 45 those the Owner knows to have received a complete set of Bidding Documents. 46 2. Copies. Copies of Addenda will be made available for inspection wherever Bidding 47 Documents are on file for that purpose. 48 3. Verification and acknowledgment of receipt. Prior to bidding, each Bidder shall ascertain that 49 it has received all Addenda issued. Each Bidder shall acknowledge its receipt of all Addenda 50 in its Bid. 51 1.04 BIDDING PROCEDURE 52 A. FORM AND STYLE OF BIDS 53 1. Form. Bids shall be submitted on forms identical to the form included with the Bidding 54 Documents. 1 29016 1 Fort Stevens i MW Pono INSTRUCTIONS TO BIDDERS 00120-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 2. Entries on the bid form. All blanks on the bid form shall be filled in by typewriter or manually in 2 ink. 3 3. Words and figures. Where so indicated by the makeup of the Bid form, sums shall be 4 expressed in both words and figures; in case of discrepancy between the two, the amount 5 written in words shall govern. 6 4. Initial changes. Any interlineation, alteration or erasure must be initialed by the signer of the 7 Bid. 8 5. Alternates. All requested Alternates should be bid. The Owner reserves the right, but is not 9 obligated, to reject any Bid on which all requested Alternates are not bid. If no change in the 10 Base Bid is required for an Alternate, enter "No Change." If there is no entry, it will be 11 presumed that is the Bidder has made no offer to accomplish the Alternate. 12 6. No conditions. The Bidder shall make no conditions or stipulations on the bid form nor qualify 13 its Bid in any other manner. 14 7. Identity of Bidder. The Bidder shall include in the appropriate location on the bid form the 15 legal name of the Bidder and, if requested, a description of the Bidder as a sole proprietor, a 16 partnership, a joint venture, a corporation (include state of incorporation), or another described 17 form of legal entity. The Bid shall be signed by the person or persons legally authorized to 18 bind the Bidder to a contract. A Bid submitted by an agent shall have a current power of 19 attorney attached certifying the agent's authority to bind the Bidder. 20 8. Bid amounts do not include sales tax. The Bid shall include in the sum stated all taxes 21 imposed by law, EXCEPT STATE AND LOCAL SALES TAX. 22 9. Bid breakdown. The Bid form may contain, for the Owners accounting purposes only, a 23 breakdown of some or all of the components included in the Base Bid. 24 B. LISTING OF SUBCONTRACTORS 25 1. In accordance with RCW 39.30.060, failure of a Bidder to submit as part of the Bid the names 26 of such proposed heating, ventilation and air conditioning, plumbing, and electrical 27 Subcontractors or to name itself to perform such Work or the naming of two or more 28 Subcontractors to perform the same Work shall render the Bidder's Bid nonresponsive and, 29 therefore, void. The Bidder, if awarded the Contract, will subcontract with the listed 30 Subcontractor for performance of the portion of the Work designated on the Form of Proposal, 31 subject to the provisions of the Contract for Construction. 32 a. Replacement. If a listed Subcontractor is unable to comply with any bondability 33 requirements of the Bidding Documents or other requirements of the Contract 34 Documents, the Owner may require the Bidder to replace the Subcontractor with a 35 Subcontractor acceptable to the Owner at no change in the Contract Sum or Time. 36 2. Procedure. The Bid form includes a requirement that certain Subcontractors must be listed, 37 and the list submitted to the Owner. In these circumstances, the Bidder must name the 38 Subcontractor with whom the Bidder, if awarded the Contract, will subcontract directly (i.e., not 39 lower -tier Subcontractors) for performance of the work of, 40 a. (a) heating, ventilation and air conditioning, 41 b. (b) plumbing as described in RCW 18.106, 42 c. (c) electrical work as described in RCW 19.28, and 43 d. (d) any other categories of Work listed on the Subcontractor listing form. 44 3. Self- Performance. If the Bidder intends to self - perform any of the categories of Work, it must 45 name itself for each such category of Work. 46 4. Multiple Entries. The Bidder shall not list more than one entity for a particular category of 47 Work identified, unless a Subcontractor varies with an Alternate Bid, in which case the Bidder 48 shall identify the Subcontractor to be used for the Alternate and the affected portion of the 49 Work. 29016 i Fort Stevens / Mill Pond INSTRUCTIONS TO BIDDERS 00120-4 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 C. BID SECURITY 2 1. Purpose and procedure. Each Bid shall be accompanied by a bid security equal to five 3 percent of the Base Bid. The bid security constitutes a pledge that the Bidder will enter into 4 the Contract with the Owner in the form provided, in a timely manner, and on the terms stated 5 in its Bid and will furnish in a timely manner the payment and performance bonds, certificates 6 of insurance, Contractor's Construction Schedule, and all other documents required in the 7 Contract Documents. Should the Bidder fail or refuse to enter into the Contract or fail to 8 furnish such documents, the amount of the bid security shall be forfeited to the Owner as 9 liquidated damages, not as a penalty. 10 2. Form. The bid security shall be in the form of a certified or bank cashier's check payable to 11 the Owner or a bid bond executed by a bonding company licensed in the State of Washington 12 on a Public Works Bond or equivalent form. 13 3. Retaining bid security. The Owner will have the right to retain the bid security of Bidders to 14 whom an award is being considered until either (a) the Contract has been executed, and 15 payment and performance bonds have been furnished, or (b) the specified time has elapsed 16 so that Bids may be withdrawn, or (c) all Bids have been rejected. 17 4. Return of Bid Security. Within 45 days after the Bid Date, the Owner will release or return bid 18 securities to Bidders whose Bids are not to be further considered in awarding the Contract. 19 Bid securities of the three apparent low Bidders will be held until the Contract has been finally 20 executed, after which all unforfeited bid securities will be returned. 21 D. SUBMISSION OF BIDS 22 1. Procedure. The Bid, the bid security, and any other documents required, to be submitted with 23 the Bid shall be enclosed in a sealed opaque envelope identified with the Project name, the 24 Bidder's name and address and, if applicable, the designated portion of the Work for which the 25 Bid is submitted. If the Bid is sent by mail the sealed envelope shall be enclosed in a separate 26 mailing envelope with the notation "SEALED BID ENCLOSED" on the face thereof. 27 2. Deposit. Bids shall be deposited at the designated location prior to the time and date for 28 receipt of Bids indicated in the Advertisement or Invitation to Bid, or any extension thereof 29 made by Addendum. Bids received after the time and date for receipt of Bids may be returned 30 without consideration at the discretion of the Owner. 31 3. Responsibility. The Bidder assumes full responsibility for timely delivery at the location 32 designated for receipt of Bids. 33 4. Form. Oral, telephonic, fax or telegraphic Bids are invalid and will not be considered. 34 E. MODIFICATION OR WITHDRAWAL OF BID 35 1. After receipt time. A Bid may not be modified, withdrawn or canceled by the Bidder during a 36 45 -day period following the time and date designated for the receipt of Bids, and each Bidder 37 so agrees in submitting its Bid. 38 2. Before receipt time. Prior to the time and date designated for receipt of Bids, any Bid 39 submitted may be modified or withdrawn by notice to the party receiving Bids at the place 40 designated for receipt of Bids. The notice shall be worded so as not to reveal the amount of 41 the original Bid. 42 3. Resubmittal. Withdrawn Bids may be resubmitted up to the time designated for the receipt of 43 Bids provided that they are then fully in conformance with these Instructions to Bidders. 44 4. Bid security with resubmission. Bid security shall be in an amount sufficient for the Bid as 45 modified or resubmitted. 46 F. NOTICE 47 1. Notice or a request from a Bidder under these Instructions to Bidders must be in writing over 48 the signature of the Bidder and delivered in person or by mail, express delivery, telegram or 49 fax. If the notice is by telegram or fax, written confirmation over the signature of the Bidder 50 must be mailed and postmarked on or before the date and time set for the notice. 29016 i Fort Stevens! Mill Pond INSTRUCTIONS TO BIDDERS 00120-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1.05 CONSIDERATION OF BIDS 2 A. OPENING OF BIDS: 3 1. Unless stated otherwise in the Advertisement or Invitation to Bid, the properly identified Bids 4 received on time will be opened publicly and will be read aloud. An abstract of the Base Bids 5 and Alternate Bids, if any, will be made available to Bidders. 6 B. REJECTION OF BIDS: 7 1. The Owner shall have the right but not the obligation to reject any or all Bids for any reason or 8 for no reason, to reject a Bid not accompanied by required bid security or by other material or 9 data required by the Bidding Documents, or to reject a Bid which is in any way incomplete or 10 irregular. 11 C. ACCEPTANCE OF BID (AWARD) 12 1. Owner. The Owner intends (but is not bound) to award a Contract to the lowest responsible 13 and responsive Bidder, provided the Bid has been submitted in accordance with the 14 requirements of the Bidding Documents and does not exceed the funds available. The Owner 15 has the right to waive any informality or irregularity in any Bid(s) received and to accept the 16 Bid(s) which, in its judgment, is in its own best interests. 17 2. Alternates, The Owner shall have the right to accept Alternates in any order or combination, 18 unless otherwise specifically provided in Article 1.09, and to determine the low Bidder on the 19 basis of the sum of the Base Bid and the Alternates accepted. The Owner retains the right to 20 accept Alternate Bid items at the price bid within 45 days after the Agreement is executed. 21 D. BID PROTEST PROCEDURES 22 1. Procedure. A Bidder protesting for any reason the Bidding Documents, a bidding procedure, 23 the award of the Contract or any other aspect arising from or relating in any way to the bidding 24 shall cause a written protest to be filed with the Owner within two full business days of the 25 event giving rise to the protest and, in any event, no later than two full business days after the 26 date upon which bids are opened. The written protest shall include the name of the protesting 27 Bidder, a detailed description of the specific factual and legal grounds for the protest, copies of 28 all supporting documents, and the specific relief requested. The written protest shall be 29 delivered to: 30 Superintendent 31 Yelm Community Schools 32 107 1 st Street North 33 P.O. Box 476 34 Yelm, WA 98597 -0476 35 the State in which the Project is located 98360 36 2. Consideration. Upon receipt of the written protest, the Owner will consider the protest. The 37 Owner may, within three business days of the Owner's receipt of the protest, provide any other 38 affected Bidder(s) the opportunity to respond in writing to the protest. If the protest is not 39 resolved by mutual agreement of the protesting Bidder and the Owner, the Superintendent of 40 the Owner or designee will review the issues and promptly furnish a final and binding written 41 decision to the protesting Bidder and any other affected Bidder(s) within six business days of 42 the Owner's receipt of the protest. (If more than one protest is filed, the Owner's decision will 43 be provided within six business days of the Owner's receipt of the last protest.) If no reply is 44 received during the six - business -day period, the protest shall be deemed rejected. 45 3. Waiver. Failure to comply with these protest procedures will render a protest waived. 46 4. Condition precedent. Timely and proper compliance with and exhaustion of these protest 47 procedures shall be a condition precedent to any otherwise permissible judicial consideration 48 of a protest. 29016 1 Fart Stevens / Mill Pond INSTRUCTIONS TO BIDDERS 00120-6 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.06 POST BID INFORMATION 2 A. INFORMATION FROM APPARENT LOW BIDDER 3 1. Submittal. Within five days of the Owner's request, the apparent low Bidder shall submit to the 4 Owner: 5 a. a letter or form from the Bidder's insurance company stating that the insurance required 6 by the Contract Documents will become effective upon execution of the Contract; 7 b. a detailed breakdown of the Bid in a form acceptable to the Owner; 8 c. the names of the persons or entities (including a designation of the Work to be performed 9 with the Contractor's own forces, and the names of those who are to furnish materials or to equipment fabricated to a special design) proposed for each of the principal portions of I 1 the Work; and 12 d. the proprietary names and the suppliers of the principal items or systems of materials and 13 equipment proposed for the Work. Failure to provide such information in a timely manner 14 may constitute an event of breach permitting forfeiture of the Bid security. 15 2. Responsibility. The Bidder will be required to establish to the satisfaction of the Owner the 16 reliability and responsibility of the persons or entities proposed to furnish and perform the 17 Work described in the Bidding Documents. The responsibility of the Bidder may be judged in 18 part by the responsibility of these proposed entities. The following will be considered: 19 a. The ability, capacity, and skill to perform the contract; 20 b. The character, integrity, reputation, judgment, experience, and efficiency of the Bidder; 21 c. Whether the Bidder can perform the contract within the time specified; 22 d. The quality of performance of previous contracts; 23 e. The previous and existing compliance by the Bidder with laws relating to the contract; 24 and 25 f. Such other information as may be secured having a bearing on the decision to award the 26 contract. 27 3. Objection. Prior to the award of the Contract, the Owner will notify the Bidder in writing if the 28 Owner, after due investigation, has reasonable objection to a person or entity proposed by the 29 Bidder. If the Owner has reasonable objection to a proposed person or entity, the Bidder may, 30 at Bidder's option, (1) withdraw the Bid, or (2) submit an acceptable substitute person or entity 31 with no change in the established Contract Time and no adjustment in the Base Bid or 32 Alternate Bid, even if there is a cost to the Bidder occasioned by the substitution. In the event 33 of withdrawal, bid security will not be forfeited. 34 4. Change. Persons and entities proposed by the Bidder and to whom the Owner has made no 35 reasonable objection must be used on the Work for which they were proposed and shall not 36 be changed except with the written consent of the Owner. 37 B. BIDDING MISTAKES: 38 1. The Owner will not be obligated to consider notice of claimed bidding mistakes received more 39 than three business days after the bid opening. 40 1.07 PERFORMANCE BOND AND LABOR AND MATERIAL PAYMENT BOND 41 A. BOND REQUIREMENTS: 42 1. Within ten days after the issuance of the Notice of Intent to Award, and prior to the date of 43 execution of the Contract, the Bidder shall furnish evidence satisfactory to the Owner of its 44 ability to obtain statutory bonds pursuant to RCW 39.08 covering the faithful performance of 45 the Contract and the payment of all obligations arising thereunder in the form and amount 46 prescribed in the Contract Documents. The cost of such bond shall be included in the Base 47 Bid. 1 29016 1 Fort Stevens! Mill Pond INSTRUCTIONS TO BIDDERS 00120-7 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2. Special Bond Requirements for Automatic Sprinkler Systems (Wet Pipe Automatic Sprinkler 2 Systems - Section 15330 and Dry Pipe Automatic Sprinkler Systems - Section 15335): 3 a. Designer and installer of these systems shall be bonded covering the faithful 4 performance of their Contract with the General Contractor and the payment of all 5 obligations arising thereunder in the form and amount of said Contract. 6 b. A deductive Alternate to not require this bonding requirement is provided in the Form of 7 Proposal and Section 01230 - Alternates. 8 c. Refer to Section 15330 - Wet Pipe Automatic Sprinkler Systems and Section 15335 - Dry 9 Pipe Automatic Sprinkler Systems for special provisions for bonding and qualifications of 10 the design engineer. 11 B. TIME OF DELIVERY AND FORM OF BONDS: 12 1. The Bidder shall deliver the required bonds to the Owner within ten days after the date of 13 execution of the Contract and prior to commencing operations at the site. 14 1.08 FORM OF AGREEMENT BETWEEN OWNER AND CONTRACTOR 15 A. FORM TO BE USED: 16 1. The Agreement for the Work will be written on the form(s) contained in the Bidding 17 Documents, including any Supplemental or Special Conditions, and the other Contract 18 Documents included with the Project Manual. In the event no form is enclosed, a AIA 19 Document A101, "Standard Form of Agreement Between Owner and Contractor, where the 20 basis of payment is a Stipulated Sum," as revised, modified and supplemented, along with 21 revised AIA Document A201, General Conditions, will be used. 22 B. CONFLICTS: 23 1. In case of conflict between the provisions of these Instructions and any other Bidding 24 Document, these Instructions shall govern. In case of conflict between the provisions of the 25 Bidding Documents and the Contract Documents, the Contract Documents shall govern. 26 1.09 CONTRACT DOCUMENTS 27 A. This paragraph contain descriptions of some but not all of the provisions of the Contract 28 Documents. 29 1. RETAINAGE: 30 a. The Contract Documents specify the statutory retainage requirements,for this Project. 31 2. CONTRACT TIME: 32 a. The Contract Documents specify the Contract Time. Timely completion of this Project is 33 essential to the Owner. 34 3. PREVAILING WAGES: 35 a. The Contract Documents contain requirements regarding the payment of prevailing 36 wages pursuant to RCW 39.12. 37 4. WRITTEN CLAIMS AND NOTICE: 38 a. The Contract Documents contain a number of provisions that require the Contractor to 39 make Claims in writing within a specified time in order to maintain the claim. 40 5. CHANGES IN CONTRACT SUM: 41 a. The Contract Documents contain provisions specifying requirements for and pricing of 42 changes in the Contract Sum. 43 6. CONTRACTOR REGISTRATION: 44 a. Pursuant to RCW 39.06, the Bidder shall be registered or licensed as required by the 45 laws of the State of Washington, including but not limited to RCW 18.27. 46 7. COMMISSIONING OF CRITICAL SYSTEMS: 47 a. Certain systems are designated in the Contract Documents as "Critical Systems." If so, 48 after the Contractor notifies the Owner no later than 40 days prior to the Date of 49 Substantial Completion that the Critical Systems are up and running and ready for normal 50 operation, the Owner will schedule a pre- commissioning inspection of these systems. 51 When the Critical Systems are complete, the Owner will establish the Date of 52 Commissioning. 290161 Fort Stevens i Uh Pond INSTRUCTIONS TO BIDDERS 00120-8 1 I 2 3 4 5 6 7 M Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1.10 POSSIBLE TRENCH EXCAVATION SAFETY PROVISIONS A. To ensure that the Bidder agrees to comply with relevant trenching safety requirements of RCW 39.04.180, the Base Bid may include the cost of any required trenching. The Bidder shall enter in the blank provided on the Bid form the dollar amount the Bidder has included in its Base Bid for any work requiring trenching that will exceed a depth of four feet. If trench excavation safety provisions do not pertain to the Project, the Bidder should enter "N.A." or "Not Applicable" in the blank on the bid form. 29016 1 Fort Stevens / Mill Pona END OF SECTION 00120 INSTRUCTIONS TO BIDDERS 00120-9 I' 1 ' I SECTION 00500 2 3 CONTRACT FORMS ■ 4 FORM OF AGREEMENT Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 5 1.01 The Standard Form, of the American Institute of Architects, No. A101 entitled "Standard Form of 6 Agreement between Owner and Contractor," 1997 Edition, shall be designated and made the 7 FORM OF AGREEMENT for this Contract, as fully as if hereto attached or herein repeated. 8 Copies of the "A.I.A. Form of Agreement" may be examined at the office of the Architect, or may 9 be purchased directly from the American Institute of Architects, 1201 Pacific Avenue, Fountain 10 Court Level, Suite C-4, Tacoma, Washington 98402. Telephone: (253) 627 -4006. 11 1.02 PERFORMANCE, PAYMENT (LABOR & MATERIAL), AND MAINTENANCE BONDS 12 A. The standard State of Washington Performance Bond covering performance, Payment Bond 13 covering labor and material, and Maintenance Bond covering one -year warranty work, in form as 14 required by RCW 39.08 of the State Statutes for Public Work shall be designated and made the 15 Form of Performance and Labor and Material Payment Bond for this Contract, as fully as if hereto 16 attached or herein repeated. Copies may be examined at the office of any State of Washington 17 licensed Surety broker or agent. 18 1. See also Supplementary Conditions Paragraph 11.5.1. 19 2. The Surety Company writing the above mentioned bonds shall be a company listed in the 20 most current edition of the Federal Register as "Company's Holding Certificates of Authority as 21 Acceptable Sureties" and also shall be listed in Best's Key Rating Guide with a minimum rating 22 of "A -, VII" or better. 23 END OF SECTION 1 29016 1 Fort Stevens / M& Pond CONTRACT FORMS 00500-1 ATTACHMENT 1-1 (1) Washington State Department of Community, Trade and Economic Development Community Development Block Grant Program GENERAL CONDITIONS Contents Section Subject 1. Contract and Contract Documents 2. Definitions 3. Additional Instructions and Detail Drawings 4.. Shop or Setting Drawings 5. Materials, Services and Facilities 6, Contractor's Title of Materials 7. Inspection and Testing of Materials 8. "Or Equal" Clause 9. Patents 10. Surveys, Permits and Regulations 11. Contractor's Obligations 12. Weather Conditions 13. Protection of Work and Property- - Emergency 14. Inspection 15. Access to Records 16. Reports, Records and Data 17. Superintendence by Contractor 18. Changes in Work 19. Extras 20. Time for Completion and Liquidated Damages 21. Correction of Work 22. Subsurface Conditions Found Different 23. 'Claims for Extra Costs 24. Right of Owner to Terminate Contract 25, Construction Schedule and Periodic Estimates 26. Payments to Contractor 27. Acceptance of Final Payment as Release 28. Payments by Contractor 29. Insurance, Contractor's 30. Contract Security 31. Additional or Substitute Bond 32. Assignments 33. Mutual Responsibility of Contractors 34, Separate Contracts 35. Subcontracting 36. Architect/Engineer's Authority Section Subject 37. Stated Allowances 38. Use of Premises and Removal of Debris 39. Quantities of Estimate •40. , Lands and Right -of -Way 41. General Guaranty 42. Conflicting Conditions 43. Notice and Service Thereof 44. Required Provisions Deemed Inserted 45. Protection of Lives and Health 46. Subcontracts 47. Interest of Member of Congress .48. Other Prohibited Interests 49. Use Prior to Owner's Acceptance 50. Photographs of the Project 51. Suspension of Work Note: Items 52 - 66 are omitted. 67. Ineligible Subcontractors 68. Provisions to be Included 69. Breach of Labor Standards 70. Employment Practices 71. Contract Termination; Debarment 72. Federal Labor Standards Provisions (Follows Paragraph 84) 73. Compliance with State Wage Requirements 474. Title VI of the Civil Rights Act 75. Section 109 of Housing & Community Development Act of 1974 76: Age Discrimination Act of 1975 77. Section 504 of Rehabilitation Act 78. Section 3 of Housing & Community Development Act of 1968 79. EO 11246 Equal Opportunity Clause 80. EO 11246 Segregated Facilities 81. EO 11246 Notice, Requirement for Affirmative Action 82. EO 11246, Standard Federal Equal Employment Opportunity 83. State Nondiscrimination Clause 84. Americans with Disabilities Act of 1990 Index of Contents Section Age Discrimination Act of 1975 .................... 76 Accessto Records ............. .............................15 Inspection .......................... .............................14 Accident Prevention ........ ............................... 45 Additional or Substitute Bond ....................... 31 Additional Instructions ..... ............................... 3 Affirmation Action Requirements ................. 81 Allowances...................... ............................... 36 Americans with Disabilities Act of 1990....... 84 Architect's Authority ...... ............................... 36 Assignments...... : ....................................... ..... 32 Bond, Security ................... .............................30 Bond, Additional or Substitute ...................... 31 Breach in Labor Standards ............................. 69 Changes in Work ............... .............................18 Claims for Extra Cost ........ .............................23 Completion Time .............. .............................20 Condition, Subsurface ....... .............................22 Conflicting Conditions ...... .............................42 Construction Schedule ...... .............................25 Contract Documents .......... ............................... l Contract Security .............. .............................30 Contract. Termination ........ .............................71 Contractor's Insurance ...... .............................29 Contractor's Mutual Responsibility ...............33 . Contractor's Obligations . ............................... 11 Contractor's Title to Materials ......................... 6 Correction of Work ........... .............................21 Quantities of Estimate ....... ................:............39 Damages, Liquidated ...... ............................... 20 Data, Reports and Records .............................16 Releaseof Contractor ........ .............................27 Debarment....................... ............................... 71 DebrisRemoval .............. ............................... 38 Definitions......................... ............................... 2 DetailDrawings ................ ............................... 3 Different Subsurface ....... ............................... 22 Discrimination, Employment ...............75 -77,82 Drawings, Detail ............... ............................... 3 Emergencies...................... .............................13 Employment of Lower Income Residents ...... 76 Employment Practices ...... .............................70 Equal Employment Opportunities ........... 75-77,82 Equal Opportunity Clause, EO 11246 ...........79 Segregated Facilities, EO11246 ....................80 Estimated Quantities ......:.. .............................39 Separate Contracts ............. .............................34 Extras................................ .............................19 Services, Materials and Facilities .....................5 Federal Labor Standards Provisions ..............72 ShopDrawings ................... ..............................4 Final Payment Acceptance .............................27 ATTACHMENT 7 -1(2) Guaranty, General ............. .............................41 Ineligible Subcontractors .. .............................67 Inspection .......................... .............................14 Inspection of Materials....... ...., .........................7 Insurance........................... .............................29 Labor Standards, Breach of ...........................69 Lands and Rights-of-Way . .............................40 Legal Provisions, Implied . .............................44 Liquidated Damages .......... .............................20 Lower Income Resident Employment ............ 83 Materials, Services and Facilities .....................5 Member of Congress Interest ..... .. ...................47 Non - discrimination in Employment ........ 75-77,83 Notice and Service Thereof ...........................43 Obligations. of Contractor .. .............................11 "Or Equal" Clause .............. ..............................8 Owner's Right to Terminate ..........................24 Patents................................ ..............................9 Payments by Contractor .... .............................28 Payments to Contractor ..... .............................26 Periodic Estimates ............. .............................25 Permits, Surveys and Regulations ..................10 Photographs of the Projects ............................50 Prohibited Interests ............ .............................48 Protection of Lives and Health .......................45 . Protection of Work and Property ...................13 Provisions Required by Law ..........................44 Provisions to be Included in Subcontracts .....68 Quantities of Estimate ....... ................:............39 Rehabilitation Act, Section 504 .....................77 Releaseof Contractor ........ .............................27 Removalof Debris ............ .............................38 Reports, Records and Data .............................16 Responsibility of Contractor ..........................33 Right of Owner to Terminate .........................24 Rights-of-Way ............. ....... ..........:..................40 Schedule of Construction .. .............................25 Section 3 of HCD Act of 1968 .......................78 Section 109 of HCD Act of 1974 ...................75 Section 504 of Rehabilitation Act ..................77 Security, Contract .............. .............................30 Segregated Facilities, EO11246 ....................80 Separate Contracts ............. .............................34 Services, Materials and Facilities .....................5 ShopDrawings ................... ..............................4 I 1 1 t 1 1 1 1 1 t State Nondiscrimination Clause .....................83 71 State Prevailing Wages, Compliance with ..... 73 Stated Allowances ............. .............................37 Subcontracting ................ ............................35, 46 Subcontractors, Ineligible . .............................67 Subcontractor's Insurance .............................29 Substitute Bond ................. .............................31 Subsurface Conditions ...... ................:............22 Superintendence by Contractor .....................17 Surveys, Permits and Regulations .................10 Suspension of Work ........ ............................... 51 ATTACHMENT 7.1(3) Section Termination of Contract .. ............................24, 71 Testing of Materials ........... ..............................7 Time for Completion ......... .............................20 Title VI Civil Rights Act ... ..................:..........74 Title VI Nondiscrimination Clause ................74 Title to Materials, Contractors .........................6 Use and Occupancy ........... .............................49 Use of Premises ................. ..........:..................38 Use Prior to Owner's Acceptance ..................49 Weather Conditions ........... .............................12 ATTACHMENT 7 -1(4) 1. Contract and Contract Numbers The project to be constructed pursuant to this contract will be financed with assistance from the Department of Housing and Urban Development,. as administered through the Washington State Department of Community, Trade and Economic Development, and is subject to all applicable federal and state laws and regulations. The Plans, Specifications and Addenda, hereinafter enumerated in this section, "General Conditions," shall form part of this contract and the provisions thereof shall be as binding upon the parties hereto as if they were herein fully set forth. The table of contents, titles, headings, running headlines and marginal notes contained herein and in said documents are solely to facilitate reference to various provisions of the contract documents and in no way affect; limit or cast light on the interpretation of the provisions to which they refer. 2. Definitions The following terms as used in this contract are respectively defined as follows: (a) "Contractor": A person, firm or corporation with whom the contract is made by the owner; (b) "Subcontractor ": A person, firm, or corporation supplying labor and materials or only labor for work at the site of the project for, and under separate contract or agreement with, the Contractor; and (c) "Work on (at) the project": Work to be performed at the location of the project, including the transportation of materials and supplies to or from the location of the project by employees of the Contractor and any subcontractor. 3. Additional Instructions and Detail Drawings The Contractor will be furnished additional instructions and detail drawings as necessary to carry out the work included in the contract. The additional drawings and instructions thus supplied to the Contractor will coordinate with the Contract Documents and will be so prepared that they can be reasonably interpreted as part thereof. The Contractor shall carry out the work in accordance with the additional detail drawings and instructions. The Contractor and the Architect/Engineer will prepare jointly (a) a schedule, fixing the dates at which special detail drawings will be required, such drawings, if any, to be furnished by.the Architect/Engineer in accordance with said schedule, and (b) a schedule fixing the respective dates for the submission of shop drawings, the beginning of manufacture, testing and installation of materials, supplies and equipment, and the completion of the various parts of the work; each such schedule to be subject to change from time to time in accordance with the progress of the work. 4. Shop or Setting Drawings The Contractor shall submit promptly to the Architect/Engineer two copies of each shop or setting drawing prepared in accordance with the schedule predetermined as aforesaid. After examination of such drawings by the Architect/Engineer and the return thereof, the Contractor shall make such corrections to the drawings as have been indicated and shall famish the Architect/Engineer with two I 1 ATTACHMENT T -1(5) ' corrected copies. If requested by the Architect/Engineer the Contractor must furnish additional copies. 5. Materials, Services and Facilities (a) It is understood that except as otherwise specifically stated in the Contract Documents, the ' Contractor shall provide and pay for all materials, labor, tools, equipment, water, light, power, transportation, superintendence temporary construction of every nature, and all other services and facilities of every nature whatsoever necessary to execute, complete and deliver the work within the specified time. (b) Any work necessary to be performed after regular working hours, on Sundays or legal holidays, shall be performed without additional expense to the owner. ' 6. Contractor's Title to Materials ' No materials or supplies for the work shall be purchased by the Contractor or by any Subcontractor subject to any chattel mortgage or under a conditional sale contract or other agreement by which an interest is retained by the seller. The Contractor warrants that he has good title to all materials and ' supplies used by him in the work, free from all liens, claims or encumbrances. 7. Inspection and Testing of Materials (a) All materials and equipment used in the construction of the project shall be subject to adequate inspection and testing in accordance with accepted standards. The laboratory or inspection ' agency shall be selected by the Owner. The Owner will pay for all laboratory inspection services directly, and not as a part of the contract. (b) Materials of construction, particularly those upon which the strength and durability of the structure may depend, shall be subject to inspection and testing to establish conformance with ' specifications and suitability for uses intended. 8. "Or Equal" Clause Whenever a material, article or piece of equipment is identified on the plans or in the specifications by reference to manufacturers' or vendors' names, trade names, catalogue numbers, etc., it is ' intended merely to establish a standard; and, any material, article or equipment of other manufacturers and vendors which will perform adequately the duties imposed by the general design will be considered equally acceptable provided the material, article or equipment so proposed, is, in ' the opinion of the Architect/Engineer, of equal substance and function. It shall not be purchased or installed by the Contractor without the Architect/Engineer's written approval. ' 9. patents (a) The Contractor shall hold and save the Owner and its officers, agents, servants and employees ' harmless from liability of any nature or kind, including cost and expenses for, or on account of any patented or unpatented invention, process, article or appliance manufactured or used in the performance of the contract, including its use by the Owner, unless otherwise specifically / stipulated in the Contract Documents. 1 ATTACHMENT 7.1(6) (b) License or Royalty Fees: License and/or Royalty Fees for the use of a process which is authorized by the Owner of the project must be reasonable, and paid to the holder of the patent, or his authorized licensee, directly by the Owner and not by or through the Contractor. (c) If the Contractor uses any design, device or materials covered by letters, patent or copyright, he shall provide for such use by suitable agreement with the Owner of such patented or copyrighted design, device or material. It is mutually agreed and understood that, without exception, the contract prices shall include all royalties or costs arising from the use of such design, device or materials in any way involved in the work. The Contractor and/or his Sureties shall indemnify and save harmless the Owner of the project from any and all claims for infringement by reasoning of the use of such patented or copyrighted design, device or materials or any trademark or copyright in connection with work agreed to be performed under this contract, and shall indemnify the Owner for any cost, expense or damage which it may be obliged to pay by reason of such infringement at any time during the prosecution of the work or after completion of the work. 10. Surveys, Permits and Regulations Unless otherwise expressly provided for in the Specifications, the Owner will furnish to the Contractor all surveys necessary for the execution of the work. The'Contractor shall procure and pay all permits, licenses and approvals necessary for the execution of his contract. The Contractor shall comply with all laws, ordinances, rules, orders and regulations relating to performance of the work, the protection of adjacent property, and the maintenance of passageways, guard fences or other protective facilities. 11. Contractor's Obligations The Contractor shall and will, in good workmanlike manner, do and perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this contract, within the time herein specified, in accordance with the provisions of this contract and said specifications, and in accordance with the plans and drawings covered by this contract, and any and all plans and drawings covered by this contract and any and all supplemental plans and drawings, and in accordance with the directions of the Architect/Engineer as given from time to time during the progress of the work. He shall furnish, erect, maintain and remove such construction plan and such temporary works as may be required. The Contractor shall observe, comply with, and be subject to all terms, conditions, requirements and limitations of the contract and specifications, and shall do, carry on and complete the entire work to the satisfaction of the Architect/Engineer and the Owner. 12. Weather Conditions In the event of temporary suspension of work, or during inclement weather, or whenever the Architect/Engineer shall direct, the Contractor will, and will cause his subcontractors to protect carefully his and their work and materials against damage or injury from the weather. If, in the -` opinion of the Architect/Engineer, any work or materials shall have been damaged or injured by J reason of failure on the part of the Contractor or any of his subcontractors so to protect his work, such materials shall be removed and replaced at the expense of the Contractor. I 1 ATTACHMENT 7.1(7) 1 13. Protection of Work and Property— Fmmergency The Contractor shall at all times safely guard the Owner's property from injury or loss in connection 1 with this contract. He shall at all times safely guard and protect his own work, and that of adjacent property from damage. The Contractor shall replace or make good any such damage, loss or injury unless such be caused directly by errors contained in the contract or by the Owner, or his duly 1 authorized representatives. In case of an emergency, which threatens loss or injury of property, and/or safety of life, the 1 Contractor will be allowed to act, without previous instructions from the Architect/Fngineer, in a diligent manner. He shall notify the Architect/Engineer immediately thereafter. Any claim for compensation by the Contractor due to such extra work shall be promptly submitted to the 1 Architect/Engineer for approval. Where the Contractor has not taken action but has notified the Architect/Engineer of an emergency threatening injury to persons or damage to the work or any adjoining property, he shall act as instructed or authorized by the Architect/Engineer, 1 The amount of reimbursement claimed by the Contractor on account of any emergency action shall be determined in the manner provided in Paragraph 18 of the General Conditions. 1 14. Inspection 1 The authorized representatives and agents of the Department of Housing and Urban Development shall be permitted to inspect all work, materials, payrolls, records of personnel, invoices or materials, and other relevant data and records. 1 15. Access to Records The Contractor agrees to keep such records as the Owner may require. All such records shall be 1 available to the Owner and duly authorized officials of the state for examination. All records pertinent to this project shall be retained by the Contractor for a period of three (3) years after the final audit. 1 16. Reports, Records and Data 1 The Contractor shall submit to the Owner such schedule of quantities and costs, progress schedules, payrolls, reports, estimates, records and other data as the Owner may request concerning work performed or to be performed under this contract. 1 17. Superintendence by Contractor 1 At the site of the work, the Contractor shall employ a construction superintendent or foreman who shall have full authority to act for the Contractor. It is understood that such representative shall be acceptable to the Architect/Engineer and shall be one who can be continued in that capacity for the 1 particular job involved unless he ceases to be on the Contractor's payroll. 1 � 1 ATTACHMENT 7.1(8) 18. Changes in Work r No changes in the work covered by the approved Contract Documents shall be made without having prior written approval of the Owner. Charges or credits for the work covered by the approved change shall be determined by one or more, or a combination, of the following methods: (a) Unit bid prices previously approved; (b) An agreed lump sum; and d (c) The actual cost of: Labor, including foremen; 1. Materials entering permanently into the work; 2. The ownership or rental cost of construction plant and equipment during the time of use on the extra work; 3. Power and consumable supplies for the operation of power equipment; 4. Insurance; and 5. Social Security and old age and unemployment contributions. To the cost under (c) there shall be added a fixed fee to be agreed upon but not to exceed fifteen percent (15 %) of the actual cost of the work. The fee shall be compensation to cover the cost of supervision, overhead, bond, profit and any other general expenses. 19. Extras. Without invalidating the contract, the Owner may order extra work or make changes by altering, adding to or deducting from the work, the contract sum being adjusted accordingly, and the consent of the Surety being first obtained where necessary or desirable. All the work of the kind bid upon shall be allowed unless the work is ordered in writing by the Owner or its Architect/Engineer, acting officially for the Owner, and the price is stated in such order. 20. Time for Completion and Liquidated Damages It is hereby understood and mutually agreed, by and between the Contractor and the Owner, that the date of beginning and the time for completion as specified in the contract of the work to be done hereunder are ESSENTIAL CONDITIONS of this contract; and it is further mutually understood and agreed that the work embraced in this contract shall be commenced on a date to be specified in the "Notice to Proceed." The Contractor agrees that said work shall be prosecuted regularly, diligently and uninterruptedly at such rate of progress as will ensure full completion thereof within the time specified. It is expressly understood and agreed, by and between the Contractor and the Owner, that the time for the completion of the work described herein, is a reasonable time for the completion of the same, taking into consideration the average time for the completion of the same, taking into consideration the average climatic range, and usual industrial conditions prevailing in this locality. If the said Contractor shall neglect, fail or refuse to complete the work within the time herein specified, or any proper extension thereof granted by the Owner, then the Contractor does hereby agree, as a part consideration for the awarding of this contract, to pay to the Owner the amount specified in the contract, not as a penalty but as liquidated damages for such breach of contract as ' ATTACHMENT 7.1(9) ' hereinafter set forth, for each and every calendar day that the Contractor shall be in default after the time stipulated in the contract for completing the work. ' The said amount is fixed and agreed upon by and between the Contractor and the Owner because of the impracticability and extreme difficulty of fixing and ascertaining the actual damages the Owner would in such event sustain, and said amount is agreed to be the amount of damages which the ' Owner would sustain and said amount shall be retained from time to time by the Owner from current periodical estimates. It is further agreed that time is of the essence of each and every portion of this contract and of the specifications wherein a definite and certain length of time is fixed for the performance of any act whatsoever; and where under the contract an additional time is allowed for the completion of any ' work, the new time limit fixed by such extension shall be of the essence of this contract. Provided, that the Contractor shall not be charged with liquidated damages or any excess cost when the Owner determines that the Contractor is without fault and the Contractor's reasons for the time extension ' are acceptable to the Owner, Provided, further, that the Contractor shall not be charged with liquidated damages or any excess cost when the delay in completion of the work is due: (a) To any preference, priority or allocation order duly issued by the Government;. (b) To unforeseeable cause beyond the control and without the fault or negligence of the Contractor, including, but not restricted to, acts of God, or of the public enemy, acts of the Owner, fire, flood, epidemics, quarantine restrictions, strikes, freight embargoes and severe weather; and (c) To any delays of Subcontractors or supplies occasioned by any of the causes specified in subsections (a) and (b) of this article. Provide, further, that the Contractor shall, within ten (10) days from the beginning of such delay, unless the Owner shall grant a further period of time prior to the date of final settlement of the contract, notify the Owner, in writing, of the causes of the delay, who shall ascertain the facts and extent of the delay and notify the Contractor within a reasonable time of its decision in the matter. 21. Correction of Work All work, all materials, whether incorporated in the work or not, all processes of manufacture and all methods of construction shall be at all times and places subject to the inspection of the Architect/Engineer who shall be the final judge of the quality and suitability of the work, materials, processes of manufacture and methods of construction for the purposes for which they are used. Should they fail to meet his approval they shall be forthwith reconstructed, made good, replaced and/or corrected, as the case may be, by the Contractor at his own expense. Rejected material shall immediately be removed from the site. - If, in the opinion of the Architect/Engineer, it is undesirable to replace any defective or damaged materials or to reconstruct or correct any portion of the work injured or not performed in accordance with the Contract Documents, the compensation to be paid to the Contractor hereunder shall be reduced by such amount as in the judgement of the Architect/Engineer shall be equitable. 22. Subsurface Conditions Found Different 1 Should the Contractor encounter subsurface and/or latent conditions at the site materially differing from those shown on the Plans or indicated in the Specifications, he shall immediately give notice to the Architect/Engineer of such conditions before they are disturbed. The Architect/Engineer will ATTACHMENT 7.1 (10) thereupon promptly investigate the conditions, and if he finds that they materially differ from those shown on the Plans or in the Specifications, he will at once make such changes in the Plans and/or Specifications as he may find necessary, any increase or decrease of cost resulting from such changes to be adjusted in the manner provided in Paragraph 17 of the General Conditions. 23. Claims for Extra Cost No claim for extra work or cost shall be allowed unless the same was done in pursuance of a written order of the Architect/Engineer approved by the Owner, as aforesaid, and the claim presented with the first estimate after the changed or extra work is done. When work is performed under the terms of subparagraph 18(c) of the General Conditions, the Contractor shall furnish satisfactory bills, - payrolls and vouchers covering all items of cost and when requested by the Owner, give the Owner access to accounts relating thereto. 24. Might of the Owner to Terminate Contract In the event that any of the provisions of this contract are violated by the Contractor, or by any of his subcontractors, the Owner may serve written notice upon the Contractor and the Surety of its intention to terminate the contract, such notices to contain the reasons for such intention to terminate the contract, and unless within ten (10) days after the serving of such notice upon the Contractor, such violation or delay shall cease and satisfactory arrangement of correction be made, the contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, the Owner shall immediately serve notice thereof upon the Surety and the Contractor and the Surety shall have the right to take over and perform the contract; provided, however, that if the Surety does not commence performance thereof within ten (10) days from the date of the mailing to such Surety of notice of termination, the owner may take over the work and prosecute the same to completion by contract or by force account for the account and at the expense of the Contractor and the Contractor and his Surety shall be liable to the Owner for any excess cost occasioned the Owner thereby, and in such event the Owner may take possession of and utilize in completing the work, such materials, appliances and plant as may be on the site of the work and necessary therefore. 25. Construction Schedule and Periodic Estimates Immediately after execution and delivery of the contract, and before the first partial payment is made, the Contractor shall deliver to the Owner an estimated construction progress schedule in form satisfactory to the Owner, showing the proposed dates of commencement and completion of each of the various subdivisions of work required under the Contract Documents and the anticipated amount of each monthly payment that will become due the Contractor in accordance with the progress schedule. The Contractor shall also furnish on forms to be supplied by the Owner (a) a detailed estimate giving a complete breakdown of the contract price and (b) periodic itemized estimates of work done for the purpose of making partial payments thereon. The costs employed in making up any of these schedules will be used only for determining the basis of partial payments and will not be considered as fixing a basis for additions to or deductions from the contract price. 26. Payments to Contractor l (a) The Owner shall make progress payments to the Contractor on the basis of a duly certified and l approved estimates of work performed during the preceding calendar month under this contract, but to ensure the proper performance of this contract, the Owner shall retain ten percent (10 %) of I ' ATTACHMENT 7.1 (11Y ' the amount of each estimate until final completion and acceptance of all work covered by this contract: Provided, that the Contractor shall not submit his estimate more often than once per month; Provided, further, that on completion and acceptance of each separate building, public ' work, or other division of the contract, on which the price is stated separately in the contract, payment may be made in full, including retained percentages thereon, less authorized deductions. ' (Retainage procedures as specified in Title 60 Revised Code of Washington (RCW) 60.28.010 may be used in lieu of paragraph 26(a) of Attachment 7 -I.) . ' (b) In preparing estimates, the material delivered on the site and preparatory work done may be taken into consideration. (6) All material and work covered by partial payments made shall thereupon become the sole property of the Owner, but this provision shall not be construed as relieving the Contractor from the sole responsibility for the care and protection of materials and work upon which payments have been made or the restoration of any damaged work, or as a waiver of the Owner to require the fulfillment of all the terms of the contract. (d) Owner's Right to Withhold Certain Amounts and make Application Thereof. The Contractor agrees that he will indemnify and save the Owner harmless from all claims growing out of the . lawful demands of subcontractors, laborers, workmen, mechanics, materialmen, and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary incurred in the furtherance of the performance of this contract. The Contractor shall, at the Owner's request, furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If the Contractor fails to do so, then the Owner may, after having served written notice on the said Contractor, either pay unpaid bills, of which the Owner has written notice, direct, or withhold from the Contractor's unpaid compensation a sum of money deemed reasonably sufficient to pay any and all such lawful claims until satisfactory evidence is famished that all liabilities have been fully discharged whereupon payment to the Contractor shall be resumed, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligations upon the Owner to either the Contractor of his Surety. In paying any unpaid bills of the Contractor, the Owner shall be deemed the agent of the Contractor, and any payment so made by the Owner shall be considered as a payment made under the contract by the Owner to the Contractor and the Owner shall not be liable to the Contractor for any such payments made in good faith. 27. Acceptance of Final Payment Constitutes Release The acceptance by the Contractor of final payment shall be and shall operate as a release to the Owner of all claims and all liability to the Contractor for all things done or furnished in connection with this work and for every act and neglect of the Owner and others relating to or arising out of this work. No payment, however, final or otherwise, shall operate to release the Contractor or his sureties from any obligations under this contract or the Performance and Payment Bond. 28. Payments by Contractor The Contractor shall pay (a) for all transportation and utility services not later than the 20`h day of the calendar month following that in which services are rendered, (b) for all materials, tools and ATTACHMENT 7.1(12) other expendable equipment to the extent of ninety percent.(90 %) of the cost thereof, not later than the 20a' day of the calendar month following that in which such materials, tools and equipment are delivered at the site of the project, and the balance of the cost thereof, not later than the 30`" day following the completion of that part of the work in or on which such materials, tools and equipment are incorporated or used, and (c) to each of his subcontractors, not later than the 5'' day following each payment to the Contractor, the respective amounts allowed the Contractor on account of the work performed by his subcontractors to the extent of each subcontractor's interest therein. 29. Insurance The Contractor shall not commence work under this contract until he has obtained all the insurance required under this paragraph and such insurance has been approved by the Owner, nor shall the Contractor allow any subcontractor to commence work on his subcontract until the insurance required of the subcontractor has been so obtained and approved. (a) Compensation Insurance: The Contractor shall procure and shall maintain during the life of this contract Workmen's Compensation Insurance as required by applicable State or territorial law for all of his employees to be engaged in work at the site of the project under this contract and, in case of any such work sublet, the Contractor shall require the subcontractor similarly to provide Workmen's Compensation Insurance. In case any class of employees engaged in hazardous work on the project under this contract is not protected under the Workmen's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. (b) Contractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The Contractor shall procure and shall maintain during the life of this contract Contractor's Public Liability Insurance, Contractor's Property Damage Insurance and Vehicle Liability Insurance. (c) Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The Contractor shall either (1) require each of his subcontractors to procure and to maintain during the life of his subcontract, Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in the Supplemental General Conditions specified in subparagraph (b) hereof or, (2) insure the activities of his policy, specified in subparagraph (b) hereof. (d) Scope of Insurance and Special Hazards: The Insurance required under subparagraphs (b) and (c) hereof shall provide adequate protection for the Contractor and his subcontractors, respectively, against damage claims which may arise from operations under this contract, whether such operations be by the insured or by anyone directly or indirectly employed by him and, also against any of the special hazards which may be encountered in the performance of this contract as enumerated below. (e) Builder's Risk Insurance (Fire and Extended Coverage): Until the project is completed and accepted by the Owner, the Owner, or Contractor (at the Owner's option) is required to maintain Builder's Risk Insurance (fire and extended coverage) premiums during construction unless the Contractor is required to provide such insurance; however, this provision shall not release the Contractor from his obligation to complete, according to plans and specifications, the project ' ATTACHMENT 7.1 (13) ' covered by the contract, and the Contractor and his Surety shall be obligated to full performance of the Contractor's undertaking. ' (f) Proof of Carriage of Insurance: The Contractor shall furnish the Owner with certificates showing the type, amount, class of operations covered, effective dates and date of expiration of policies. Such certificates shall also contain substantially the following statement: "The ' insurance covered by this certificate will not be canceled or materially altered, except after ten (10) days written notice has been received by the Owner." ' 30. Contract Security For contracts in excess of $100,000, the Contractor shall furnish a performance bond in an amount at 1 least equal to one hundred percent (100 %) of the contract prices as security for the faithful performance of this contract and also a payment bond in an amount not less than one hundred percent (100 %) of the contract price or in a penal sum not less than that prescribed by State, ' territorial or local law, as security for the payment of all persons performing labor on the project under this contract and furnishing materials in connection with this contract. The performance bond and the payment bond may be in one or in separate instruments in accordance with local law. For construction contracts under $100,000, the Local Public Body must require, consistent with RCW 39.08, a combined performance and payment bond of not less than 25% of the contract's price or more than 100% of the.contract price to secure fulfillment of all of the Contractor's obligations under the contract and to assure payment of all persons supplying labor and materials to the t Contractor. The amount of the bond, within these limits, may be fixed by general ordinance of the Local Public Body. ' 31. Additional or Substitute Bond If at any time the Owner, for justifiable cause, shall be or become dissatisfied with any surety or ' sureties, then upon the Performance or Payment Bonds, the Contractor shall within five (5) days after notice from the Owner to do so, substitute an acceptable bond (or bonds) in such form and sum and signed by such other surety or sureties as may be satisfactory to the Owner. The premiums on ' such bonds shall be paid by the Contractor. No farther payments shall be deemed due nor shall be made until the new surety or sureties shall have furnished such an acceptable bond to the Owner. ' 32. Assignments The Contractor shall not assign the whole or any pail of this contract or any moneys due or to ' become due hereunder without written consent of the Owner. In case the Contractor assigns all or any pail of any moneys due or to become due under this contract, the instrument of assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in and to any ' moneys due or to become due to the Contractor shall be subject to prior claims of all persons, firms and corporations of services rendered or materials supplied for the performance of the work called for in this contract. ' 33. Mutual Responsibility of Contractors If, through acts of neglect on the part of the Contractor, any other Contractor or any subcontractor ' shall suffer loss or damage on the work, the Contractor agrees to settle with such other Contractor or subcontractor by agreement or arbitration if such other Contractor or subcontractors will so settle. If 1 ATTACHMENT 7.1(14) such other Contractor or subcontractor shall assert any claim against the Owner on account of any damage alleged to have been sustained, the Owner shall notify the Contractor, who shall indemnify and save harmless the Owner against any such claim. 34. Separate Contracts The Contractor shall coordinate his operations with those of other Contractors. Cooperation will be required in the arrangement for the storage of materials and in the detailed execution of the work. The Contractor, including his subcontractors, shall keep informed of the progress and the detail work of other Contractors and shall notify the Architect/Engineer immediately of lack of progress or defective workmanship on the part of other Contractors. Failure of a Contractor to keep informed of the work progressing on the site and failure to give notice of lack of progress or defective workmanship by others shall be construed as acceptance by him/her of the status of the work as being satisfactory for proper coordination with his own work. 35. Subcontracting (a) The Contractor may utilize the services of specialty subcontractors on those parts of the work which, under normal contracting practices, are performed by specialty subcontractors. (b) The Contractor shall not award any work to any subcontractor without prior written approval of the Owner, which approval will not be given until the Contractor submits to the Owner a written statement concerning the proposed award to the subcontractor, which statement shall contain such information as the Owner may require. j (c) The Contractor shall be as fully responsible to the Owner for the acts and omissions of his subcontractors, and of persons either directly or indirectly employed by them, as he is for the acts and omissions of persons directly employed by him. (d) The Contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the work to bind subcontractors to the documents insofar as applicable to the work of subcontractors and to give the Contractor the same power as regards terminating any subcontract that the Owner may exercise over the Contractor under any provision of the contract documents. (e) Nothing contained in this contract shall create any contractual relation between any subcontractor and the Owner. 36. Architect/Engineer's Authority The Architect/Engineer shall give all orders and directions contemplated under this contract and specifications, relative to the execution of the work. The Architect/Engineer shall determine the amount, quality, acceptability and fitness of the several kinds of work and materials which are to be paid for under this contract and shall decide all questions which may arise in relation to said work and the construction thereof. The Architect/Engineer's estimates and decisions shall be final and conclusive, except as herein otherwise expressly provided. In case any questions shall arise between the parties hereto relative to said contract or specifications, the determination or decision of the i\ Architect/Engineer shall be a condition precedent to the right of the Contractor to receive any money JJ or payment for work under this contract affected in any matter or to any extent by such question. ' ATTACHMENT 7.1(15) The Arcbitect/Engineer shall decide the meaning and intent of any portion of the specifications and of any plans or drawings where the same may be found obscure or be in dispute. Any differences or conflicts in regard to their work which may arise between the Contractor under this contract and ' other Contractors performing work for the Owner shall be adjusted and determined by the Architect/Engineer. ' 37. Stated Allowances The Contractor shall include in his proposal the cash allowance stated in the Supplemental General Conditions. The Contractor shall purchase the "Allowed Materials" as directed by the Owner on the basis of the lowest and best bid of at least three competitive bids. If the actual price for purchasing the "Allowed Materials" is more or less than the "Cash Allowance," the contract price shall be ' adjusted accordingly. The adjustment in contract price shall be made on the basis of the purchase price without additional charges for overhead, profit, insurance or any other incidental expenses. The cost of installation of the "Allowed Materials" shall be included in the applicable sections of the Contract Specifications covering this work. 38. Use of Premises and Removal of Debris ' The Contractor expressly undertakes at his own expense: (a) To take every precaution against injuries to persons or damage to property; (b) To store his apparatus, materials, supplies and equipment in such orderly fashion at the work site of the work as will not unduly interfere with the progress of his work or the work of any other Contractors; ' (c) To place upon the work or any part thereof only such loads as are consistent with the safety of that portion of the work; (d) To clean up frequently all refuse, rubbish, scrap materials and debris caused by his operations, to ' the end that at all times the site of the work shall present a neat, orderly and workmanlike appearance; (e) Before final payment to remove all surplus material, false -work, temporary structures, including ' foundations thereof, plant of any description and debris of every nature resulting from his operations, and to put the site in a neat, orderly condition; and (f) To effect all cutting, fitting or patching of his work required to make the same to conform to the plans and specifications and, except with the consent of the Architect/Engineer, not to cut or otherwise alter the work of any other Contractor. 39. Quantities of Estimate Wherever the estimated quantities of work to be done and materials to be furnished under this ' contract are shown in any of the documents, including the proposal, they are given for use in comparing bids and the right is especially reserved except, as herein otherwise specifically limited, to increase or diminish them as may be deemed reasonable necessary or desirable by the Owner to complete the work contemplated by this contract, and such increase or diminution shall in no way vitiate this contract, nor shall any such increase or diminution give cause for claims or liability for damages. ATTACHMENT Td (16) 40. Lands and Rights -of -Way Prior to the start of construction, the Owner shall obtain all lands and rights -of -way necessary for the carrying out and completion of work to be performed under this contract. Any property acquisition shall comply with Title II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies of 1970 (42 U.S.C. 4630). 41. General Guaranty Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by the Owner, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any expressed warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of one year from the date of final acceptance of the work unless a longer period is specified. The Owner will give notice of observed defects with reasonable promptness. 42. Conflicting Conditions Any provisions in any of the Contract Documents which may be in conflict or inconsistent with any of the paragraphs in these general conditions shall be void to the extent of such conflict or inconsistency. 43. Notice and Service Thereof Any notice to any Contractor from the Owner relative to any part of this contract shall be in writing and considered delivered and the service thereof completed, when said notice is posted, by certified or registered mail, to the said Contractor at his last given address, or delivered in person to the said Contractor or his authorized representative on the work. 44. Provisions Required by Law Deemed Inserted Each and every provision of law and clause required by law to be inserted in this contract shall be deemed to be inserted herein and the contract shall be read and enforced as though it were included herein, and if through mistake or otherwise any such provision is not inserted, or is not correctly inserted, then upon the application of either party the contract shall forthwith be physically amended to make such insertion or correction. 45. Protection of Lives and Health The Contractor shall exercise proper precaution at all times for the protection of persons and property and shall be responsible for all damages to persons or property, either on or off the site, which occur as a result of his prosecution of the work. The safety provisions of applicable laws and building and construction codes, in addition to specific safety and health regulations described by Chapter XIII, Bureau of Labor Standards, Department of Labor, Part 1518, Safety and Health Regulations for Construction, as outlined in the Federal Register, Volume 36, No. 75, Saturday, April'17, 1971. Title 29 — LABOR, shall be observed and the Contractor shall take or cause to be taken, such additional safety and health measures as the Contracting Authority may determine to be reasonably necessary. II ' ATTACHMENT 7.1(17) ' 46. Subcontracts . The Contractor will insert in any subcontracts the Federal Labor Standards Provisions contained herein and such other clauses as the Department of Housing and Urban Development or CTED may, by instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in ' any further subcontracts that may in turn be made. 47. Interest of Member of or Delegate to Congress ' No member of or Delegate.to Congress, or Resident Commissioner, shall be admitted to any share or part of this contract or to any benefit that may arise therefrom, but this provision shall not be ' construed to extend to this contract if made with a corporation for its general benefit. 48. Other Prohibited Interests ' No official of the Owner who is authorized in such capacity and on behalf of the Owner to negotiate, make, accept or approve, or to take part in negotiating, making, accepting, or approving any t architectural, engineering, inspection, construction or material supply become directly or indirectly interested personally in this contract or in any part hereof. No officer, employee, architect, attorney, engineer or inspector of or for the Owner who is authorized in such capacity and on behalf of the Owner to exercise any legislative, executive, supervisory or other similar functions in connection with the construction of the project, shall become directly or indirectly interested personally in this . contract or in any part thereof, any material supply contract, subcontract, insurance contract, or any other contract pertaining to the project. No officer or employee of the Washington State Department of Community, Trade and Economic Development or the Owner shall receive any personal or pecuniary gain or interest, direct or indirect, in any contract or subcontract, or the proceeds thereof, for work to be performed in connection with this project. 49. Use and Occupancy Prior to Acceptance by Owner The Contractor agrees to the use and occupancy of a portion or unit of the project before formal acceptance by the Owner, provided by the Owner: ' (a) Secures written consent of the Contractor except in the event, in the opinion of the Architect/Engineer, the Contractor is chargeable with unwarranted delay in final cleanup of punch list items or other contract requirements; ' (b) Secures endorsement from the insurance - carrier and consent of the surety permitting occupancy of the building or use of the project during the remaining period of construction; or ' (c) When the project consists of more than one building, and one of the buildings is occupied, secures permanent fire and extended coverage insurance, including a permit to complete ' construction. Consent of the surety must also be obtained. \ 50. Photographs of the Project ' ) If required by the Owner, the Contractor shall furnish photographs of the project. ATTACHMENT 7.1 (18) 51. Suspension of Work Should the Owner be prevented or enjoined from proceeding with work either before or after the start of construction by reason of any litigation or other reason beyond the control of the Owner, the Contractor shall not be entitled to make or assert claim for damage by reason of said delay; but time for completion of the work will be extended to such reasonable time as the Owner may determine will compensate for time lost by such delay with such determination to be set forth in writing. Note: Items 52 — 66 are omitted. 67. Ineligible Subcontractors The Contractor shall not subcontract any part of the work covered by this Contract or permit subcontracted work to be further subcontracted without the Local Public Agency's or Public Body's prior written approval of the subcontractor. The Local Public Agency or Public Body will not approve any subcontractor for work covered by this contract who is at the time ineligible under the provisions of any applicable regulations issued by the Secretary of Labor, U. S. Department of Labor or the Secretary of Housing and Urban Development, to receive and award of such subcontract. 68. Provisions to be Included in Certain Subcontracts The Contractor shall include or cause to be included in each subcontract covering any of the work covered by this Contract, provisions which are consistent with these Federal Labor Standards Provisions and also a clause requiring the subcontractors to include such provisions in any lower tier j requiring such insertion in any further subcontracts that may in turn be made. 69. Breach of Foregoing Federal Labor Standards Provision In addition to the causes for termination of this Contract as herein elsewhere set forth, the Local Public Agency or Public Body reserves the right to terminate this Contract if the Contractor or any subcontractor whose subcontract covers any of the work covered by this Contract shall breach any of these Federal Labor Standards Provisions. A breach of these Federal Labor Standards Provisions may also be grounds for debarment as provided by the applicable regulations issued by the Secretary of Labor, U. S. Department of Labor.. 70. Employment Practices The Contractor (1) shall, to the greatest extent practicable, follow hiring and employment practices for work on the project which will provide new job opportunities for the unemployed and under- employed, and (2) shall insert or cause to be inserted the same provision in each construction subcontract. 71. Contract Termination; Debarment W A breach of Section 45 and the Federal Labor Standards Provisions may be grounds for termination of the Contract, and for debarment as provided in 29 CFR 5.6. 72. Federal Labor Standards Provisions (Paragraph 72) (Follows Paragraph 84.) ATTACHMENT 7d (19) 73. Compliance With State Prevailing Wage Requirements (RCW 39.12) Before any payment is made of any sums due under this Contract, the Local Government Body must receive from the Contractor and each subcontractor a copy of the "Statement of Intent to Pay Prevailing Wages" approved by the Washington State Department of Labor and Industries. Also following the acceptance of the project, the Local Government Body must receive from the Contractor and each subcontractor a copy of the "Affidavit of Wages Paid" approved by the State Department-of Labor and Industries. Forms may be obtained from the Department of Labor and Industries. The Contractor and each subcontractor shall pay all fees associated with and make all applications directly to the Department of Labor and Industries. These affidavits will be required before any funds retained, according to the provisions of RCW 60.28.010, are released to the Contractor. Payment by the Contractor or subcontractor of any fees shall be considered incidental to the construction and all costs shall be included in other pay items of the project. 74. Title VI of the Civil Rights Act of 1964 No person shall, on the grounds of race, color or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. (Public Law 88 -352, Title VI of the Civil Rights Act of 1964, 42 U.S.C. 2000d et. seq.) 75. Section 109 of the Housing and Community Development Act of 1974, as Amended No person in the United States shall on the grounds of race, color, national origin, sex or religion be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity funded in whole or in part with funds made available under this title.. 76. Age Discrimination Act of 1975, as Amended No person shall be excluded from participation, denied program benefits, or subjected to discrimination on the basis of age under any program or activity receiving federal funding assistance. (42 U.S.C. 610 et. seq.) 77. Section 504 of the Rehabilitation Act of 1973, as Amended No otherwise qualified individual shall, solely by reason of his or her handicap, be excluded from participation (including employment), denied program benefits, or subjected to discrimination under any program or activity receiving Federal funds. (29 U.S.C. 794) 78. Section 3 of the Housing and Community Development Act of 1968 Section 3 clause: (a) The work to be performed under this Contract is on a project assisted under a program providing direct Federal financial assistance from the Department of Housing and Urban Development and is subject to the requirements of Section 3 of the Housing and Urban Development Act of 1968 as amended, 12 U.S.C. 1701u. Section 3 requires that to the greatest extent feasible opportunities for training and employment be given lower income residents of the project area ATTACHMENT 7.1(20) and contracts for work in connection with the project be awarded to business concerns which are located in, or owned.in substantial part by persons residing in, the area of the project; (b) The parties to this Contract will comply with the provisions of said Section 3 and the regulations issued pursuant thereto by the Secretary of Housing and Urban Development set forth in 24 CFR Part 135, and all applicable rules and orders of the Office issued thereunder prior to the execution of this Contract. The parties to this contract certify and agree that they are under no contractual or other disability which would prevent them from complying with these requirements; (c) The Contractor will send to each labor organization or representative of workers with which he has a collective bargaining agreement or other contract or understanding, if any, a notice advising the said labor organization or workers' representative of his commitments under this Section 3 clause and shall post copies of the notice in conspicuous places available to employees and applicants for employment or training; (d) The Contractor will include in this Section 3 clause (paragraphs a -e), in every subcontract for work in connection with the project and will, at the direction of the applicant for or recipient of Federal financial assistance, take appropriate action pursuant to the subcontract upon a finding that the subcontractor is in violation of regulations issued by the Secretary of Housing and Urban Development, 24 CFR Part 135. The Contractor will not subcontract with any subcontractor where it has notice or knowledge that the latter has been found in violation of regulations under 24 CFR Part 135 and will not let any subcontract unless the subcontractor has first provided it with a preliminary statement of ability to comply with the requirements of those regulations; and (e) Compliance with the provisions of Section 3, the regulations set forth in 24 CFR Part 135, and all applicable rules and orders of the Department issued hereunder prior to the execution of the Contract; shall be a condition of the federal financial assistance provided to the project, binding upon the applicant or recipient for such assistance, its successors and assigns. Failure to fulfill these requirements shall subject the applicant or recipient, its contractors and subcontractors, its successors and assigns to those sanctions specified by the grant or loan agreement or contract through which federal assistance is provided, and to such sanctions as are specified by 24 CFR Part 135. (Section 3 of the Housing and Community Development Act of 1968,12 U.S.C. 170 /u). 79. Executive Order 11246. Equal Opportunity Clause. During the performance of this Contract, the Contractor agrees as follows: (a) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex or national origin. The Contractor will take affirmative action,to ensure that applicants are employed and that employees are treated during employment, without regard to their race, color, religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination, rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provision of this nondiscrimination clause; I ATTACHMENT 7.1(21) ' (b) The Contractor will, in all solicitations or advertisement for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration without regard to race, color, religion, sex or national origin; (c) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided by ' the Contract Compliance Officer advising the said labor union or workers' .representatives of the Contractor's commitment under this Section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment; ' (d) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations and relevant orders of the Secretary of Labor; (e) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations and orders of the Secretary of Labor, or pursuant ' thereto, and will permit access to his books, records and accounts by the Department and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders; ' (f) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible fox. further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965 or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by law; and 1 (g) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further government contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or ' vendor.. The Contractor will take such action with respect to any subcontract or purchase order as the Department may direct as a means of enforcing such provisions, including sanctions for noncompliance. Provided, however, that in the event a Contractor becomes involved in, or is ' threatened with, litigation with a subcontractor or vendor as a result of such direction by the Department, the Contractor may request the United States to enter into such litigation to protect the interest of the United States (Section 202 Equal Opportunity Clause). ' 80. Executive Order 11246. Segregated facilities. A prime Contractor or subcontractor must ensure that facilities provided for employees are provided ,. in such a manner that segregation on the basis of race, color, religion or national origin cannot result. 81. Executive Order 11246. Notice Requirement for Affirmative Action. ' (a) The Offeror's or Bidder's attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set ' forth herein.. ATTACHMENT 7.1(22) (b) The Goals and timetables for minority and female participation, expressed in percentage terms for the Contractor's aggregate work force in each trade on all construction work in the covered area, are as follows: Timetables Goals for Goals for female Minority participation in participation - each trade for each trade Insert goals for insert goals for each year each year These goals are applicable to all the Contractor's construction work (whether or not it is federal or federally assisted) performed in the covered area. The Contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60 -4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by. the specifications set forth in 41 CFR Part 60- 4.3(a), and its efforts to meet the goals established for the geographical area where the contract resulting from this solicitation is to be performed. The hours of minority and female employment and training must be substantially uniform throughout the length of the contract and in each trade, and the Contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from Contractor to Contractor ) or from project to project for the sole purpose of meeting the Contractor's goals shall be a violation of contract, the Executive Order and the regulations in 41 CFR Part 60 -4. Compliance with the goals will be measured against the total work hours performed. (c) The Contractor shall provide written notification to the Director of the Office of Federal Contract Compliance Programs within ten (10) working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address and telephone number of the subcontractor; employer identification number; estimated dollar amount of the subcontract; estimated starting and completion dates of the subcontract; and the geographical area in which the contract is to be performed. (a) As used in this Notice, and in the contract resulting from this solicitation, the "covered area" is (insert description of the geographical areas where the contract is to be performed giving the state, county and city, if any). 82. Executive Order 11246. Standard Federal Equal Employment Opportunity Construction Contract Specifications. (a) As used in these specifications: (1) "Covered area" means the geographical area described in the solicitation from which this \ , Contract resulted; i (2) "Director" means Director, Office of Federal Contract Compliance Programs, United States Department of Labor, or any person to whom the Director delegates authority; 11 ATTACHMENT 7 -1(23) (3) `Employer identification number" means the Federal Social Security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; and (4) "Minority" includes: - Black (all persons having origins in any of the Black African racial groups not of Hispanic origin); - Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American or other Spanish Culture or origin, regardless of race); - Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia and Indian Subcontinent, or the Pacific Islands); and - American Indian or Alaskan Native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal afflictions through membership and participation or community identification). (b) Whenever the Contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the notice which contains the applicable goals for minority and female participation and which is set forth in the solicitation from. which this Contract resulted. ' (c) If the Contractor is participating (pursuant to 41 CPR Part 60 -4.5) in a Hometown Plan approved by the U. S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work.in the plan area (including goals ' and timetables) shall be in accordance with that plan for those trades which have unions participating in the plan. Contractors must be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each Contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause, and to make a good faith effort to achieve each goal under the plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved plan does not excuse any ' covered Contractor's or subcontractor's failure to take good faith efforts to achieve the plan goals and timetables. . ' (d) The Contractor shall implement the specific affirmative action standards provided in paragraphs 7a through 7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the Contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. The ' Contractor is expected to make substantially uniform progress toward its goals in each craft during the period specified. Covered construction contractors performing contracts in geographical areas where they do not have a federal or federally - assisted construction contract shall apply the minority and female goals established for the geographic area where the Contract is being perfoimed. Goals are published periodically in the Federal Register in notice form and such notices may be obtained from any Federal Contract Compliance Programs office or from Federal procurement contracting officers. The Contractor is ' expected to make substantially uniform progress in meeting its goals in each craft during the period specified. ' (e) Neither the provisions of any collective bargaining agreement, nor the failure by a union with whom the Contractor has a collective bargaining agreement, to refer either minorities or 1 ATTACHMENT 7.1(24) women shall excuse the Contractor's obligations under these specifications, Executive Order 11246, or the regulations promulgated pursuant thereto. (f) In order for the nonworking training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees must be employed by the Contractor during the training period, and the Contractor must have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees must be trained pursuant to training programs approved by the U. S. Department of Labor. (g) The Contractor shall take speeifre affirmative actions to ensure equal employment opportunity. The evaluation of the Contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The Contractor shall document these efforts fully, and shall implement affirmative action steps at least as extensive as the following: (1) Ensure and maintain a Working environment free of harassment, intimidation and coercion at all sites, and in all facilities at which the Contractor's employees are assigned to work. The Contractor, where possible, will assign two or more women to each construction project. The Contractor shall specifically ensure that all foremen, superintendents and other on -site supervisory personnel are aware of and carry out the Contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such site or in such facilities; (2) Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources, and to community organizations when the Contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses; (3) Maintain a current file of the names, addresses and telephone numbers of each minority or female referral from a union, a recruitment source or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the Contractor, this shall be documented in the file with the reason therefore, along with whatever additional actions the Contractor may have taken; (4) Provide immediate written notification to the Director when the union or unions with which the Contractor has a collective bargaining agreement has not referred to the Contractor a minority person or woman sent by the Contractor, or when the Contactor has other information that the union referral process has impeded the Contractor's efforts to meet its obligations; (5) Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the Contractor's employment needs, especially those programs funded or approved by the Department of Labor. The Contractor shall provide notice of these programs to the sources complied under 7b above; I ' ATTACHMENT 71(26) (6) Disseminate the Contractor's EEO Policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the Contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining ' agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin t boards accessible to all employees at each location where construction work is performed;' (7) Review, at least annually, the company's EEO policy and affirmative action obligations t under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination or other employment decisions, including specific review of these items with on -site supervisory personnel such as Superintendents, General ' Foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed and disposition of the subject matter; (8) Disseminate the Contractor's EEO policy externally by including it in any advertising in . the news media, specifically. including minority and female news media, and providing written notification to and discussing the Contractor's EEO policy with other contractors and subcontractors with whom the Contractor does or anticipates doing business; ' (9) Direct its recruitment efforts, both oral and written, to minority, female and community organizations, to schools with minority and female students, and to minority and female recruitment and training organizations serving the Contractor's recruitment area and ' employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the Contractor shall send written notification to organizations such as the above, describing ' the openings, screening procedures and tests to be used in the selection process; (10) Encourage present minority and female employees to recruit other minority persons and women and, where reasonable, provide after school, summer and vacation employment t to minority and female youth both on the site and in other areas of a Contractor's work force; ' (11) Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60 -3; ' (12) Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel for promotional opportunities and encourage these employees to seek or to ' prepare for, through appropriate training, etc., such opportunities; (13) Ensure that seniority practices, job classifications, work assignments and other personnel practices, do not have a discriminatory effect by continually monitoring all personnel and ' employment related activities to ensure that the EEO policy and the Contractor's obligations under these specifications are being carried out; ATTACHMENT 7.1(26) ' (14) Ensure that all facilities and company activities are non - segregated except that separate , or single -user toilet and necessary changing facilities shall be provided to assure privacy between the sexes; (15) Document and maintain a record of all solicitations of offers for subcontracts from ' minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business ' obligations; and (16) Conduct a review, at least annually, of all supervisors' adherence to and performance under the Contractor's EEO policies and affirmative action obligations. ' (h) Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (7a through 7p). The efforts of a , contractor association, joint contractor- union, contractor - community, or other similar groups . of which the Contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 7a through 7p of these specifications provided that the ' Contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the Contractor's minority and female work ' force participation, makes a good faith effort to meet its individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the Contractor. The obligation shall not be a defense for the Contractor's ' noncompliance. ) (i) A single goal for minorities and a separate single goal for women have been established. The Contractor, however, is required to provide equal employment opportunities and to take affirmative action for all minority groups, both male and female, and all women, both minority and non - minority. Consequently, the Contractor may be in violation of the Executive Order if a particular group is employed in a substantially disparate manner (for example, even though the Contractor has achieved its goals for women generally, the Contractor may be in violation of the Executive Order if a specific minority of women is under utilized). 0) The Contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex or national origin. (k) The Contractor shall not enter into any subcontract with any person or firm debarred from government contracts pursuant to Executive Order 11246. (1) The Contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any Contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. ATTACHMENT 7.1(27) (m) The Contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the Contractor fails to comply with the requirements of the Executive Order, the implementing regulations or these specifications, the Director shall proceed in accordance with 41 CFR Part 60 -4.8. (n) The Contractor shall designate a responsible official to monitor all employment related activity to ensure that the company's EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the government and to keep records. Records shall at least include for each employee the name, address, telephone numbers, construction trade, union affiliation, if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice trainee, helper or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, Contractors shall not be required to maintain separate records. (o) Nothing herein provided shall be construed as a limitation upon the application of other laws, which establish different standards of compliance or upon the application of requirements for the hiring of local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). 83. State Nondiscrimination Clause The Contractor shall comply with the provisions of Chapter 49.60 RCW, the state law regarding discrimination, in all activities relating to this project. 84. Americans with Disabilities Act of 1990 Subject to the provisions of this title, no qualified individual with a disability shall, by reason of such ' disability, be excluded from participation in or be denied the benefits of the services, programs or activities of a public entity, or be subjected to discrimination by any such entity. 1 1 Paragraph 72 ATTACHMENT 7-1 Federal labor Standards Provisions U.S. Department of Housing and Urban Developmsnf Office of Labor Relallons Applicability The Project or Program to which the construction work covered by this contract pertains is being assisted by the United States of America and the following Federal Labor Standards Provisions are Included in this Contract pursuant to the provisions applicable to such Federal assistance. A. 1. (1) Minimum Wages. All laborers and mechanics em- ployed or working upon the site of the work will be paid uncondl- tionally and not less often than once a week, and without subse- quent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secre- tary of Labor under the Copeland Act (29 CFR Part 3), the full amount of wages and bona fide fringe benefits (or cash equlva- tents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor whldh Is attached hereto and made a part hereof, re- gardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under Section I(b)(2) of the Davis -Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of 29 CFR 5.5(a)(1)(iv); also, regular contributions made or costs Incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs, which cover the particular weekly period, are deemed to be constructively made or Incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage ' rate and fringe benefits on the wage determination for the classi- fication of work actually performed, without regard to skill, except as provided in 29 CFR 5.5(a)(4). Laborers or mechanics per- _ forming work In more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurafdly set forth the time spent in each classification In which work is performed. The wage determination (Including any addi- tional classification and wage rates conformed under 29 CFR and the Davis -Bacon poster (WH -1321) shall be posted at all times by the contractor and Its subcontractors at the site of the work in a prominent and accessible, place where It can be easily seen by the workers. (11) (a) Any class of laborers or mechanics which Is not listed in the wage determination and which is to be employed under the contract shall be classified In conformance with the wage deter- mination. HUD shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: . (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification Is utilized in the area by the construction Industry; and (3) The proposed wage rate, Including any bona fide fringe ben- efits, bears a reasonable relationship to the wage rates contained In the wage determination. (b) If the contractor and the laborers and mechanics to be em- ployed in the classification (if known), or their representatives, and HUD or Its designee agree on the classification and wage rate (Including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by HUD or Its designee to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of La- bor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise HUD or its designee or will notify HUD or its designee within the 30 -day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB control number 1215- 0140.) (c) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and HUD or its designee do not agree on the proposed classification and wage rate (Including the amount designated for fringe benefits, where appropriate), HUD or its designee shall refer the questions, Including the views of all Interested parties and the recommenda- tion of HUD or Its designee, to the Administrator for determina- tion. The Administrator, or an authorized representative, will Is- sue a determination within 30 days of receipt and so advise HUD or Its designee or will notify HUD or Its designee within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1216- 0140.) (d) The wage rate (Including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(li)(b) or (c) of thls para- graph, shall be paid to all workers performing work In the classifi- cation under this contract from the first day on which work Is per- formed in the classification. (III) Whenever the minimum wage rate prescribed In the contract for a class of laborers or mechanics Includes a fringe benefit which Is not expressed as an hourly rate, the contractor shall either pay the benefit as stated In the wage determination or shall pay an- other bona fide fringe benefit or an hourly cash equivalent thereof. (Iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs rea- sonably anticipated In providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable stan- dards of the Davis -Bacon Act have been met. The Secretary of Labor may require the contractor to set aside In a separate ac- count assets for the meeting of obligations under the plan or pro- gram. (Approved by the Office of Management and Budget under OMB Control Number 1215. 0140.) 2. Withholding. HUD or its designee shall upon Its own action or upon written request of an authorized representative of the De- partment of Labor withhold or cause to be withheld from the con- tractor under this contract or any other Federal contract with the same prime contractor, or any other Federally - assisted contract subject to Davis -Bacon prevailing wage requirements, which Is held by the same prime contractor so much of the accrued pay- ments or advances as may be considered necessary to pay la- borers and mechanics, including apprentices, trainees and help- ers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee or helper, employed or working on the site of the work, all or part form HUD -4010 (07/2003) Previous edition is obsolete Page t of 4 ref. Handbook 1344.1 Paragraph 72 of the wages required by the contract, HUD or its designee may, after written notice to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. HUD or Its designee may, after written notice to We contractor, disburse such amounts withheld for and on account of the contractor or subcontractor to the respective employees to whom they are due. The Comptroller General shall make such disbursements In the case of direct Davis -Bacon Act contracts. 3, (1) Payrolls and basic records. Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work preserved for a period of three years thereaf- ter for all laborers.and mechanics working at the site of the work. Such records shall contain the name, address, and social secu- dry number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in Section I(b)(2)(B) of the Davis -bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5 (a)(1)(Iv) that the wages of any laborer or mechanic Include the amount of any costs reasonably anticipated In providing benefits under a plan or program described In Sec - (lon 1(b)(2)(B) of the Davis -Bacon Act, the contractor shall main- tain records which show that the commitment to provide such benefits Is enforceable, that the plan or program is financially re- . sponaible, and that the plan or program has been communicated In writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost Incurred In providing such benefits, Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed In the applicable programs. {Approved by the Office of Management and Budget under OMB Control Numbers 1215.0140 and 1215 - 0017.) (II) (a) The contractor shall submit weekly for each week in which any contract work Is performed a copy of all payrolls to HUD or Its designee If the agency is a party to the contract, but If the agency is not such a party, the contractor will submit the payrolls to the applicant sponsor, or owner, as the case may be, for transmission to HUD or Its designee. The payrolls submitted shall set out ac- curately and completely all of the Information required to be main- tained under 29 CFR 5.5(a)(3)(i): This information may be submit- ted in any form desired. Optional Form WH -347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029 -005- 00014 -1), U.S. Gov- ernment Printing Office, Washington, DC 20402. The prime con- tractor Is responsible for the submission of copies Of payrolls by all subcontractors. (Approved by the Office of Management and Budget under OMB Control Number. 1215. 0149.) (b) Each payroll submitted shall be accompanied by a "State - ment of Compliance,* signed by the contractoror subcontractor or his or her agent who pays or supervises the payment of the per- sons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the Information required to be maintained under 29 CFR 5.5 (a)(3)(i) and that such Information is correct and complete; (2) That each laborer or mechanic (including each helper, ap- prentice, and trainee) employed on the contract during the payroll ATTACHMENT 7 -1 period has been paid the full weekly wages earned, without re- bate, ettherdirecllyorindlrectly, and that no deductions have been made either directly or Indirectly from the full wages earned, othq, than permissible deductions as set forth in 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified In the appli. cable wage determination Incorporated into the contract. (c) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH -347 shall sat- isfy the requirement for submission of the "Statement of Compli- ance' required by subparagraph A.3.(11)(b). (d) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (III) The contractor or subcontractor shall make the records re- quired under subparagraph A.3.(i) available for inspection, copy - Ing, or transcription by authorized representatives of HUD or Its designee or the Department of Labor, and shall permit such rep- resentatives to Interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, HUD or Its designee may, after written notice to the contractor, sponsor,, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pur- suant to 29 CFR 5.12. 4. Apprentices and Trainees. (1) Apprentices. Apprentices will be permitted to work at les, than the predetermined rate for the work they performed who, they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. De- partment of Labor, Employment and Training Administration, Of- fice of Apprenticeship Training, Employer and Labor Services, or with a State Apprenticeship Agency recognized by the Off Ice, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who Is not individually registered in the program, but who has been cerllNed by the Office of Apprenticeship Training, Employer and Labor Services or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an ap- prentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actu- ally performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which Its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor`s or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of th ' form HUD -4010 (0712003) Pr¢vious edition is obsolete Page 2 of 4 ref. Handbook 1344.1 l Paragraph 72 journeymen hourly rate specified in the applicable wage determi- nation. Apprentices shall be paid fringe benefits in accordance with the provislons of the apprenticeship program. If the appren- ticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage deter- mination for the applicable classification. If the Administrator de- termines that a different practice prevails for the applicable ap- prentice classification, fringes shall be paid In accordance with .that determination. In the event the Office of Apprenticeship Train - Ing, Employer and Labor Services, or a State Apprenticeship Agency recognized by the Office, withdraws approval of an op- prenticeshfp program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program Is op- proved. (11) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and Individually registered in a program which has received prior ap- proval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Train - Ing Administration. Every trainee must be paid at not less than the rate specified In the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits In accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprentice- ) ship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the pay- roll at a trainee rate who is not registered and participating In a training plan approved by the Employment and Training Adminis- tration shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. in addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than The applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the con - Iraclor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved, (111) Equal employment opportunity. The utilization of appren- tices, trainees and journeymen under 29 CFR Part 5 shall be In conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance with Copeland Act requirements. The contrac- tor shell comply with the requirements of 29 CFR Part 3 which are incorporated by reference In this contract 6. Subcontracts. The contractor or subcontractor will insert in any subcontracts the clauses contained in subparagraphs 1 through 11 of this paragraph A and such other clauses as HUD or its designee may by appropriate Instructions require, and a copy of the applicable prevailing wage decision, and also a clause re- quiring the subcontractors to Include these clauses in any lower Iler subcontracts. The prime contractor shall be responsible. for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in this paragraph. Previous edition is obsolete Pa ATTACHMENT 7 -1 7. Contract termination; debarment., A breach of the contract clauses in 29 CFA 5.5 may be grounds for termination of the con- tract and for debarment as a contractor and a subcontractor as provided in 29 CFR 5A2. 8. Compliancowith Davis -Bacon and Related Act Requirements. All rulings and interpretations of the Davis -Bacon and Related Acts contained In 29 CFA Parts 1, 3, and 5 are herein Incorpo- rated by reference in this contract 9. Disputes concerning labor standards. Disputes arising out of the labor standards provisions of this contract shall not be sub- ject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the De- partment of Labor set forth In 29 CFR Parts 5, 6, and 7. Disputes within the meaning of this clause Include disputes between the contractor (or any of Its subcontractors) and HUD or Its designee, the U.S. Department of Labor, or the employees or their repre- sentatives. 10. (1) Certification of Eligibility. By entering Into this contract the contractor certifies that neither It (nor he or she) nor any per- son or firm who has an Interest In the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(1) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24. (11) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of Section 3(a) of the Davis -Bacon Act or 29 CFR 5.12(a)(i) or to be awarded HUD contracts or participate in HUD programs pursuant to 24 CFR Part 24- (111) The penalty for making false statements Is prescribed In the U.S. Criminal Code, 18 U.S.C. 1001. Additionally, U.S. Criminal Code, Section 1 01 0, Title 18, U.S.C., "Federal Housing Adminis- tration transactions ", provides in part: "Whoever, for the purpose of ... influencing to anyway the action of such Administration..... makes, utters or publishes any statement knowing the same to be false..... shall be fined not more than $5,000 or Imprisoned not more than two years, or both." 11. Complaints, Proceedings, or Testimony by Employees. No laborer or mechanic to whom the wage, salary, or other labor standards provisions of this Contract are applicable shall be dis- charged or in any other manner discriminated against by the Con- tractor or any subcontractor because such employee has filed any complaint or Instituted or caused to be instituted any proceeding or has testified or Is about to testify In any proceeding under or relating to the labor standards applicable under this Contract to his employer. B. Contract Work Hours and Safety Standards Act. The provi- sions of this paragraph B are applicable only where the amount of the prime contract exceeds $100,000. As used In this paragraph, the terms "Igborers" and "mechanics "Include watchmen and guards. (1) Overtime requirements. No contractor or subcontractor con- tracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic In any workweek in which he or she is employed on such work to work in excess of 40 hours in such work- week unless such laborer or mechanic receives compensation at a rate not less than one and one -half times the basic rate Of pay for all hours worked in excess of 40 hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in subpara- form HUD -4010 (07/2009) tie 3 of 4 rot. Handbook 1344.1 Paragraph 72 graph (1) of this paragraph, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addi- tion, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such, territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, Including watchmen and guards, employed in violation of the clause set forth in subparagraph (1) of this paragraph, in the sum of $10 for each calendar day on which such individual was required or permit- ted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by the clause set forth In sub paragraph (1) of this paragraph. (3) Withholding for unpaid wages and liquidated damages. HUD or Its designee shall upon its own action or upon written request of an authorized representative of the Department of La- bor withhold or cause to be withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contract, or any other Federaliy- assisted contract subject to the Contract Work Hours and Safety Standards Act which Is held by the same prime contractor such sums as may be determined to be necessary to satisfy any liabilities of such con- tractor or subcontractor for unpaid wages and liquidated damages as provided In the clause set forth in subparagraph (2) of this paragraph. ATTACHMENT 7 -1 (4) Subcontracts. The contractor or subcontractor shall Insert In any subcontracts the clauses set forth in subparagraph (1) through (4) of this paragraph and also a clause requiring the sub, contractors to Include these clauses In any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subconiractor or lower tier subcontractor with the clauses set forth In subparagraphs (1) through (4) of this paragraph. C. Health and Safety. The provisions of this paragraph C are ap- plicable only where the amount of the prime contract wtceeds $100,000. (1) No laborer or mechanic shall be required to work In surround- ings or under working conditions which are unsanitary, hazard- ous, or dangerous to his health and.safety as determined under construction safety and health standards promulgated by the Sec- retary of Labor by regulation. (2) The Contractor shall comply with all regulations issued by the Secretary of Labor pursuant to Title 29 Part 1926 and failure to comply may result in imposition of sanctions pursuant to the Con- tract Work Hours and Safety Standards Act, 40 USC 3701 at sea. (3) The Contractor shall Include the provisions of this para- graph in every subcontract so that such provisions will be binding on each subcontractor. The Contractor shall take such action with respect to any subcontract as the Secretary of Housing and Urban Development or the Secretary of Labor shall direct as a means of enforcing such provisions. ' form HUD -4010 (0712003) mf. Handhank 1344.1 Previous edition is obsolete 1 Page 4 of 4 l I I ' 9 9 10 ' 12 13 14 ' 1 16 5 17 18 ' 19 20 21 ' 22 23 24 25 26 27 28 29 ' 30 3] 32 1 33 34 35 36 ' 37 38 39 40 ' 41 42 43 ' 44 45 46 47 ' 48 49 50 ' 5 52 53 1 54 ' 55 56 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern SECTION 00800 SUPPLEMENTARY CONDITIONS INDEX GENERAL CONDITIONS STANDARD FORM PAGE STANDARD GENERAL CONDITION ARTICLES MODIFIED BY THE SUPPLEMENTARY CONDITIONS ARTICLE 1 - GENERAL PROVISIONS 1.1 Basic Definitions 1.2 Correlation and Intent Of The Contract Documents ARTICLE 2 - OWNER 2.1 General 22 Information And Services Required Of The Owner 2.4 Owner's Right To Carry Out The Work 2.5 Owner Rights And Responsibilities ARTICLE 3- CONTRACTOR 3.1 General 3.2 Review Of Contract Documents And Field Conditions By Contractor. 3.3 Supervision And Construction Procedures 3.4 Labor And Materials 3.5 Warranty 3.6 Taxes 3.7 Permits, Fees And Notices 3.9 Superintendent 3.10 Contractor's Construction Schedules 3.11 Documents And Samples At The Site 3.12 Shop Drawings, Product Data And Samples 3.13 Use Of Site 3.18 Indemnification ARTICLE 4 - ADMINISTRATION OF THE CONTRACT 4.2 Architect's Administration Of The Contract 4.3 Claims And Disputes 4.5 Mediation 4.6 Arbitration ARTICLE 5- SUBCONTRACTORS 5.2 Award Of Subcontracts And Other Contracts For Portions Of The Work ARTICLE 6 - CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTOR 6.1 Owner's Right To Perform Construction And To Award Separate Contracts 6.2 Mutual Responsibility ARTICLE 7 - CHANGES IN THE WORK 7.1 General 7.2 Change Orders 7.3 Construction Change Directives 10 12 13 13 1 290161 Fort Stevens I Mill Pond SUPPLEMENTARY CONDITIONS 00800-1 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Fort Stevens l Mill Pond Yelm Community Schools - No. 02 Erickson McGovern ARTICLE 8 - TIME 8.1 Definitions 8.2 Progress And Completion 8.3 Delays And Extensions Of Time ARTICLE 9 - PAYMENTS AND COMPLETION 9.2 Schedule Of Values 9.3 Applications For Payment 9.4 Certificates For Payment 9.5 Decisions To Withhold Certification 9.6 Progress Payments 9.7 Failure Of Payment 9.8 Substantial Completion 9.10 Final Completion And Final Payment ARTICLE 10 - PROTECTION OF PERSONS AND PROPERTY 10.3 Hazardous Materials ARTICLE 11 - INSURANCE AND BONDS 11.1 General Provisions 11.2 Contractor's Liability Insurance 11.3 Property Insurance 11.5 Performance Bond And Payment Bond ARTICLE 12 - UNCOVERING AND CORRECTION OF WORK 12.1 Uncovering Of Work 12.2 Correction Of Work ARTICLE 13 - MISCELLANEOUS PROVISIONS 13.1 Governing Law 13.4 Rights And Remedies 13.5 Tests And Inspections 13.7 Commencement Of Statutory Limitation Period ARTICLE 14 - TERMINATION OR SUSPENSION OF THE CONTRACT 14.1 Termination By The Contractor 14.2 Termination By Owner For Cause 14.3 Suspension By The Owner For Convenience 14.4 Termination By The Owner For Convenience ARTICLE 15 - ADDITIONAL REQUIREMENTS 15.1 Provisions To The Revised Code Of Washington 15.2 Equal Employment Opportunity 15.3 HUD Section 3 Requirements 15.4 Minority and Women Owned Business Enterprises (MBE/WBE 15.5 Labor Standards 15.6 Procurement 15.7 Conflict of Interest 15.8 Debarred Contractors 15.9 Section 504 15.10 Lead Based Paint 15.11 Construction Standards 15.12 Hold Harmless 15.13 Insurance Requirements 15.14 Licensing Requirements 290161 Fort Stevens I Mill Pond SUPPLEMENTARY CONDITIONS 17 19 23 24 27 01 28 29 00800-2 Fort Stevens / Mill Pond Yelm Community Schools – No. 02 Erickson McGovern 1 15.15 Summary of Funding Requirements. 2 3 GENERAL CONDITIONS — STANDARD FORM The "General Conditions of the Contract for Construction," 4 A.I.A. Document A -201 1997 Edition are hereby made a part of these Specifications whether or not herein 5 included. Copies of the "A.I.A. Document A -201" may be examined at the office of the Architect, or may be 6 purchased directly from the American Institute of Architects,1201 Pacific Avenue, Fountain Court Level, Suite 7 C -4, Tacoma, WA 98402. SUPPLEMENTARY CONDITIONSThe following Supplementary Conditions 8 amend, modify and /or delete provisions of the "General Conditions of the Contract for Construction," AIA 9 Document A201, Fifteenth Edition, 1997. Where a portion of the General Conditions is amended, modified 10 or deleted by these Supplementary Conditions, the unaltered portions of the General Conditions shall remain I 1 in effect. 12 13 ARTICLE 1 GENERAL PROVISIONS 14 15 1.1 BASIC DEFINITIONS 16 17 1.11 Supplement as follows: Add the Instructions to Bidders, the Accepted Bid or Proposal, to the items 18 consisting of the Contract Documents. 19 20 21 1.2 CORRELATION AND INTENT OF THE CONTRACT DOCUMENTS 22 23 1.2.1 Supplement as follows: Whenever an article, device or piece of equipment is referred to in singular 24 number, such reference applies to all such articles shown on drawings or required to complete the 25 installation. 26 27 122 Supplement as follows: In the event of conflicts or discrepancies among the Contract Documents, 28 interpretations will give precedence in the following order: (1) The Agreement (A101) with written 29 admendments having precedence; (2) Addenda, with those of later date having precedence over 30 those of earlier date; (3) Supplementary Conditions; (4) General Conditions (A201); (4) Washington 31 State Department of Community, Trade and Economic Development, Community Development and 32 Block Grant General Conditions and (5) Drawings and Specifications. In the case of inconsistency 33 between the Drawings and Specifications or within either document, the better quality or greater 34 quantity of work shall be provided in accordance with the Architect's interpretation without additional 35 compensation to the Contractor. 36 1 290161 Fort Stevens Wt Pono SUPPLEMENTARY CONDITIONS 00800-3 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 1 ARTICLE 2 OWNER 2 3 2_1 GENERAL 4 5 2.1.1 Delete in its entirety and insert the following: The Owner of this project is the Yelm Community 6 Schools, which is governed by its Board of Directors (the "Board "). The Board shall designate a 7 Project Manager who shall be the primary contact on behalf of the Board. Such Manager shall have 8 such authority as shall be confirmed by the Board. Unless specifically limited by the Board, such 9 Manager shall have the ability to make decisions on behalf of the Owner only to the following extent: 10 approving details of location; approvals of colors and products or materials which meet 11 specifications; making ministerial decisions in the administration of the Contract; the giving of written 12 notices provided in the Contract Documents including notices under Paragraphs 2.3, 2.4, and 12.2. 13 The Board shall retain the final decision on acceptance of the contract and approval of any proposed 14 Change Orders or proposed Construction Change Directives except for the limited delegation in this 15 paragraph. Should the Contractor proceed to carry out the Work required by the Construction 16 Change Directive approved by the Project Manager (as opposed to approval by the Board itself) the 17 Contractor by so doing agrees to accept as full compensation for all costs and claims arising from 18 and related to such Construction Change Directive a reasonable sum which shall in no case exceed 19 $25,000. Except for the limited approval authority delegated for Change Orders and Construction 20 Change Directives, the Board of Directors shall have the sole authority to authorize any change to 21 the provisions of the Contract which the Contractor claims may entitle the Contractor to any equitable 22 adjustment or extra compensation. 23 24 2.1.2 Address paragraph as follows: PROJECT MANAGER ON SITE. The Board's designated Project 25 Manager referred to in paragraph 2.1.1 above shall have only that authority stated above. The 26 presence on site of the Board's designated Project Manager, any Board member, maintenance staff, 27 or any other employee shall not imply any authority by such person to direct extra work or make 28 approvals or acceptances except as specifically delegated in this Contract or as adopted by formal 29 action of the Board of Directors and communicated in writing to the Contractor. This limitation of 30 authority shall apply whether or not such persons on site are called clerk of the works, inspector, or 31 any other related designation. The presence of such persons on the site and his /her observations, 32 knowledge, and /or statements shall not create any apparent authority. No act or omission, 33 statement or silence by such person on site shall waive any requirements of this Contract, constitute 34 acceptance or approval by the Owner, or waive any requirement of written notice. No such Project 35 Manager or other Owner employee or officer shall have authority: to direct the manner or means by 36 which the Contractor carries out the work; to direct or approve safety measures of the Contractor; or 37 to direct any extra work, except the Project Manager may do so by the written Construction Change 38 Directive procedure within the limited monetary authority herein provided. The presence on site of 39 such persons shall in no way derogate from the authority of the Architect; nor shall it alter the 40 contractually specified procedures for communication through the Architect. 41 42 2.1.3 The Project Manager and the Architect, separately and jointly, shall have authority on behalf of the 43 Owner to condemn or reject Work when, in the Project Manager's or the Architect's opinion, the work 44 does not conform to the Contract Documents. Whenever in the Project Manager's or the Architect's 45 reasonable opinion it is considered necessary or advisable to insure the proper implementation of 46 the intent of the Contract Documents, the Project Manager or the Architect shall have the authority to 47 require special inspection or testing of any Work in accordance with the provisions of the Contract 48 Documents whether or not such Work be then fabricated, installed, or completed. 49 50 2.1.4 The Project Manager will have authority to require special inspection or testing of the Work, whether 51 or not such Work be then fabricated, installed, or completed. However, neither the Project 52 Manager's authority nor any decision made by the Project Manager in good faith either exercise or 53 not to exercise such authority shall give rise to any duty or responsibility of the Project Manager to 54 the Contractor, any subcontractor, any of their agents or employees, or any other person performing 55 any of the Work. 56 29016 /Fort Stevens /Mill Pond SUPPLEMENTARY CONDITIONS 00800 -4 1 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 1 2.1.5 The Project Manager shall have the authority and discretion to call, schedule, and conduct job 2 meetings to be attended by the Contractor, and representatives of his Subcontractors, and Material 3 Suppliers and Vendors and the Architect, to discuss such matters as procedures, progress, 4 problems, and scheduling. 5 6 2.2 INFORMATION AND SERVICES REQUIRED OF THE OWNER 7 8 2.2.1 Delete in its entirety. 9 10 2.2.2 Supplement by adding the following: Such surveys and the drawings show physical characteristics 11 and utility locations based upon information readily available at the time of their preparation. To the 12 extent the surveys or drawings depict the expected location of underground utilities or wires, pipes, 13 or similar plumbing or electrical locations which are hidden behind walls, the Contractor understands 14 and assumes the risk that the exact locations may be somewhat different. The Contractor shall use 15 care in exploring and locating such underground or behind walls utilities, plumbing and electrical runs 16 and shall adjust any necessary work or connections relating to such existing utility plumbing and 17 electrical locations without additional costs to the Owner. 18 19 2.4 OWNER'S RIGHT TO CARRY OUT THE WORK 20 21 2.4.1 Delete in its entirety and substitute the following: If the Contractor neglects to carry out the Work in 22 accordance with the Contract Documents or fails to correct defective work and fails within a seven 23 (7) day period after receipt of written notice from the Owner to commence and continue correction of 24 such failure or neglect with diligence and promptness, the Owner may, without prejudice to other 25 remedies the Owner may have, correct such deficiencies. In the event such deficiencies threaten 26 the health or safety of employees or occupants, the Owner may proceed to correct such deficiencies 27 with such notice (or no notice) to the Contractor as is reasonable under the circumstances. When 28 the Owner has undertaken to carry out a portion of the Work prior to final acceptance of the Contract, 29 an appropriate Modification shall be issued deducting from payments then or thereafter due the 30 Contractor the cost of correcting such deficiencies, including compensation for the Architect's 31 additional services, and expenses made necessary by such default, neglect or failure. If payments 32 then or thereafter due the Contractor are not sufficient to cover such amounts, the Contractor shall 33 pay the difference to the Owner. 34 35 2.5 Add OWNER RIGHTS AND RESPONSIBILITIES: 36 37 2.5.1 The Owner will not have control over or charge of and will not be responsible for construction means, 38 methods, techniques, sequences or procedures, or for safety precautions and programs in 39 connection with the Work, since these are solely the Contractor's responsibility as provided in 40 Paragraph 3.3. The Owner will not be responsible for the Contractor's failure to carry out the Work in 41 accordance with the Contract Documents. The Owner will not have control over or charge of and will 42 not be responsible for acts or omissions of the Contractor, subcontractors, or their agents or 43 employees, or of any other persons performing portions of the Work. 44 45 2.5.2 In the exercise of the Owner's right to carry out the Work under Paragraphs 2.4 and/or 12.2, the 46 Owner shall have the right to use the Owner's own forces or hire another Contractor with or without 47 public bid to carry out such work. 48 1 29016 /Fort Stevens /Mill Pond SUPPLEMENTARY CONDITIONS 00800 -5 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern ARTICLE CONTRACTOR 3.2 REVIEW OF CONTRACT DOCUMENTS AND FIELD CONDITIONS BY CONTRACTOR 3.2.1 Supplement as follows: The existence of errors, omissions or inconsistencies in the contract documents should not entitle the contractor to compensation or extra costs for delay, but may entitle the contractor to an extension of time; and the contractor shall use all reasonable efforts to minimize the costs and delays occasioned by discovery of errors, omissions or inconsistencies in the contract documents. 3.2.2 Supplement as follows: In all cases except those in which the contract documents detail a construction which violates any applicable law, statute, ordinance, building code, or rule and regulation, the contractor shall be responsible to construct the work in accordance with all applicable laws, statutes, ordinances, building codes, and rules and regulation. 3.2.3 Supplement as follows: If the contractor fails to perform the obligations of subparagraph 3.1.1 and 3.1.2, the contractor shall not be entitled to additional costs or time which would have been saved had the contractor performed those obligations. 3.2.4 Investigation of subsurface conditions on the site have been made for design purposes. The results of such investigations are available to prospective bidders and the Contractor, but are not to be considered a part of the Contract Documents. There is no guarantee, either express or implied, that the conditions indicated are representative of those existing throughout the site, or that unforeseen developments may not occur. The Contractor shall be solely responsible for any interpretations of the information or extrapolations beyond the location of each individual boring or test pit. 3.3 SUPERVISION AND CONSTRUCTION PROCEDURES 3.3.1 The Contractor will establish and maintain existing lot lines, restrictions and bench marks shown on the drawings. The Contractor shall establish and maintain all other line levels and bench marks necessary for the execution of the Work, and take such steps as are necessary to prevent their dislocation or destruction. The Contractor shall employ a professional land surveyor registered in the State of Washington to lay out the Work and be responsible for the accuracy of same. 3.3.2 Contractor shall coordinate, lay out, and schedule all work sufficiently in advance of its scheduled performance to adjust conflicts and to avoid related delays. This responsibility addresses all work, regardless of its assignment by Contractor to a subcontractor or the requirements on different pages of the plans to place the work of separate specialties (such as mechanical and electrical) within tight spaces. The Contractor will coordinate its work and that of its subcontractors to minimize wall penetrations and other cutting, patching or moving of previously placed work by other trades or specialties. 3.3.3 The Contractor shall coordinate and be informed on delivery of materials of all Subcontractors 3.4 LABOR AND MATERIALS 3.4.1 After the Contract has been executed, the Owner and the Architect may consider a formal request for the substitution of the products in place of those specified only under exceptional conditions. See Division 1 of the specifications. By making requests for substitutions, the Contractor: 3.4.1.1 represents that the Contractor has personally investigated the proposed substitute product and determined that it is equal or superior in all respects to that specified; 3.4.1.2 represents that the Contractor will provide the same or greater warranty for the substitution that the Contractor would for that specified; 29016 / Fort Stevens/ Mill Pond SUPPLEMENTARY CONDITIONS 00800-6 1 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 3.4.1.3 certifies that the cost data presented is complete and includes all related costs under this Contract, and waives all claims for additional costs related to the substitution which subsequently become apparent; 3.4.1.4 will coordinate the installation of the accepted substitute, making at Contractor's sole cost such changes as may be required for the Work to be complete in ail respects; and 3.4.1.5 shall pay for all the Architect's reasonable and necessary fees in reviewing the proposed substitution and reviewing any resulting changes to the work. 3.4.4 WAGE RATES 3.4.4.1 The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Washington State Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries, are by reference made a part of this Contract as though fully set forth herein. 3.4.4.2 Inasmuch as the Contractor will be held responsible for paying the prevailing wages, it is imperative that all Contractors familiarize themselves with the current wage rates before submitting bids based on these specifications. Owners information on current wage rates, if included herein, is as a convenience to bidders. 3.4.4.3 In case any dispute arises as to what are the prevailing rates of wages for work of a similar nature 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 of the State and his or her decision therein shall be final and binding on all parties involved in the dispute as provided for by RCW 39.12.060 as amended. 3.4.4.4 The Contractor and all subcontractors shall each complete and file a Statement of Intent to Pay Prevailing Wages on Public Contract form, prior to starting work under the Contract. 3.4.4.5 Each progress payment request submitted by a Contractor for payment on a project estimate shall state that prevailing wages have been paid in accordance with the pre -filed statement or statements of intent on file with the Dept. of Labor and Industries as approved by the Industrial Statistician. Monitoring of the payment of prevailing wages may also include worker interviews and on site visits. 3.4.4.6 At the conclusion of the project the Contractor and the Subcontractors shall submit affidavits of wages paid to the Department of Labor and Industries, 1601 Second Avenue, Seattle, Washington 98101, for certification by the Director. Contractor shall provide a copy to the Owner. 3_5 WARRANTY 3.5.1 Amend as follows: In the first sentence, change the phrase "quality required or permitted ..." to read "... quality specified ...." In the second to the last sentence, change the phrase "... or normal wear and tear and normal usage" to read "... or normal wear and tear under normal usage." 3.5.2 All work under this Contract shall be performed in a skillful and workmanlike manner. The warranties set forth in this paragraph and elsewhere in the Contract Documents and claims relating to breach thereof shall survive substantial completion, final acceptance and final payment. 1 290161 Fon StevensI Mill Pond SUPPLEMENTARY CONDITIONS 00800-7 7 8 9 10 II 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 3_6 TAXES 3.6.1 Supplement as follows: Taxes to be paid by Contractor include those imposed by federal, state, county and city governments, excepting only real estate taxes on the property; and such taxes as applicable shall be included in the proposal sums. The state, county, and city retail sales taxes are not permitted to be included in the proposal sums, the Owner shall pay sales taxes proportionately with each periodic and final estimate in addition to the amount allowed on the payment certificate and Contractor shall pay such taxes to the authority as required by law. 3.7 PERMITS FEES AND NOTICES 3.7.1 Supplement this paragraph with the following "The local building department plan check fee and general building permit fee has been paid by the Owner and shall not be included within the bidders bid proposal. All other permit and public inspection fees shall be secured by and paid by the Contractor and included in the base bid." 3.9 SUPERINTENDENT 3.9.1 Add the following supplemental information to the existing Paragraph 3.8.1: "The Contractor shall employ a competent superintendent, who shall be in attendance full -time at the Project site. The superintendent shall perform strictly in a supervisory role and not in a working (physical) role. The superintendent shall not be replaced without the prior written consent of the Owner or Architect. If the Owner or Architect has reasonable objection to the superintendent proposed by the General Contractor, the General Contractor shall propose another to whom the Owner or Architect has no reasonable objection." 3.10 CONTRACTOR'S CONSTRUCTION SCHEDULE 3.10.1 Add to paragraph as foilows "Include costs in the Proposal for furnishing the Progress Schedule (Bar Chart) in the form as follows: SCHEDULE OF WORK: The Contractor who is the apparent low bidder shall submit to the Architect within ten days of the commencement of work a proposed bar chart illustrating his basic plan for meeting the completion dates specified in this contract. This bar chart shall be activity- oriented showing as nearly as can be determined the starting and completion dates of each event. This preliminary network should show shop drawing submittals, material, delivery, installation and checkout of each major item of work. Significant coordination and interfacing of construction will be necessary. The bar chart shall be cost loaded for each activity. The approved cost loaded bar chart shall be the basis for determining pay requests throughout the project. In order to efficiently implement the major portion of these interfaces and avoid numerous interferences, the following procedures shall be adhered to: MAINTENANCE OF PROJECT SCHEDULE: The General Contractor shall maintain the project bar chart schedule in current condition and shall continuously monitor the progress of the work to assure completion of the work in compliance with the schedule. 29016 i Fort stevens 1 Mill Pond SUPPLEMENTARY CONDITIONS 00800 -8 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern PROGRESS REPORT: No later than 15 days after receipt of notice to proceed and prior to the first pay request, the Contractor shall prepare and submit a copy of the time - oriented project bar chart schedule updated to show the current status of each major bar chart activity as of the fourth Friday of each month. This progress report shall be submitted monthly with each pay estimate. Activities which are found to be consistently behind schedule shall be worked expeditiously to correct the schedule and assure a timely project completion. 8 PROSECUTION OF WORK: Contractor shall furnish sufficient forces, construction plant and 9 equipment, as may be necessary to insure the prosecution of the work, in accordance with the 10 approved construction schedule. If Contractor falls behind such schedule, Contractor shall take 11 such steps as may be necessary to improve his progress without additional cost to Owner." 12 13 3.11 DOCUMENTS AND SAMPLES AT THE SITE 14 15 3111 Add the following new subparagraph: "In addition, the Contractor shall keep the approved permit set 16 of plans at the jobsite during construction, in good condition. Just prior to final acceptance the 17 Contractor shall deliver this permit set to the Project Manager." 18 19 3.12 SHOP DRAWINGS PRODUCT DATA AND SAMPLES 20 21 3121 Supplement paragraph as follows: 22 23 "The Contractor shall make any corrections required by the Architect and shall resubmit the required 24 number of corrected copies of shop drawings or new samples. Resubmittal of shop drawings or 25 samples necessitated by required corrections shall not be a cause for extension of time. All such 26 portions of the work shall be in accordance with the approved submittals." 27 28 3.13 USE OF SITE 29 30 3.13.1 Supplement as follows: In order to minimize interference with Owner activities, the Contractor shall 31 coordinate all of his operations with and secure approval of the Owner's Project Manager before 32 using any portion of the site. 33 34 3.18 INDEMNIFICATION 35 36 3.18.1 It is the intent of the indemnification paragraphs hereinabove to require the Contractor to indemnify 37 the named parties to the fullest extent permitted by RCW Chapter 4.24 as it now exists or is 38 hereafter amended. It is specifically intended that the Contractor's indemnity shall cover allegations 39 of concurrent negligence of indemnitor and indemnitee, their agents or employees; and that the duty 40 to so indemnify shall cover all costs of defense of such claims. The Contractor's indemnity 41 obligations shall not cover allegations or adjudicated determinations that the liability arises from the 42 sole negligence of an indemnitee. In claims against any indemnitee by an employee of the 43 Contractor, a subcontractor, anyone directly or indirectly employed by them or anyone for whose 44 acts they may be liable, the indemnification obligation hereunder shall not be limited by the 45 Washington State worker's compensation law, RCW Title 51. The Contractor shall provide 46 insurance covering such indemnity obligations subject to the terms and conditions provided in Article 47 11 including the naming of Owner and Architect as additional insureds upon such policy. Only to the 48 extent necessary to provide the indemnification of others provided hereinabove, and only to the 49 extent an indemnification is required by the Contract to be covered by insurance, the signing of the 50 Contract by the Contractor shall operate as a waiver of the Contractor's immunity from suit under 51 RCW Title 51. This waiver does not apply to a claim made by an employee of the Contractor against 52 only the Contractor. 1 29016 /Fort Stevens IMillPond SUPPLEMENTARY CONDITIONS 00800 -9 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern ARTICLE 4 ADMINISTRATION OF THE CONTRACT 4.2 ARCHITECT'S ADMINISTRATION OF THE CONTRACT 4.2.1 Supplement as follows: The authority of the Architect as the Owner's representative is separate from the Board's designated Project Manager as described in Article 2. The presence of the Architect or any Architect representatives or consultants on the site, their knowledge, their acts or omissions, their statements or silence shall not give rise to any apparent authority beyond that authority specifically stated in the Contract Documents; nor shall such operate as a waiver of any of the requirements of the Contract Documents including the requirements for any written notice required by the Contract Documents. 4.2.2 Communications Facilitating Contract Administration. Supplement as follows: Communications between the Contractor or subcontractor and Architect's consultants, Owner's maintenance staff or occupants of occupied buildings shall be limited to matters of information, security arrangements, or incidental access to occupied buildings; but in no case shall such communications relate to or authorize changes to the Work or give rise to claims for additional work. Should any party to the Contract believe unauthorized communications are being made by any person, such shall be reported in writing to the Architect and to the Project Manager, the Architect, and Contractor's Superintendent. 4.2.3 Supplement as follows: The architect's obligations under this subparagraph shall not derogate from architect's responsibilities under its contract to the Owner, nor shall the provisions of this subparagraph preclude the architects receiving advice from and consulting with Owner's representatives and attorneys regarding claims and contract interpretations. 4.3 CLAIMS AND DISPUTES 4.3.1 Time Limits on Claims. Delete in its entirety and substitute the following: Subject to the requirement that the Contractor give written notice prior to proceeding to execute any work claimed to be extra or additional, claims by the Contractor must be made by detailed written notice within twenty -one (21) calendar days after occurrence of the event giving rise to such claim. 4.3.2 Continuing Contract Performance. Delete in its entirety and substitute the following: Pending final resolution of the claim or dispute including the necessary time to resolve any litigation, the Contractor shall proceed diligently with the performance of the contract and any work directed, whether or not the Contractor alleges: that a dispute constitutes a total breach of contract, that a dispute is beyond the scope of the contract; or that there has been a cardinal change; or that conditions would allow the Contractor the right to rescind. This obligation to continue work is deemed to cover all disputes related in any way to the contract between the parties. The Contractor will incorporate this clause to obligate its subcontractors and material men to likewise continue performance despite the pendency of a dispute. The Owner shall during a dispute continue to make payments as such payments are otherwise due in accordance with the terms of these contract documents. 4.3.3 Claims for Additional Time 4.3.3.1 Supplement as follows: Except as provided in Supplementary General Conditions 8.3.3, Contractor is entitled only to an extension of time for delay. 4.3.4 Consequential Damages: Delete in its entirety. 290161 Fort Stevens I Mill Pond SUPPLEMENTARY CONDITIONS 00800-10 1 ' Fort Stevens / Mill Pond Yelm Community Schools — No. 02 ' Erickson McGovern ' 1 4.15 Access to Contractor Cost Records. The Contractor's entire cost records and bid working papers for 2 the project shall be open to inspection and audit by representatives of the Owner during the life of 3 the contract and for a period of not less than three (3) years after the date of acceptance thereof. 4 The Contractor shall retain such records for that period. The Owner shall have the right to seek ' 5 reimbursement of any amount it determines it has overpaid to the Contractor or for payment for 6 materials or labor or based on the costs thereof to forces other than the Contractor. The Contractor 7 shall require by contract that the cost records of its subcontractors, material men and suppliers shall ' 8 be open to inspection and audit by representatives of the Owner on the same terms and conditions 9 as the cost records of the Contractor. If an audit is to be commenced more than sixty (60) days after 10 the acceptance date of the contract, the Contractor will be given reasonable notice of the time of 11 when such audit is to begin. ' 12 13 4_5 MEDIATION 14 15 Delete this section in its entirety. ' 16 17 4_6 ARBITRATION is amended as follows: The title "ARBITRATION" is deleted and substituted in its 18 place is "DISPUTE RESOLUTION" as the new title of the section. Wherever in the Contract ' 19 Documents reference is made to "arbitration," or to "mediation" the term "dispute resolution" shall be 20 deemed to be substituted in its place. 21 22 4.6.1 Delete in its entirety and substitute the following: Any controversy or claim arising out of or related to ' 23 the Contract, or the breach thereof, except as provided in Subparagraph 4.2.13 with respect to the 24 Architect's decisions on matters relating to aesthetic effect and except for claims which have been 25 waived as provided elsewhere in the Contract Documents and except for claims waived under the 26 provisions of the Contract Documents, shall be decided by court of law under the regular rules of civil 27 procedure unless the parties hereafter mutually agree in writing to mediation or to binding arbitration. 28 This provision for litigation in place of arbitration shall be called in these Contract Documents 29 "dispute resolution." When elsewhere in the Contract Documents "arbitration" or "mediation" is used, ' 30 the term "dispute resolution" shall be deemed substituted in place thereof. When the term "demand 31 for mediation or arbitration" or any phrase with similar meaning shall be used in the Contract 32 Documents, there shall be deemed substituted in the place thereof the term "commencement of 33 litigation." Claims upon which the Architect has given notice and rendered a decision as provided in t 34 Subparagraph 4.4.6 shall be subject to litigation if litigation is commenced within thirty (30) days after 35 Contractor's receipt of notice; otherwise, such right to litigation of the dispute is waived. Litigation 36 may be commenced when forty -five (45) calendar days have passed after a claim has been referred 37 to the Architect as provided in Section 4.4 and no decision has been rendered. ' 38 39 Paragraphs 4.6.2 through 4.6.6 are deleted in their entirety. 40 ' 41 ARTICLE 5 SUBCONTRACTORS 42 43 44 5.2 AWARD OF SUBCONTRACTS AND OTHER CONTRACTS FOR PORTIONS OF THE WORK ' 45 46 5.2.1 Delete in its entirety and substitute the following: Within ten (10) days after Owners issuance of a 47 Notice of Intent to Award Contract, Contractor shall furnish in writing to the Owner through the 48 Architect the names of all subcontractors and those suppliers who are to furnish major equipment ' 49 items or materials or equipment fabricated to a special design for the work. Such listing is in addition 50 to the listing of major subcontractors required to be submitted at the time of bid. The Architect will 51 promptly reply to the Contractor in writing stating whether or not the Owner or the Architect, after due ' 12 investigation, have reasonable objection to any such proposed subcontractor person or entity. 53 Failure of the Owner or Architect to reply promptly shall constitute notice of no reasonable objection. 54 Contractor thereafter may not change the subcontractor or supplier except upon a showing of good 55 cause and upon prior written approval by Owner. Owner will not unreasonably withhold approval. '56 '29016 1 Fort Stevens /MiiiPond SUPPLEMENTARY CONDITIONS 00800.11 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 5.2.2 Add paragraph as follows: "The provisions of subparagraphs 5.1.1 through 5.1.4 shall be superseded to the extent of conflicting provisions, if any, in: (1) the Form of Proposal, if listing of subcontractors is required therein, or (2) the Affirmative Action and MBE/WBE requirements of the Owner." ARTICLE 6 CONSTRUCTION BY OWNER OR BY SEPARATE CONTRACTORS 6.1 OWNER'S RIGHT TO PERFORM CONSTRUCTION AND TO AWARD SEPARATE CONTRACTS 6.1.1 Amend and supplement as follows: Delete the period on the last sentence and substitute a semi- colon followed by: "except that contractor shall have no such claim for constructions or operations which are disclosed to the contractor in the bidding or contract documents." 6_2 MUTUAL RESPONSIBILITY 6.2.1 Delete and substitute as follows: In the event there is more than one Contractor engaged on the project site, each such Contractor shall be responsible to the other for damages to the Work, injury to any person or persons, or for any loss, cost, claims or damages arising out of or in connection with the Work required by its Contract or any loss, cost, expense, or damage caused by Contractor's neglect or failure to finish or satisfactorily complete its part of the Work within the time prescribed. In all events, the provisions of Paragraph 3.18 shall be applicable. If, such separate Contractor sues or initiates a proceeding against the Owner, and /or the Architect on account of any damage or delay alleged to have been caused by a Contractor, the Owner shall notify such Contractor who shall defend such proceedings at his own expense, and if any judgment or award against the Owner, and /or the Architect arises therefrom, the Contractor shall pay or satisfy it and shall reimburse the Owner, and /or the Architect for all attorneys' fees, court and other costs which the Owner, and /or the Architect have incurred. ARTICLE 7 CHANGES IN THE WORK 7_1 GENERAL 7.1.1 Supplement as follows: The Contractor shall be responsible for notifying the bonding and insurance ' company(s) of any changes in the Work; provided that neither the number nor quality of changes nor Contractor's failure to provide notice shall release bonding or insurance coverages. 7_2 CHANGE ORDERS 7.2.1 Add paragraph as follows: The allowances for and limitations on overhead and profit as provided in Paragraph 7.2 (as amended and supplemented) shall apply to Change Orders , cost proposals for changes, and all claims for extra cost or damage. 7.2.2 Add paragraph as follows: The total sums agreed upon and inserted in the increased cost for the Change In Work as defined in the Change Order shall constitute the total amount due the contractor and there shall be no other claims for added casts whether for impact or other overhead or administrative costs. 7_3 CONSTRUCTION CHANGE DIRECTIVES 7.3.1 Delete the last sentence and all subparagraphs and substitute the following: The term "reasonable allowance for overhead and profit" as used in this paragraph and elsewhere in the Contract Documents is defined as and shall be limited to the allowances provided in the subparagraphs to this paragraph. Change proposals shall be submitted by the Contractor and all first and second tier subcontractors through the Contractor on breakdown sheet forms provided by the Architect and shall include only the following costs and allowances: 1 I 1 29016] Fort Stevens I Mill Pond SUPPLEMENTARY CONDITIONS 00800 -12 1 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 1 7.3.1.1 ADDITIVE CHANGES 2 3 a. Direct Labor Costs: This is defined as the estimated labor costs determined by either the 4 estimated number of craft hours and the hourly costs necessary to perform the change in 5 work; or the unit labor costs applied to the material quantities, providing said unit labor costs 6 are developed from the above craft man hours costs; whichever is applicable, according to 7 industry practice. 8 9 The hourly costs shall be based on the following: 10 11 (1) Basic Wages: Current minimum prevailing hourly wage rates, including vacation 12 pay, for all labor, crew foreman, and general foreman performing and /or directly 13 supervising the work on the site. These rates, whichever are applicable, are 14 established by the following: State of Washington, Department of Labor and 15 Industries 16 17 (2) Fringe Benefits: Fringe benefits established by the State of Washington, 18 Department of Labor and Industries or contributed to labor trust funds are itemized 19 fringe benefits, whichever are applicable. 20 21 (3) Workman's Insurances: Direct contributions to the State of Washington as Industrial 22 Insurance; Medical Aid; and Supplemental Pension, by the class and rates 23 established by the State of Washington, Department of Labor and Industries. 24 (4) Federal and State Contributions: Direct contributions required by the Federal 25 Insurance Compensation Act (F.I.C.A.); Federal Unemployment Tax Act (F.U.T.A.); 26 and the State Unemployment Compensation Act (S.U.C.A.). 27 28 (5) Costs incurred for compliance with the Washington Industrial Safety and Health Act 29 (WISHA); established as 2% of 1, 2, 3 and 4 above. 30 31 (6) Travel allowance and /or subsistence if applicable not to exceed those established by 32 Regional Labor Union Agreements shall be itemized, documented with receipts, and 33 identified separately. 34 35 b. Direct Material Costs: This is defined as an itemization of the estimated quantity of materials 36 necessary to perform the change in the work and the cost therefore. These costs shall be 37 the unit cost applied to the quantity and extended. The unit costs shall be based on the 38 following: 39 40 (1) The net cost after all offered or available discounts or rebates. 41 42 (2) Freight costs; express charges; or special delivery costs when applicable. 43 44 No lump sum costs will be allowed except when approved in advance by the Architect. 45 46 C. Construction Equipment Usage Costs: 47 48 (1) Rental Equipment: This is defined as an itemization of and the estimated length of 49 time construction equipment will be used on change order work at the site. The 50 rental costs applied thereof will be the rates established by the following whichever 51 is applicable: 52 53 (a) The current rental rates established by agreement between the Associated 54 General Contractors (A.G.C.) and Washington State Department of 55 Highways. 1 29016 1 Fort Stevens I Mill Pono SUPPLEMENTARY CONDITIONS 00800 -13 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern (b) The current rental rates established by the State of Washington, Utilities and Transportation Commission for trucks used on highways. (c) The Current rental rates established by the National Electrical Contractor's Association (N.E.C.A.) for equipment used on electrical work. (d) The current rental rates established by the Mechanical Contractor's Association for equipment used on mechanical work. (e) If equipment is required for which a rental rate is not established in any of the above, an agreed rental rate shall be established for that equipment. Such rates and the use of the equipment on the work must be approved by the Project Manager prior to performing the work. (f) The rates as determined above include full compensation for furnishing all fuel, oil, lubrication, repairs, maintenance, and insurance. (2) Small Tools, Expendables and Consumable Supplies: (a) These are general in nature and are defined as tools for which the initial purchase price is under $250 and are normally furnished by the performing contractor. (b) The allowable rate for small tools will be as follows: General Contractors 3% direct labor costs Specialty Contractors 5% direct labor costs (c) Expendables and consumable supplies directly associated with the change in work to be itemized. d. Subcontractor's Proposals: Subcontractor's proposals are to be itemized as provided in a., b. and c. above. e. Overhead and Profit by the Contractor or Subcontractor Actually Performing the Work: A total amount, not to exceed 12% of items a., b, and c. above will be allowed. This is to compensate such contractor for all costs not provided for in the above allowances, including: personnel not defined in "a" above; temporary construction facilities, home office costs; office engineering and estimating costs, profit; plus any other cost incidental to the performance of the change in work. Overhead and Profit by the Contractor and Subcontractors Not Actually Performing the Work: (1) A total amount not to exceed 8% of the total amount of subcontractors' proposal as defined in "d" above will be allowed for: all overhead and profit; to supervise and administer the subcontractors actually performing the change in the work; and for all other costs listed in "e" above. (2) 290161 Fort Stevens / Mid Pond No direct labor by the Contractor will be allowed to be added to a subcontractor's proposal. Contractor's direct labor, if required, must be submitted as outlined in "a" above. SUPPLEMENTARY CONDITIONS 00800-14 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern g. Cost of Any Increase or Decrease in Premium by Insurance and Bond Caused by the Change: (1) Contractor's Liability Insurance; To the above, the costs of the Contractor's Liability Insurance may be added, if increased. (2) Bond; To the above, the cost of the Contractor's Bond may be added, if increased. h. The costs and allowance for overhead and profit as calculated in accordance with this paragraph shall constitute Contractor's full entitlement to compensation or equitable adjustment for the changed work, relating thereto, or resulting therefrom. No additional compensation shall be allowed for costs including, but not limited to, direct, indirect, impact or ripple effects caused to labor by changes, costs of delay or acceleration, and home office overhead. 7.3.1.2 DEDUCTIVE CHANGES Items "a." (labor), "b" (material), "c" (equipment), "d ", "e ", "f' (overhead and profit, sub) and "g" (bond, insurance) will be itemized for changes which delete work. 7.3.1.3 ADDITIVE CHANGES AND DEDUCTIVE CHANGES TOGETHER a. If a change in the work involves both additive and deductive changes, the appropriate overhead and profit amount allowed will be added to the net difference of items "a ", "b ", "c ", "A" and "e ". b. If other additive unrelated change items are included in the same change proposal, the appropriate overhead and profit allowed is to be applied to these individual changed items. 7.3.1.4 If the description of the change in the work is in the opinion of the Architect or Project Manager, definitive enough for the Architect or Project Manager to determine fair value and the total of the change does not exceed $500 no breakdown is required. 7.3.1.5 Changes between $500 and $1,500 If the description of the change in the work is, in the opinion of the Architect or Project Manager, definitive enough for the Architect or Project Manager to determine fair value, the breakdown shall consist of the following: a. Lump sum labor; b. Lump sum materials; C. Lump sum equipment usage, d. Appropriate overhead and profit as defined in 7.3.6 above. 7.3.2 Delete in its entirety. 290161 Fort Stevens l MW Pond SUPPLEMENTARY CONDITIONS 00800-15 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 7.3.3 Supplement by adding the following: In the event the Owner or Contractor do not agree with the determination of the Architect, in any subsequent proceedings or dispute resolution, the total compensation or credit for the changed work, relating thereto, or resulting therefrom shall be limited to costs (plus overhead and profit) as described and limited in Paragraph 7.3.2 hereinabove as supplemented. If either the Contractor or Owner disagrees with the Architect's determination of the change in the dollar amount or change in the Contract time, a written notice of claim must be submitted to the Architect within twenty -one (21) days after the issuance of the Architect's determination. Failure timely to submit such written notice of claim shall operate as waiver of any right to adjustment of the Contract sum or time other than as contained in the Architect's previously issued determination. ARTICLE 8 TIME 8.1 DEFINITIONS 8.1.1 Delete in its entirety and substitute the following: Within ten days of Owner's written notification to the Contractor of their intent to award the contract, the Contractor shall submit an executed contract, surety bond, preliminary progress schedule, certificates of insurance, any documents required by state or local authorities, and all other documents required by the Contract. Failure to make such a submission shall constitute a material breach of the conditions of the bid and bid bond; and, at Owner's sole discretion, Owner may void the bid award and forfeit contractor's bid bond. The Owner shall issue a 'Notice to Proceed,' which shall be the date of commencement of the work. 8.2 PROGRESS AND COMPLETION 8.21 Supplement as follows: After substantial completion the Contractor shall carry the work forward expeditiously with adequate forces and shall achieve final completion, satisfying all requirements ' necessary for the Owner's acceptance of the project, within forty -five (45) calendar days after substantial completion. 8.2.2 The Contractor shall furnish such manpower, materials, facilities, and equipment and shall work such hours, including night shifts, overtime operations and Sundays and holidays, as may be necessary to insure the progress and completion of the Work within the time required by the Contract. If Work actually in place falls behind the currently updated progress schedule which complies with contractual requirements; and if it becomes apparent from the current schedule that the Work will not be completed within the Contract Time, the Contractor agrees that he will, as necessary, take some or all of the following actions, at no additional cost to the Owner, as required to substantially eliminate the backlog of work: a. increase the manpower in such quantities and crafts as will substantially eliminate in the opinion of the Project Manager the backlog of Work, b. increase the number of working hours per shift, shifts per working day, working days per week, or the amount of equipment, or any combination of the foregoing sufficiently to substantially eliminate, in the opinion of the Project Manager, the backlog of Work; and, C. reschedule activities to achieve maximum practical concurrence of accomplishment of activities. 29016 1 Fort Stevens /Mill Pond SUPPLEMENTARY CONDITIONS 00800-16 1 I 1 1 I k I 1 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 1 8.3 DELAYS AND EXTENSIONS OF TIME 2 3 8.3.1 Delete in its entirety and substitute the following: Except as provided in this subparagraph, the 4 Contractor's sole remedy for delays shall be an extension of time. Except for unreasonable delays in 5 performance caused by the acts or omissions of the Owner or persons acting for the Owner, the 6 Contractor shall not be entitled to damages, extra compensation, or equitable adjustment for direct, 7 indirect, or impact damages for delay, including but not limited to cost of acceleration, home office 8 overhead or lost profits. 9 10 In the event of unreasonable delays caused by the acts or omissions of the Owner or persons acting 1 I for the Owner, the Contractor shall be entitled to damages and equitable adjustment upon due notice 12 and claim as follows: 13 14 a. Contractor shall give written notice to the Owner and Architect that such delay is impending 15 or has commenced. No damage or adjustment shall be allowed for any day prior to receipt 16 of such notice. 17 18 b. Contractor shall give timely notice of claim and proof: that the act or omission or delay was 19 unreasonable and that delay actually resulted to scheduled work which was critical to the 20 Contractor's progress. 21 22 C. Because of the difficulties and disputes commonly attending claims for delay, the parties 23 agree that the Contractor's reasonable compensation for damages or equitable adjustment 24 for delay, including direct, indirect or impact damages of every nature, shall be in the 25 liquidated sum as follows: Unless otherwise provided in the Contract Documents, the same 26 daily sum established for general liquidated damages due the Owner for Contractor delay in 27 achieving substantial completion. 28 29 8.3.2 The Contractor and Owner acknowledge and contemplate that delay in substantial completion and 30 final completion will cause the Owner substantial damages which are difficult to determine precisely. 31 To the extent the Owner is unable to beneficially occupy each of the facilities which are the subject of 32 this Contract, the Owner is expected to experience damages and costs including but not limited to 33 the following: Loss of use of the facility; the costs of delayed move -in and the disruption of schedule; 34 costs of additional busing; crowding of existing facilities or costs of obtaining alternate facilities, 35 additional costs for the Owner's administration of the Contract; and additional costs for delayed 36 completed fees of architects and related consultants. 37 38 The parties therefore agree that the following sums of liquidated damages shall a paid to the Owner 39 (or the Owner may withhold from payments otherwise due to the Contractor) in liquidation of the 40 damages and /or costs reasonably anticipated as a result of delays beyond the dates as established 41 in the Contract as they may be extended by agreement of the parties by change order during the 42 course of the project. 43 44 SUBSTANTIAL COMPLETION: 45 For each calendar day after the date fixed for substantial completion and until the substantial 46 completion of all of the facilities, the Contractor shall pay the Owner the sum of One Hundred Dollars 47 ($400.00). Such sum shall be equitably reduced proportionally to the extent portions of the work are 48 occupied by the Owner prior to substantial completion of all facilities. 49 50 FINAL COMPLETION: 51 If the Contractor fails to achieve the final completion date specified, the Contractor shall thereafter 52 pay, until final completion is achieved, all of the Owner's costs incurred including but not limited to: 53 All fees incurred to the Architect and consultants and the salary or wages plus benefit of the Project 54 Manager for time devoted to the project, all such fees, salary and wages to be paid without proof that 55 they are related to achieving final completion or a minimum of Four Hundred ($400.00) dollars per 56 day. 1 29016 1 Fort Stevens r Mill Pond SUPPLEMENTARY CONDITIONS 00800-17 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern I ARTICLE 9 PAYMENTS AND COMPLETION 2 3 9.2 SCHEDULE OF VALUES 4 5 9.2.1 Supplement by adding the following: The schedule of values shall allocate 5% of the Contract sum 6 to a category which shall be entitled "Achieving Final Completion." Such sum shall cover all work 7 and services necessary for the Contractor to proceed from substantial completion through satisfying 8 all requirements for Owner acceptance, including completion of all punch list work and the 9 requirements contained in paragraph 9.10. No portion of such sum shall be due the Contractor until 10 all requirements for Owner acceptance are satisfied. 11 12 9.3 APPLICATION FOR PAYMENT 13 14 9.3.1 Delete in its entirety and substitute the following: Progress payments will be made monthly for duly 15 certified and approved work performed during the calendar month preceding the application. Unless 16 the Owner notifies the Contractor that its fiscal procedures and schedule require a different submittal 17 date, the Contractor shall, within the first ten days of each month, submit to the Architect, with a copy 18 to the Owner, an itemized, notarized application for payment for work performed during the prior 19 calendar month on a form supplied by Owner, supported by such data substantiating the 20 Contractor's right to payment as the Owner or Architect may require, and reflecting retainage as 21 provided elsewhere in the Contract. 22 23 9.4 CERTIFICATES FOR PAYMENT 24 25 9.4.1 Supplement as follows: The Architect shall include, in the written statement of specific reasons for 26 withholding certification of payment, a statement of what remedial action must be taken by the 27 Contractor to receive the amount for which certification is withheld. The Owner shall have until close 28 of business of the eighth (8th) working day after the Architect's receipt of the Payment Request in 29 which to provide in writing to Contractor and Architect the Owner's own statement of reasons and 30 remedial action; provided that in the absence of Owner action within the stated time, the Owner shall 31 be deemed, as of close of business on the eighth (8th) working day, to have adopted and ratified, as 32 its own, the Architect's statement of reasons and remedial actions as required by RCW 39.76.011. 33 34 9.5 DECISIONS TO WITHHOLD CERTIFICATION 35 36 9.5.1.1 Delete and substitute the following: "Unsatisfactory prosecution of the Work by the 37 Contractor, including but not limited to failure to carry out the Work in accordance with the 38 Contract Documents." 39 40 9.5.1.2 Failure or refusal of the Contractor: to fully comply with requirements in the Contract 41 Documents for preparation and submission of scheduling of the Work and updates thereof; 42 failure to present affidavits pertaining to wages paid as required by statute, or failure to 43 comply with any applicable equal employment or affirmative action requirements. 44 45 9.5.2 Add the following: 46 47 "a. Contracts for public improvements or work, other than for professional services, by the state, 48 or any county, city, town, Yelm Community Schools Board of Directors, or other public body, 49 herein referred to as 'public body', shall provide, and there shall be reserved by the public 50 body from the moneys earned by the contractor on estimates during the progress of the 51 improvement or work, a sum equal to, not more than five percent said sum to be retained by 52 the state, county, city, town, or other public body, as a trust fund for the protection and 53 payment of any person or persons, mechanic, subcontractor or materialman who shall 54 perform any labor upon such contract or the doing of said work, and all persons or 55 subcontractors with provisions and supplies for the carrying on of such work, and the state 56 with respect to taxes imposed pursuant to Title 82 RCW which may be due from such 290161 fort Stevens l Mill Pond SUPPLEMENTARY CONDITIONS 00800-18 1 I 0 1 L1 I 1 1 1 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern contractor. Every person performing labor or furnishing supplies toward the completion of said improvement or work shall have a lien upon said moneys so reserved: PROVIDED, That such notice of the lien of such claimant shall be given in the manner and within the time provided in RCW 39.08.030 as now existing and in accordance with any amendments that may hereafter be made thereto: PROVIDED FURTHER, that the board, council, commission, trustees, officer or body acting for the state, county or municipality or other public body thirty days after completion and acceptance of all contract work other than landscaping, may release and pay in full the amounts retained during the performance of the contract (other than continuing retention of five percent of the moneys earned for landscaping) subject to the provisions of RCW 60.28.020. b. The moneys reserved under the provisions of subsection (1) of this section, at the option of the contractor, shall be: (1) Retained in a fund by the public body until thirty days following the final acceptance of said improvement of work as completed, (2) Deposited by the public body in an interest - bearing account in a bank, mutual savings bank, or savings and loan association, not subject to withdrawal until after the final acceptance of said improvement or work as completed, or until agreed to by both parties: PROVIDED, That interest on such account shall be paid to the contractor; (3) Placed in escrow with a bank or trust company by the public body until thirty (30) days following the final acceptance of said improvement or work as completed. When the moneys reserved are to be placed in escrow, the public body shall issue a check representing the sum of the moneys reserved payable to the bank or trust company and the contractor jointly. Such check shall be converted into bonds and securities chosen by the contractor and approved by the public body and such bonds and securities shall be held in escrow. Interest on such bonds and securities shall be paid to the contractor as the said interest accrues. C. The contractor may withhold payment of not more than five percent from the moneys earned by any subcontractor or supplier contracted with by the contractor to provide labor, materials, or equipment to the public project. Whenever the contractor reserves funds earned by a subcontractor or supplier, the contractor shall pay interest to the subcontractor or supplier at a rate equal to that received by the contractor from reserved funds. d. The contractor may submit a bond for the full amount of funds retained by the public body in a form acceptable to the public body. The public body shall release the retained funds to the contractor within thirty (30) days of accepting the bond from the contractor. Whenever a public body accepts a bond in lieu of retained funds from a contractor, the contractor shall accept like bonds from any subcontractors or suppliers from which the contractor has retained funds. The contractor shall then release the funds retained from the subcontractor or supplier to the subcontractor or supplier within thirty (30) days of accepting the bond from the subcontractor or supplier. 1 29016 / Fort Stevens i Mtli Pond SUPPLEMENTARY CONDITIONS 00800-19 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern i e. If the public body administering a contract, after a substantial portion of the work has been 2 completed, finds that an unreasonable delay will occur in the completion of the remaining 3 portion of the contract for any reason not the result of a breach thereof, it may, if the 4 contractor agrees, delete from the contract the remaining work and accept as final the 5 improvement at the stage of completion then attained and make payment in proportion to the 6 amount of the work accomplished and in such case any amounts retained and accumulated 7 under this section shall be held for a period of thirty days following such acceptance. In the 8 event that the work shall have been terminated before final completion as provided in this 9 section, the public body may thereafter enter into a new contract with the same contractor to 10 perform the remaining work or improvement for an amount equal to or less than the cost of 11 the remaining work as was provided for in the original contract without advertisement or bid. 12 The provisions of this Chapter 60.28 RCW shall be deemed exclusive and shall supersede 13 all provisions and regulations in conflict herewith." 14 15 9.6 PROGRESS PAYMENTS 16 17 9.6.1 Supplement by adding the following: The Owner shall withhold as retainage a sum equal to five 18 percent (5 %) of each such progress payment. The retainage, its management and payment shall be 19 in accordance with RCW Chapter 60.28 as they now exist or are hereafter amended. 20 21 9.6.2 Supplement by adding the following: Contractors and subcontractors are limited in the extent to 22 which they may withhold retainage and they shall be governed by the provisions of RCW Chapter 23 60.28. The Architect or Owner may require as a condition to issuance of a progress payment proof 24 of payments to subcontractors in accordance with the Contract Documents and applicable statutes. 25 No work shall commence until the Contractor has submitted for Contractor and each subcontractor 26 an approved "Statement of Intent to Pay Prevailing Wages." Each Application for payment shall 27 include the Contractor's statement that the prevailing wages have been paid in accordance with the 28 approved Statements of Intent. 29 30 9.6.3 Delete in its entirety. 31 32 9.7 FAILURE OF PAYMENT 33 34 9.67.1 Amend by changing "7" days to "15" days in all places where it occurs in the paragraph. 35 36 9.8 SUBSTANTIAL COMPLETION 37 38 9.8.1 Supplement as follows: No portion of the project will be considered substantially complete until each 39 of the following conditions are met: local building and fire authorities shall have issued a Certificate of 40 Occupancy covering that portion of the Work; all of the project's parts and systems shall be 41 accessible, operable, and usable by the Owner, including site work.; the project shall be cleaned; 42 and only incidental corrective work under punch lists and final cleaning (if required) may remain for 43 final completion. The Work may not be considered substantially complete if the corrective work or 44 punch list work, in the Architect's consultant's reasonable judgment, cannot be completed within 45 thirty (30) calendar days under conditions of Owner occupancy and without material interference with 46 Owner occupancy. 47 48 9.8.2 Add as follows: At the time the Contractor signs the last Certificate of Substantial Completion, the 49 Contractor shall cause to be attached thereto a written list identifying each claim that is outstanding 50 and unresolved at that time. Any claim by the Contractor which is not so identified and attached to 51 the Certificate of Substantial Completion is waived, except for: Contract sums not then due; 52 retainage, and events which may occur after the signing of the Certificate of Substantial Completion. 290161 Fort Stevens / Mill Pond SUPPLEMENTARY CONDITIONS 00800-20 1 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 1 9.8.3 Delete the last sentence. 2 3 9.10 FINAL COMPLETION AND FINAL PAYMENT 4 5 9.10.1 Add the following sentence: 6 7 "The Architect's final Certificate for Payment shall establish the date of Final completion. If the 8 contractor notifies the Architect that the punch list items are completed and requests an inspection to 9 determine compliance, and the Architect determines that some or all the punch list items are not 10 completed, the Contractor shall be responsible for all costs, including Architect's fee, for any future 11 Architect's inspections after the first inspection to determine subsequent compliance with the 12 Architect's punch list." 13 14 9.10.2 Supplement by adding the following: Such recoverable costs and attorney fees shall include those 15 expended by Owner in defending such lien claim even if Owner does not pay to discharge same. 16 See Division 1000 for other conditions precedent to final payment. 17 18 9.10.3 Delete in its entirety and substitute the following: If the Board of Directors, after a substantial portion 19 of the Work has been completed, finds that an unreasonable delay will occur in the completion of the 20 remaining portion of the Contract for any reason not the result of a breach thereof, it may, if the 21 Contractor agrees, delete from the Contract the remaining work and accept as final the improvement 22 at the stage of completion then attained and make payment in proportion to the amount of work 23 accomplished. The rights of the parties and the conditions under which such action is taken shall be 24 governed by the provisions of RCW Chapter 60.28, as the same now exists or is hereafter amended. 25 26 9.10.4 Delete in its entirety. 27 28 9.10.5 Retainage shall not be paid until the Contractor has obtained certification or approvals required by 29 law, including the approval of the Department of Labor & Industries of "Affidavit of Wages Paid" and 30 the certification of the Washington Department of Revenue regarding taxes pursuant to RCW 31 60.28.060. The disposition of retainage shall be fully subject to all rights and requirements stated in 32 RCW Chapter 60.28. A bond for retainage or lien against retainage shall be one issued by a 33 bonding company licensed to do business in the State of Washington and shall have a Best's rating 34 of A-/VII or better. "Final completion," "acceptance" and "completion of all contract work" shall mean 35 passage of a resolution of acceptance by the Board of Directors. Such acceptance shall be due 36 promptly upon the issuance of the Architect's final Certificate for Payment and Owner's receipt of 37 Contractor's submissions required by this Section 9.8. 38 39 9.10.6 Add new paragraph as follows: After completion of all contract work other than landscaping, the 40 Contractor may request that the Owner release and pay in full the amount retained during the 41 performance of the contract. Upon certification by the Architect that all contract work other than 42 landscaping is complete, and after the Contractor has made all submissions required by Paragraph 43 9.10.2 as supplemented, the Board of Directors shall pass a resolution of partial acceptance. With 44 regard to all contract work other than landscaping, all claimants of lien against retainage shall file 45 claims of lien against the retainage within forty -five (45) days after the Board of Directors' resolution 46 of partial acceptance. Within sixty (60) days of such partial contract completion and partial 47 acceptance by the Board of Directors, the Owner shall pay in full the amounts retained (other than 48 continuing retention of five percent [5 %] of the monies earned for landscaping) subject to the 49 provisions of Chapters 39.12 and 60.28 RCW and Chapter 223, 1992 Laws of Washington." 50 51 ARTICLE 10 PROTECTION OF PERSONS AND PROPERTY 52 53 10.3 HAZARDOUS MATERIALS [Note that the provisions of this section shall not apply to the extent 54 contractor's scope of work includes removal, remediation or encapsulation of hazardous substances 55 disclosed in the Contract Documents.] 56 10.3.2 Delete in its entirety and substitute the following: The Owner shall obtain the services of a licensed 290161 Fon Stevens/ Mtll Pond SUPPLEMENTARY CONDITIONS 00800-21 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern laboratory to verify the presence or absence of the material or substance reported by the Contractor and, in the event such material or substance is found to be present, to verify that it has been rendered harmless. The term rendered harmless as used in this section shall include removal, encapsulation, or otherwise appropriately shielded to protect Contractor's area of work. When the material or substance has been rendered harmless, work in the affected area shall resume. The contract time shall be extended appropriately and the contract sum shall be adjusted as agreed by the parties or as provided and limited in paragraph 7.3.6 above. 10_3.3 Amend by deleting from the last line of the subparagraph the word "sole." 10.4 Delete in its entirety and substitute the following: The Contractor shall not install in the Work any material containing asbestos, which is defined as including: chrysotile, amosite, crocidolite, tremolite asbestos, anthophyllite asbestos, actinolite asbestos, and any of these minerals that have been chemically treated and /or altered. In the event the Contractor reasonably believes that any specified material, project, equipment or appliance contains asbestos the Contractor shall immediately give written notice to the Architect and Owner, identifying fully: the material, project, equipment or appliance believed to contain asbestos and the basis for the belief. The Owner at its sole responsibility shall respond promptly to Contractor's notice by: determining whether asbestos is present and giving the Contractor written direction either to install the questioned material, product, equipment or appliance or to install a substitute. Should the process described in this paragraph cause the Contractor to incur delay or additional cost which is not the subject of a Change Order or Construction Change Directive, the Contractor shall give notice and files claims as provided in Article 4. ARTICLE 11 INSURANCE AND BONDS: 11.1 GENERAL PROVISIONS The Contractor shall purchase and maintain such insurance as will protect him, the Owner, and the Architect and their agents, representatives and employees from claims set forth below which may arise out of or result from the Contractor's operations under the Contract, whether such operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable. Such insurance shall include the following: 1 claims under worker's or workmen's compensation, disability benefit, and similar employee benefit acts with workmen's compensation and employer's liability insurance in an amount not less than those necessary to meet the statutory requirements of the state(s) having jurisdiction over any portion of the Work; .2 claims for damages because of bodily injury, occupational sickness or disease, or death of persons performing work or services or supplying materials for the Work; .3 claims for damages because of bodily injury, sickness or disease, or death of any person other than his employees; .4 claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of any offense directly or indirectly related to the employment of such person by the Contractor, or (2) by any other person; .5 claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom; and 29016 i F Oft Stevens i Mill Pond SUPPLEMENTARY CONDITIONS 00800 -22 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern .6 claims for damages because of bodily injury or death of any person or property damage arising out of the Ownership, maintenance, or use of any motor vehicle. For each policy of insurance required by this Article 11, Contractor shall provide to Owner prior to commencement of the Work and within ten days after issuance of the Notice of Intent to Award Contract, two copies of certificates of insurance, in forms acceptable to the Owner. Provide one copy to Owner and one to Architect. THE OWNER MAY WITHHOLD ITS 'NOTICE TO PROCEED' AND /OR PAYMENT TO THE CONTRACTOR UNTIL SUCH CERTIFICATE OF INSURANCE, ACCEPTABLE TO THE OWNER IS RECEIVED OR THE BIDDER MAY BE DISQUALIFIED AND THE BID REJECTED. Insurance shall be provided only by insurance carriers licensed in the state of Washington. Each certificate shall contain a provision that coverages afforded under the policies will not be canceled until at least thirty (30) days' prior written notice has been given to the Owner. Each such policy of insurance required by this Article 11 shall be endorsed to name as ADDITIONAL INSUREDS the OWNER and ARCHITECT, their officers, agents and employees; and such policy shall be PRIMARY and NONCONTRIBUTING to any insurance possessed or procured by the Owner and /or Architect. 11.2 CONTRACTOR'S LIABILITY INSURANCE 11.2.1 Commercial General Liability. Contractor shall procure for this project a Commercial General Liability policy with endorsements and supplemental coverage providing at least the following coverages on an occurrence basis: (a) premises and operations; (b) Owners and Contractor's protective; (c) products liability including completed operations; (d) contractual liability; (e) property damage including explosion, underground, collapse, and fire; (f) personal injury liability; (g) cross liability clause; and (h) employer's stop gap. 11_2.2 Automobile Liability Coverage. Contractor shall procure for this project automobile bodily injury and property damage insurance including the following coverages: (a) all owned vehicles, (b) non -owned automobiles, and (c) hired automobiles. 11.2.3 Primary Insurance Limits and Umbrella Coverage. The Commercial General Liability and Automobile Liability policies, with the coverages described above, shall have PRIMARY COVERAGE limits of at least One Million Dollars ($1,000,000) per occurrence for bodily injury/personal injury and Five Hundred Thousand Dollars ($500,000) for property damage. Contractor shall, in addition, provide an UMBRELLA FORM excess insurance applicable to this project in the minimum amount of Five Million Dollars ($5,000,000) single limit. 1 29016 i Fort Stevens i Mill Pond SUPPLEMENTARY CONDITIONS 00800-23 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 11.2.4 Subcontractor Insurance. Contractor shall require that each subcontractor of every tier on this project shall maintain liability coverages as described above in at least the amount of the primary coverage. 11.3 PROPERTY INSURANCE 11_3.1 The Contractor shall purchase and at all times maintain until final acceptance by the Board such insurance as will protect as insureds the Contractor, Owner, and the Owner's representatives, agents and employees, the Architect, Engineers and their consultants, subcontractors and sub - subcontractors from loss or damage to work or property in the course of construction, including all machinery, materials, and supplies on the premises or in transit thereto or stored off site, and intended to become a part of the finished Work. This insurance shall be in the form of a Builder's Risk policy including "Builder's All -Risk Coverage," "All -Risk Installation Floater," or equivalent and shall provide coverage on full replacement cost, including sales tax and additional Architect's fees made necessary by the loss. Such policy shall insure against the perils of fire, extended coverage and physical loss or damage, including without duplication of coverage, theft, vandalism, earthquake, flood, malicious mischief, collapse, false work, temporary buildings and debris removal, including demolition occasioned by the enforcement of any applicable legal requirements. Contractor shall cause such policy or policies of insurance required under this subparagraph to be endorsed: to name the Owner and Architect as Additional Insureds; to provide that the insurer or insurers waive any right of subrogation against the Owner and Architect; and to make the policy PRIMARY and NONCONTRIBUTORY to any other insurance policies. Any deductible provision in such insurance shall not exceed $10,000, except for earthquake and flood coverages which shall be the greater of 2% of the contract or $25,000. Notwithstanding any such deductible provision, Contractor shall remain solely liable for the full amount of any item covered by such insurance. 11_3.2 Any loss insured under subparagraph 11.3.1 is to be adjusted with the Owner and made payable to the Owner as trustee for the insureds, as their interests may appear. The Contractor shall pay each subcontractor a just share of any insurance monies received by the Contractor, and by appropriate agreement, written where legally required for validity, shall require each subcontractor to make payments to his sub - subcontractors in similar manner. 11.3.3 The Owner and Contractor waive all rights against each other for damages to the extent covered by insurance obtained pursuant to this paragraph 11.3 or any other property insurance applicable to the Work, except such rights as they may have to the proceeds of such insurance held by the Owner as trustee. The Contractor shall require, by appropriate agreement, written where legally required for validity, similar waivers in favor of the Owner and the Contractor by subcontractors and sub - subcontractors. With respect to the waiver rights or recovery, the term "Owner' shall be deemed to include, to the extent covered by property insurance applicable thereto, his consultants, employees and agents, and representatives including the Architect and his consultants, employees and agents. The Contractor waives as against any separate Contractor described in Article 6 all rights for damages caused by fire or other perils in the same manner as is provided above as against the Owner. 11_14 If required in writing by any party in interest, the Owner as trustee shall, upon the occurrence of an insured loss: deposit in a separate account any money so received, and distribute it in accordance with such agreement as the parties in interest may reach, or in accordance with a court order or award. If after such loss no other special agreement is made, replacement of damaged work shall be covered by an appropriate Change Order. 290161 Fon Stevens/ Mill Pond SUPPLEMENTARY CONDITIONS 00800 -24 1 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 11.3.5 The Owner as trustee shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within five (5) days after the occurrence of loss to the Owner's exercise of this power, and if such objection be made, the matter shall be decided by a court of competent jurisdiction or as the parties in interest otherwise agree. The Owner as trustee shall, in that case, make settlement with the insurers in accordance with the directions of such court or arbitrators. If distribution of the insurance proceeds by arbitration is required, the arbitrators will direct such distribution. 8 9 11.3.6 If the Owner finds it necessary to occupy or use a portion or portions of the Work prior to substantial 10 completion thereof, such occupancy shall not commence prior to written notice to and consent of the 11 insurance company or companies providing the property insurance. This insurance shall not be 12 canceled or lapsed on account of such partial occupancy. Consent of the insurance company or 13 companies to such occupancy or use shall not be unreasonably withheld. 14 15 11.3.7 In the event Contractor neglects, refuses, or fails to provide the insurance required under the 16 Contract Documents, or if such insurance is canceled for any reason, the Owner shall have the right 17 but not the duty to procure the same, and the cost thereof shall be deducted from monies then due 18 or thereafter to become due to the Contractor. 19 20 11.5 PERFORMANCE AND PAYMENT BONDS 21 22 111.1 Delete in its entirety and substitute the following: "The Contractor shall secure and pay for 23 performance and labor and material payment and maintenance bonds (fully satisfying all 24 requirements of RCW Chapter 39.08), issued by a bonding company licensed to transact business in 25 the State of Washington, in statutory form. This bond and any bond offered in lieu of retainage must 26 be issued by a Surety Company with a Best's rating of A -/VII or better. Liability under each of the 27 bonds shall be: 100% of contract sum plus sales tax for (1) performance, (2) labor and materials 28 payment. Within ten days after the issuance of the Notice of Intent to Award Contract, the 29 Contractor shall deliver two copies of the bond to the Owner and one copy to the Architect. 30 THE OWNER MAY WITHHOLD ITS 'NOTICE TO PROCEED' AND /OR PAYMENT TO THE 31 CONTRACTOR UNTIL SUCH SURETY BOND IS RECEIVED OR THE BIDDER MAY BE 32 DISQUALIFIED AND THE BID REJECTED. 33 34 ARTICLE 12 UNCOVERING AND CORRECTION OF WORK 35 36 12.1 UNCOVERING OF WORK 37 38 12.1.3 Wherever the term "Architect" is used in Sections 12.1, the Owner's Project Manager shall have the 39 same rights and powers acting through the Architect 40 41 12.2 CORRECTION OF WORK 42 43 12.2.2 AFTER SUBSTANTIAL COMPLETION 44 12.2.2.1 Delete the next to last sentence. 45 46 ARTICLE 13 MISCELLANEOUS PROVISIONS 47 48 13.1 GOVERNING LAW 49 50 13.1.1 Supplement as follows: Venue for any legal action arising from or relating to this Contract shall be in 51 the county where the project is located. 1 29016 / Fort Stevens / Mill Pond SUPPLEMENTARY CONDITIONS 00800 -25 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 13.4 RIGHTS AND REMEDIES 13.4.1 Delete in its entirety and substitute the following: Except as limited herein or specially provided for herein, the parties shall have such other duties, obligations, rights, and remedies otherwise imposed or made available by the law of the State of Washington. 13_4.2 Delete in its entirety and substitute the following: The failure of any party to insist in any one or more instances upon the strict performance of any one or more of the provisions of this Contract, or to exercise any right herein contained or provided by law, shall not be construed as a waiver or relinquishment of the performance of such provisions or rights or of the right to subsequently demand such strict performance or exercise of such rights. 13.4.3 If any clause, sentence, or provision of this Contract is held as a matter of law to be void or unenforceable, the remainder of the Contract shall be enforceable without such clause, sentence, or provision. 13.5 TESTS AND INSPECTIONS 13_5.1 No acceptance of any Work shall be construed to result from any inspections, tests or failures to inspect or test by the Owner, the Owner's representatives, the Architect or any other person. No inspection, test, failure to inspect or test, or failure to discover any defect or nonconformity by the Owner, the Owner's representatives, the Architect or any other person shall relieve the Contractor of its responsibility for meeting the requirements of the Contract Documents or impair the Owner's right to reject defective or nonconforming items or right to avail itself of any other remedy to which the Owner may be entitled, notwithstanding the Owner's knowledge of the defect or nonconformity, its substantiality or the ease of its discovery. 13.7 COMMENCEMENT OF STATUTORY LIMITATION PERIOD. This section, including its subparagraphs is deleted in its entirety. ARTICLE 14 TERMINATION OR SUSPENSION OF THE CONTRACT 14.1 TERMINATION BY THE CONTRACTOR. Delete Paragraphs 14.1.1, 14.1.2, 14.1.3 and 14.1.4 in their entirety and substitute the following: The Contractor shall have the right to terminate the Contract only under the circumstances and with the rights and remedies provided in RCW 60.28.080. 14.2 TERMINATION BY OWNER FOR CAUSE 14_2.5 If action by Owner under this paragraph 14.2 upon claim, is determined to have been inappropriate, the compensation to the Contractor resulting therefrom shall be computed pursuant to provisions of paragraph 14.4, Termination for Convenience. 14.3 SUSPENSION BY THE OWNER FOR CONVENIENCE 14_3.1 Supplement as follows: Allowance for overhead and profit as provided in this Paragraph 14.3 shall be limited to those allowances provided in Paragraph 7.3 as supplemented. 29016 r Fort Stevens/ Mill Pond SUPPLEMENTARY CONDITIONS 00800-26 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 ' Erickson McGovern 1 290161 Fort Stevens / Mill Pona SUPPLEMENTARY CONDITIONS 00800 -27 1 14.4 TERMINATION BY THE OWNER FOR CONVENIENCE - Delete this section in its entirety and 2 substitute the following: 3 4 The Owner may terminate performance of work under this contract in whole or part if it determines 5 that a termination is in its best interest. Termination for convenience shall be transmitted by written ' 6 notice specifying the extent of the contract work which is terminated and the effective date. 7 8 After receipt of a notice of termination and except as directed by the Owner, the Contractor shall ' 9 immediately proceed to perform the following, regardless of any delay in determining or adjusting 10 any amount due under this clause: 11 12 (1) Stop work as specified in the notice, ' 13 14 (2) Place no further subcontracts or orders for materials, services or facilities except as 15 necessary to complete the continued portion of the contract. ' 16 17 (3) Terminate all subcontracts to the extent they relate to the work terminated. 18 19 On termination for convenience, if the Owner and Contractor fail to agree on the whole amount to be ' 20 paid because of the termination of the work, the Contractor shall be paid the value of the work 21 satisfactorily completed as determined by the Architect by reference to the approved schedule of 22 values. 23 ' 24 Profit on Work Performed. If it appears that the Contractor would have sustained a loss on the entire 25 contract had it been completed, profit may be reduced or eliminated from sums due upon work 26 satisfactorily completed. No profit shall be payable on the portion of the work terminated. In no case ' 27 shall the amounts paid to the Contractor for termination for convenience exceed the original contract 28 sum of the work plus agreed upon change orders. 29 30 Add the following new Article: ' 31 32 ARTICLE 15 ADDITIONAL REQUIREMENTS 33 34 15.1 All provisions to the Revised Code of Washington (RCW) are specifically included in the General ' 35 Conditions by reference, including the following (in the event of conflict between these and other 36 provisions of the General Conditions, these shall govern): ' 37 38 15_1.1 RCW Chapter 39.04: Relating to plans and specifications on work done for public bodies, estimates 39 of costs of the work, supplemental plans and specifications, supplemental estimates, accounts and 40 records of costs, engineer's certificate. 41 t 42 15_1.2 RCW Chapter 39.08: Relating to form of Contractor's bonds and liens. 43 44 15_1.3 RCW Chapter 39.12: Concerning the prevailing wage rates to be paid to labor on public works, the ' 45 certificates required by the state, the arbitration of disputes over wages, and penalties. 46 47 15_1.4 RCW Chapter 60.28: Relating to labor and materials liens and taxes and retainage. 48 ' 49 15_1.5 RCW Chapter 39.16: Relating to resident employees on public works. 50 51 15.1.6 RCW Chapter 49.28: Relating to hours of labor. ' 53 53 15_1.7 RCW Chapter 18.27: Relating to registration of Contractors. 54 55 56 15.1.8 15_1.9 RCW Chapter 39.25: Relating to offshore items. RCW Chapter 49.60: Relating to unfair or discriminatory practices. 1 290161 Fort Stevens / Mill Pona SUPPLEMENTARY CONDITIONS 00800 -27 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 1 2 15.1.10 RCW Chapter 70.92: Relating to the aged and handicapped. 3 4 15.1.11 The Americans With Disabilities Act. 5 6 15.1.12 Contractor shall be responsible for compliance with all applicable federal, state, and local laws and 7 regulations governing the work of this Project, whether or not such laws and regulations are specifically 8 identified in the Contract Document. 9 10 15.2 Equal Employment Opportunity Prohibits discrimination against any employee or 11 applicant for employment because of race, color, religion, sex or national origin. 12 Provisions to effectuate this prohibition must be included in all construction contracts. 13 The Contractor will not discriminate against any employee or applicant for employment because of 14 race, creed, color, or national origin. The Contractor will take affirmative action to ensure that 15 applicants are employed and that employees are treated during employment without regard to their 16 race, creed, color or national origin. Such action shall include, but not be limited to the following: 17 a. Employment, upgrading, demotion or transfer 18 b. Recruitment or recruitment advertising 19 C. Layoff or termination 20 d. Rates of pay or other forms of compensation 21 e. Selection for training, including apprenticeship 22 The Contractor agrees to post in conspicuous places, available to employees and applicants for 23 employment, notices to be provided by the County setting forth the provisions of this 24 nondiscrimination clause. 25 The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the 26 Contractor, state that all qualified applicants will receive consideration for employment without regard 27 to race, creed, color, or national origin. 28 The Contractor will cause the foregoing provisions to be inserted in all subcontracts for any work 29 covered by the Contract so that such provision will be binding upon each Subcontractor, provided 30 that the foregoing provisions shall not apply to contracts or subcontracts for standard commercial 31 supplies or raw materials. 32 33 15.3 Minority Business EnterpriseslWomen Business Enterprises: 34 35 Developers will comply with MBE/WBE "good faith effort" requirements through the "Six Steps 36 Documentation" process. 37 38 Step 1. Identify MBE/WBE firms to contact for all construction contractor solicitations 39 40 Step 2. Record efforts to solicit potential minority and women owned businesses 41 42 Step 3. Record decision making related to dividing the project into subtasks so that potential 43 construction contractors, including MBE/WBE firms, have the opportunity to participate in federally 44 funded projects. 45 46 Step 4. Record decision making related to establishing a flexible schedule which would enable 47 potential construction contractors, including MBE/WBE firms, to have the opportunity to participate in 48 federally funded projects 290161 Port Stevens t Mtli Pond SUPPLEMENTARY CONDITIONS 00800 -28 1 10 li 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern Step 5. Document that available services were utilized and potential MBE/WBE construction contractors were directed to MBDA and SBA for specialized assistance, e.g., secure bonding, insurance, etc. Step 6. Ensure that good faith effort is made for the project whether the work is to be performed by the prime contractor or subordinate contractors Developers who document their meaningful actions to comply with good faith effort requirements will have met the requirement. In such cases, the developers will not be penalized if actual participation of MBE/WBEs is below the goals, nor will the recipient be relieved of continuing to make good faith efforts if the numerical participation goal is reached. The Department will conduct a Close -Out Monitoring of the contractor's performance and recordkeeping in minority and women -owned business utilization. 15.4 Labor Standards: A) Prevailing Wage rates: The prevailing rate of wages to be paid to all workmen, laborers, or mechanics employed in the performance of any part of this Contract shall be in accordance with the provisions of Chapter 39.12 RCW, as amended. The rules and regulations of the Washington State Department of Labor and Industries and the schedule of prevailing wage rates for the locality or localities where this Contract will be performed as determined by the Industrial Statistician of the Department of Labor and Industries. All work performed on this project shall be subject to the higher of prevailing state or Davis -Bacon wage rates. B) Copeland Act This act governs the deductions from paychecks that are allowable. It makes it a criminal offense to induce anyone employed on a federally assisted project to relinquish any compensation that is due, and requires all contractors to summit weekly payrolls and statements of compliance. C) Contract Work Hours: Provides that mechanics and laborers employed on federally assisted construction jobs are paid time and one -half for work in excess of 40 hours per week, and provides for the payment of liquidated damages where violations occur. This act also addresses safe and healthy working conditions. D) Fair Labor Standards: Establishes the basic minimum wage for all work and requires the payment of overtime at the rate of at least time and one -half. It also requires the payment of wages for the entire time that an employee is required or permitted to work and establishes child labor standards. 15.5 Procurement: Developers to the maximum extent feasible utilize a competitive bidding process. Bid documents and procedures to be reviewed by county staff. 1 29018 /Fort Stevens /Mill Pond SUPPLEMENTARY CONDITIONS 00800 -29 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 Fort Stevens I Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 15.6 Conflict of Interest: No employee, officer, or agent of the developer, owner or sponsor shall participate in selection, or in the award or administration of a contract if a conflict of interest real, or apparent would be involved. Such a conflict would arise when the employee, officer or agent or any member of his or her immediate family or his or her partner has any financial or other interest in the firm or contractor selected for the award. 15.7 Debarred Contractors: The developer will to refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for government contracts and federally- assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the Secretary of Housing and Urban Development or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. 15.8 Section 504: Developers and Contractors are also required to make reasonable accommodations to the physical or mental limitations of an otherwise qualified job applicant with disabilities or employee with disabilities, unless they can demonstrate that the accommodation would impose an undue hardship on the operation of the program, For New construction projects 5 percent of the units in the project but not less than one unit must be accessible to individuals with mobility impairments, and an additional 2 percent of the unit but not less than one unit must be accessible to individuals with sensory impairments. For substantial rehabilitation projects where the rehabilitation costs exceed 75 percent or more of replacement costs in such projects 5 percent of the unit in the project but not less than one unit must be accessible to individuals with mobility impairments, and an additional 2 percent of the unit but not less than one unit must be accessible to individuals with sensory impairments. Accessible units must be to the maximum extent feasible, distributed throughout the projects and sites and must be available in a sufficient range of sizes and amenities so as to not limit choice. 15.9 Lead Based Paint: If the project involves rehabilitation on a building built before 1978 the Owner and Contractor acknowledge that under federal regulations, any lead -based paint hazard must be corrected. The Contractor will comply with the lead -based paint poisoning prevention act 24CFR, part 35, PUB. 1 930151, 42 U.S.C. 4801 et seq. The Contractor agrees to use no lead -based paint on interior or exterior surfaces. The Contractor certifies to the Owner, the CDC, and the county that if any lead hazard reduction work is being performed under the contract that the Contractor has received proper training and has all relevant federal and/or state certifications required to perform lead hazard reduction work. 15.10 Construction Standards: For New Construction all State and Local code requirements apply, and all new construction projects will need to meet model energy code. New Construction of rental housing will need to meet site and neighborhood standards. For Rehabilitation of housing all state and local code requirements apply, and all rehabilitation must meet local written rehabilitation standards. 290161 Fan Stevens /Mill Pond SUPPLEMENTARY CONDITIONS 00800 -30 1 Fort Stevens / Mill Pond Yelm Community Schools — No. 02 Erickson McGovern 15.11 Hold Harmless 2 To the full extent permitted by applicable law, the contractor will specifically and expressly agrees to 3 indemnify, defend and hold the developer, owner, the county, the CDC and the employees and 4 agents of the CDC and the county ( "indemnified parties ") harmless from and against all suits, 5 actions, proceedings, claims, demands, judgments, damages, penalties, fines, royalties and 6 expenses (including, but not limited to attorney's fees, costs, and interest), arising out of the following 7 acts and conditions: 8 1. Any act, omission, fault, strict liability or negligence of the Contractor, any Subcontractor, 9 or supplier in connection with or incident to the performance of the Contractors Work. 10 2. Any injury to or death of any person or damage to any property or environment arising out of 11 or in connection with the performance of the Contractor's Work and the activities of the 12 Subcontractors. 13 3. Any liens, claims, or lawsuits arising out of or in connection with the performance of the 14 Contractor's Work by the Contractor or any of its Subcontractors and suppliers. 15 4. Any failure of the Contractor, Subcontractor, or supplier to comply with all applicable laws, 16 ordinances, rules, regulations, orders, licenses, permits, or any other requirements of any 17 governmental authority or to secure all licenses and permits or to pay all taxes. 18 5. Any failure of Contractor to maintain the insurance required under the contract between the 19 owner /developer and the Contractor. 20 6. Any correction or completion of any defective Contractor's Work or Subcontractor's work the 21 Contractor does not cure in accordance with the warranty provisions of the contract. 22 The Contractor's indemnification obligations under the contract between the owner /developer and 23 Contractor shall not be limited by any limitation on the amount or type of damages, compensation or 24 benefits payable by or for the Contractor under workers' or workmen's compensation acts, disability 25 benefit acts or other employee benefit acts. 26 The contractor acknowledges that by entering into a contract with the owner, it has mutually 27 negotiated the above indemnity provision. Moreover, the contractor specifically and expressly 28 waives any immunity under the workers compensation laws of the state of Washington, chapter 51 29 RCW industrial insurance. ' 30 31 15_12 Insurance Requirements: 32 The Contractor shall obtain or maintain insurance coverage, in such amounts as Owner and /or 33 developer and the CDC shall reasonably require and covering risks set forth below, for the 34 Contractor's Work throughout the term of the Contract. Such insurance shall provide that it can not 35 be cancelled on less than thirty (30) days' written notice to the Owner, Lender and the Contractor 36 and shall name the Owner as an additional insured. 37 1. Claims covered by general liability insurance with minimum coverage of One Million and no /100 38 Dollars ($1,000,000.00). ' 39 2. Claims under workers' compensation, disability benefit and other similar employee benefit acts; 40 3. Claims for damages because of bodily injury, occupational sickness or disease, or death of ' 41 Contractor's employees, 1 29016 /Fort Stevens I Mill Pond SUPPLEMENTARY CONDITIONS 00800 -31 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Fort Stevens I Mill Pond Yellin Community Schools — No. 02 Erickson McGovern 4. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 5. Claims for damages insured by usual personal injury liability coverage which are sustained (1) by any person as a result of an offense directly or indirectly related to the Contractor's employment of such person, or (2) by any other person; 6. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property, including loss of use resulting therefrom, and 7. Claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. 15.13 Licensing: Contractors must possess the proper business license from the appropriate jurisdiction to enable Contractor to perform the Contractor's Work at the Property. Contractor must be, and all Subcontractors must be, in full compliance with all worker's compensation laws and regulations of the State of Washington. Contractor has paid all required fees for Contractor's employees and Subcontractors, as applicable. 15.14 Summary of Funding Requirements Thurston County, the State of Washington and the federal government provide funding for this project through various sources. The contractor must comply with federal, state and local requirements in the contracting for the new construction of this affordable housing. Failure to incorporate the requirements as appropriate in any bidding documents or contracts may make a project ineligible for funding. These requirements are spelled out in this document. 3.15 HUD Section 3 Requirements 3.15.1 Section 3 of the Housing and Urban Development Act of 1968, as amended, applies to federal activities for 1) Housing rehabilitation including reduction and abatement of lead - based paint hazards, but excluding routine maintenance, repair and replacement; 2) Housing construction and 3) Other public construction. For contracts exceeding $200,000, and subcontracts exceeding $100,000. 3.15.2 Section 3 requires that to the greatest extent feasible opportunities for training and employment of new hires will be provided to low- income persons residing in the program service area. To the greatest extent feasible contracts for work to be performed in connection with the contractor be awarded to business concern that are located in or owned by person residing in the program service area. A Section 3 plan for the project will be required to be completed prior to the start of construction. Refer to exhibit 15.3 for Section 3 plan requirements. END OF SUPPLEMENTARY GENERAL CONDITIONS 29016 1 Fort Stevens i Mill Pond SUPPLEMENTARY CONDITIONS 00800-32 1 1 Fort Stevens i Mill Pond Yelm Community Schools - No. 02 1 Erickson McGovern 1 1 SECTION 00830 2 1 PREVAILING WAGE RATES 1 4 PREVAILING WAGE RATES 5 1.01 The following is a list of the State of Washington Prevailing Wage Rates as required per RCW 6 39.12.022 and as furnished by the State of Washington Department of Labor and Industries 1 7 (Employment Standards Section), Prevailing Wage, P.O. Box 44540, Olympia, Washington 8 98504 -4540, Telephone (360) 902 -5335, Fax (360) 902 -5300. 9 1.02 Section 2 of WAC 296 - 127 -011 states that for all contracts, except Building Services 1 10 Maintenance Contracts, the prevailing Wage Rates which are in effect on the date when the bids 11 by the Prime Contractor are required to be submitted to the Contract Awarding Public Agency 12 are the prevailing wage rates which must be paid for the duration of the contract. 1 13 1.03 The following is the decision for Federal Prevailing Wages Rates, General Decision No. 14 WA080002. The Federal Davis -Bacon Act requires that contractors pay workers no less than 15 the prevailing wage rate for a given category of work. 1 16 1.04 17 18 1.05 The wage and benefit tables provided to Contractor by Owner are for informational purposes 1 19 only. It is Contractor's responsibility to confirm and pay all currently applicable prevailing wage 20 rates and benefits. 1 21 END OF SECTION 1 1 1 i 1 1 1 1 1 2901& /Fort StevenslMi)Pond PREVAILING WAGE RATES 00830 -1 'I 1 1 1 I 1 State of Washington DEPARTMENT OF LABOR AND INDUSTRIES Prevailing Wage Section - Telephone (360) 902 -5335 PO Box 44540, Olympia, WA 98504 -4540 Washington State Prevailing Wage Rates For Public Works Contracts The PREVAILING WAGES listed here include both the hourly wage rate and the hourly rate of fringe benefits. On public works projects, workers' wage and benefit rates must add to not less than this total. A brief description of overtime calculation requirements is provided on the Benefit Code Key. THURSTON COUNTY EFFECTIVE 09-02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Coda Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL BOILERMAKERS JOURNEY LEVEL BRICK AND MARBLE MASONS BRICK & BLOCK FINISHER JOURNEY LEVEL BUILDING SERVICE EMPLOYEES JANITOR SHAMPOOER WAXER WINDOW CLEANER CABINET MAKERS (IN SHOP) JOURNEY LEVEL CARPENTERS ACOUSTICAL WORKER BRIDGE, DOCK AND WARF CARPENTERS CARPENTER CREOSOTED MATERIAL DRYWALL APPLICATOR FLOOR FINISHER FLOOR LAYER FLOORSANDER MILLWRIGHT AND MACHINE ERECTORS PILEDRIVERS. DRIVING. PULLING, PLACING COLLARS AND WELDING SAWFILER SHINGLER STATIONARY POWER SAW OPERATOR STATIONARY WOODWORKING TOOLS CEMENT MASONS JOURNEY LEVEL DIVERS & TENDERS DIVER DIVER ON STANDBY DIVER TENDER SURFACE RCV & ROV OPERATOR SURFACE RCV & ROV OPERATOR TENDER DREDGE WORKERS ASSISTANT ENGINEER ASSISTANT MATE (DECKHAND) BOATMEN ENGINEER W ELDER Page 1 $40.03 1H 5D $32.01 1 $39.49 1M 5A $46.35 1M 5A $8.55 $10.32 $8.97 $10.84 $13.02 $48.63 1H SD $48.47 1H 5D $48.47 1H 5D $48.57 1H 5D $48.47 1H 5D $48.60 1H 5D $48.60 1H 5D $48.60 1H 5D $49.47 1H 5D $48.67 1H 5D $48.60 1H 5D $48.60 1H 5D $48.60 1H 5D $48.60 1H 5D $49.15 1M 5D $100.28 1M 5D 8A $56.68 1M 5D $52.23 1M 5D $52.23 1M 5D $50.72 1B 5A $49.57 IT 5D 8L $49.06 IT 5D 8L $49.57 IT 5D 8L $49.62 IT 5D 8L THURSTON COUNTY EFFECTIVE 09 -02 -2009 Page 2 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code LEVERMAN, HYDRAULIC $51.19 1T 5D 8L MAINTENANCE $49.06 1T 5D 8L MATES $49.57 1T 5D 81. OILER $49.19 1T 5D 8L DRYWALL TAPERS JOURNEY LEVEL $48,79 1E 5P ELECTRICAL FIXTU RE MAINTENANCE WORKERS JOURNEY LEVEL $8.55 1 ELECTRICIANS - INSIDE CABLE SPLICER $54.64 1G 5C JOURNEY LEVEL $50.99 1G 5C LEAD COVERED CABLE SPLICER $58.25 1G 5C WELDER $54.64 1G 5C ELECTRICIANS - MOTOR SHOP CRAFTSMAN $15.37 2A 6C JOURNEY LEVEL $14.69 2A 6C ELECTRICIANS - POWERLINE CONSTRUCTION CABLE SPLICER $59.79 4A 5A CERTIFIED LINE WELDER $54.59 4A 5A GROUNDPERSON $39.07 4A 5A HEAD GROUNDPERSON $41.22 4A SA HEAVY LINE EQUIPMENT OPERATOR $54.59 4A 5A JACKHAMMER OPERATOR $41.22 4A 5A JOURNEY LEVEL LINEPERSON $54.59 4A 5A LINE EQUIPMENT OPERATOR $46.32 4A 5A POLE SPRAYER $54.59 4A 5A POWDERPERSON $41.22 4A 5A ELECTRONIC TECHNICIANS ELECTRONIC TECHNICIANS JOURNEY LEVEL $22.99 1 ELEVATOR CONSTRUCTORS MECHANIC $64.81 4A 6Q MECHANIC IN CHARGE $70.60 4A 60 FABRICATED PRECAST CONCRETE PRODUCTS ALL CLASSIFICATIONS $13.50 1 FENCE ERECTORS FENCE ERECTOR $17.65 1 FLAGGERS JOURNEY LEVEL $33.93 1H 5D GLAZIERS JOURNEY LEVEL $48.61 1Y 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC $48,28 15 51 HEATING EQUIPMENT MECHANICS MECHANIC $27.68 1 HOD CARRIERS & MASON TENDERS JOURNEY LEVEL $41.28 1H 5D INDUSTRIAL ENGINE AND MACHINE MECHANICS MECHANIC $15.65 1 INDUSTRIAL POWER VACUUM CLEANER JOURNEY LEVEL $9.24 1 INLAND BOATMEN CAPTAIN $48.39 1K 5B Page 2 ' THURSTON COUNTY EFFECTIVE 09 -02 -2009 *** k+**kk*} tktk} tt# t+#* kkkkkkkkk#+ t# t## kkkkk}kiiiiti #ff + * * *kkkkttfif #+ 444** *# * *kk *f } }}kt +# * # + ## * #i #f4 * * *kk (See Benefit Code Key) ' Over PREVAILING Time Holiday Note Classification WAGE QW0 Q2b COOK $45.36 1K 58 DECKHAND $45.36 1K 5B ENGINEERIDECKHAND $46.25 1K 5B MATE, LAUNCH OPERATOR $47.35 1K 5B INSPECTIONICLEANING /SEALING OF SEWER 8 WATER SYSTEMS BY REMOTE CONTROL CLEANER OPERATOR, FOAMER OPERATOR $9.73 1 GROUT TRUCK OPERATOR $11.48 1 HEAD OPERATOR $12.78 1 TECHNICIAN $25.00 1 TV TRUCK OPERATOR $10.53 1 INSULATION APPLICATORS JOURNEY LEVEL $48.47 1M 5D IRONWORKERS JOURNEY LEVEL $54.27 10 5A LABORERS ASPHALT RAKER $41.28 1H 5D BALLAST REGULATOR MACHINE $40.03 1H SD BATCH. WEIGHMAN $33.93 1H 5D BRUSH CUTTER $40.03 1H 51) BRUSH HOG FEEDER $40.03 1H 5D BURNERS $40.03 1H 5D CARPENTER TENDER $40.03 1H 5D CASSION WORKER $41.28 iH SO CEMENT DUMPERIPAVING $40.77 1H SO CEMENT FINISHER TENDER $40.03 1H 5D CHANGE - HOUSE MAN OR DRY SHACKMAN $40.03 1H 5D CHIPPING GUN (OVER 30 LBS) $40.77 1H SO CHIPPING GUN (UNDER 30 LBS) $40.03 1H 5D CHOKER SETTER $40.03 1H 5D CHUCKTENDER $40.03 1H 5D CLEAN -UP LABORER $40.03 1H 5D CONCRETE DUMPER/CHUTE OPERATOR $40.77 1H 5D CONCRETE FORM STRIPPER $40.03 1H 5D CONCRETE SAW OPERATOR $40.77 1H 5D CRUSHER FEEDER $33.93 1H 5D CURING LABORER $40.03 1H 5D DEMOLITION, WRECKING 8 MOVING (INCLUDING CHARRED MATERIALS) $40.03 1H 5D DITCH DIGGER $40.03 1H 5D DIVER $41.28 1H 5D DRILL OPERATOR (HYDRAULIC, DIAMOND) $40.77 1H 5D DRILL OPERATOR, AIRTRAC $41.28 1H 5D DUMPMAN $40.03 1H 5D EPDXYTECHNICIAN $40.03 1H 5D EROSION CONTROL WORKER $40.03 1H 5D FALLERBUCKER, CHAIN SAW $40.77 1H 5D FINAL DETAIL CLEANUP (i.e., dusting, vacuuming, window cleaning; NOT $30.84 1 H 5D construction debris cleanup) FINE GRADERS $40.03 iH 5D FIRE WATCH $33.93 1H 5D FORM SETTER $40.03 1H 5D GABION BASKET BUILDER $40.03 1H 5D Page 3 THURSTON COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE S9dQ Q2k c9de GENERAL LABORER $40.03 1H 5D GRADE CHECKER & TRANSIT PERSON $41.28 1H 5D GRINDERS $40.03 iH 5D GROUT MACHINE TENDER $40.03 1H 5D GUARDRAIL ERECTOR $40.03 1H SD HAZARDOUS WASTE WORKER LEVEL A $41.28 1H 5D HAZARDOUS WASTE WORKER LEVEL B $40.77 1H SD HAZARDOUS WASTE WORKER LEVEL C $40.03 1H 5D HIGH SCALER $41.28 1H 5D HOD CARRIERIMORTARMAN $41.28 1H 5D JACKHAMMER $40.77 IH 50 LASER BEAM OPERATOR $40.77 1H 5D MANHOLE BUILDER - MUDMAN $40.77 1H 5D MATERIAL YARDMAN $40.03 1H 5D MINER $41.28 1H 5D NOZZLEMAN, CONCRETE PUMP, GREEN CUTTER WHEN USING HIGH $40.77 1H 50 PRESSURE AIR & WATER ON CONCRETE & ROCK. SANDBLAST, GUNITE. SHOTCRETE, WATER BLASTER PAVEMENT BREAKER $40.77 1H 5D PILOT CAR $33.93 1H 5D PIPE POT TENDER $40.77 1H 5D PIPE RELINER (NOT INSERT TYPE) $40.77 1H 5D PIPELAYER & CAULKER $40.77 1H 5D PIPELAYER & CAULKER (LEAD) $41.28 1H 5D PIPEWRAPPER $40.77 1H 5D POTTENDER $40.03 1H SD POWDERMAN $41.28 1H SO POWDERMAN HELPER $40.03 1H 5D POWERJACKS $40.77 1H 50 RAILROAD SPIKE PULLER (POWER) $40.77 1H 5D RE- TIMBERMAN $41.28 1H 5D RIPRAP MAN $40.03 111 5D RODDER $40.77 1H 5D SCAFFOLD ERECTOR $40.03 1H 5D SCALE PERSON $40.03 1H 5D SIGNALMAN $40.03 1H 5D SLOPE R(OVER 2W) $40.77 1H 5D SLOPER SPRAYMAN $40.03 1H 50 SPREADER (CLARY POWER OR SIMILAR TYPES) $40.77 1H 50 SPREADER(CONCRETE) $40.77 1H 5D STAKE HOPPER $40.03 1H 5D STOCKPILER $40.03 1H 5D TAMPER & SIMILAR ELECTRIC, AIR & GAS $40.77 1H 5D TAMPER (MULTIPLE & SELP PROPELLED) $40.77 1H 5D TOOLROOM MAN (AT JOB SITE) $40.03 1H 5D TOPPER - TAILER $40.03 11-1 5D TRACKLABORER $40.03 1H 5D TRACK LINER (POWER) $40.77 1H SD TRUCK SPOTTER $40.03 1H 5D TUGGER OPERATOR $40.77 1H 5D VIBRATING SCREED (AIR, GAS, OR ELECTRIC) $40.03 1H 5D VIBRATOR $40.77 1H 5D Page 4 THURSTON COUNTY EFFECTIVE 09 -02 -2009 LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER & TOPMAN $40.03 (See Benefit Code Key) 5D Over $40.77 PREVAILING Time Holiday Note Classification WAGE Code Code Code VINYL SEAMER $40.03 1H 50 WELDER $40.03 1H 5D WELL -POINT LABORER $40.77 111 5D LABORERS - UNDERGROUND SEWER & WATER GENERAL LABORER & TOPMAN $40.03 1H 5D PIPE LAYER $40.77 1H 5D LANDSCAPE CONSTRUCTION IRRIGATION OR LAWN SPRINKLER INSTALLERS $14.41 1 LANDSCAPE EQUIPMENT OPERATORS OR TRUCK DRIVERS $14.41 1 LANDSCAPING OR PLANTING LABORERS $14.41 1 LATHERS JOURNEY LEVEL $48.47 1H 5D METAL FABRICATION (IN SHOP) FITTER $27.10 21.1 6T LABORER $16.91 21) 6T LAYEROUT $30.63 2U 6T MACHINE OPERATOR $20.86 2U 6T WELDER $24.74 2U 6T MODULAR BUILDINGS CABINET ASSEMBLY $9.88 1 ELECTRICIAN $9.98 1 EQUIPMENT MAINTENANCE $9.98 1 PLUMBER $9.98 1 PRODUCTION WORKER $9.75 1 TOOL MAINTENANCE $9.98 1 UTILITY PERSON $9.98 1 WELDER $9.98 1 PAINTERS JOURNEY LEVEL $34.87 2B 67 PLASTERERS JOURNEY LEVEL $46.63 1R 5B PLAYGROUND & PARK EQUIPMENT INSTALLERS JOURNEY LEVEL $8.55 1 PLUMBERS & PIPEFITTERS JOURNEY LEVEL $54.07 10 5A POWER EQUIPMENT OPERATORS ASPHALT PLANT OPERATOR $50,39 IT 5D 8P ASSISTANT ENGINEERS $47.12 IT 5D 8P BACKHOE, EXCAVATOR SHOVEL, OVER 50 METRIC TONS TO 90 METRIC $50.94 IT 5D 8P TONS BACKHOE, EXCAVATOR SHOVEL, OVER 90 METRIC TONS $51.51 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, OVER 30 METRIC TONS TO 50 $50.39 IT 5D 8P METRIC TONS BACKHOE, EXCAVATOR, SHOVEL, TRACTORS UNDER 15 METRIC TONS $49.48 IT 5D 8P BACKHOE, EXCAVATOR, SHOVEL, TRACTORS: 15 TO 30 METRIC TONS $49.90 IT 5D 8P BARRIER MACHINE (ZIPPER) $49.90 IT 5D 8P BATCH PLANT OPERATOR, CONCRETE $49.90 IT 5D 8P BELT LOADERS (ELEVATING TYPE) $49.48 IT 5D 8P BOBCAT (SKID STEER) $47.12 IT 5D eP BROKK- REMOTE DEMOLITION EQUIPMENT $47.12 IT 5D 8P BROOMS $47.12 IT 5D 8P BUMP CUTTER $49.90 IT 5D SP Page 5 THURSTON COUNTY EFFECTIVE 09 -02 -2009 Page 6 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Cade Code fede CABLEWAYS $50.39 IT 5D 8P CHIPPER $49.90 IT 5D BP COMPRESSORS $47.12 IT 5D 8P CONCRETE FINISH MACHINE - LASER SCREED $47.12 IT SD 8P CONCRETE PUMPS $49.48 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT $49.90 IT 5D 8P CONCRETE PUMP -TRUCK MOUNT WITH BOOM ATTACHMENT OVER 42 $50.39 IT 5D 8P METERS CONVEYORS $49,48 IT 5D 8P CRANE, FRICTION 100 TONS THROUGH 199 TONS $51.51 IT SD 8P CRANE, FRICTION OVER 200 TONS $52.07 IT 5D 8P CRANES, THRU 19 TONS, WITH ATTACHMENTS $49.48 IT 5D 8P CRANES, 20 - 44 TONS, WITH ATTACHMENTS $49.90 IT 5D 8P CRANES, 45 TONS - 99 TONS, UNDER 150 FT OF BOOM (INCLUDING JIB $50.39 IT 50 8P WITH ATACHMENTS) CRANES, 100 TONS - 199 TONS, OR 150 FT OF BOOM (INCLUDING JIB $50.94 IT 5D 8P WITH ATTACHMENTS) CRANES, 200 TONS TO 300 TONS, OR 250 FT OF BOOM (INCLUDING JIB $51.51 IT 5D 8P WITH ATTACHMENTS) CRANES, A- FRAME, 10 TON AND UNDER $47.12 IT 5D 8P CRANES, A- FRAME, OVER 10 TON $49.48 IT 5D 8P CRANES, OVER 300 TONS, OR 300' OF BOOM INCLUDING JIB WITH $52.07 IT 5D 8P ATTACHMENTS CRANES, OVERHEAD, BRIDGE TYPE (20 - 44 TONS) $49.90 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (45- 99 TONS) $50.39 IT 5D 8P CRANES, OVERHEAD, BRIDGE TYPE (100 TONS 8 OVER) $50.94 IT 5D 8P CRANES. TOWER CRANE UP TO 175' IN HEIGHT, BASE TO BOOM $50.94 IT 5D 8P CRANES, TOWER CRANE OVER 175' IN HEIGHT, BASE TO BOOM $51.51 IT 5D 8P CRUSHERS $49.90 IT 5D 8P DECK ENGINEERIDECK WINCHES (POWER) $49.90 IT 5D BP DERRICK, BUILDING $50.39 IT 5D 8P DOZER, QUAD 9, D -10, AND HD-41 $50.39 IT 5D 8P DOZERS, D -9 8 UNDER $49.48 IT 5D 8P DRILL OILERS - AUGER TYPE, TRUCK OR CRANE MOUNT $49.48 IT 5D 8P DRILLING MACHINE $49.90 IT 5D SP ELEVATOR AND MANLIFT, PERMANENT AND SHAFT -TYPE $47.12 IT 5D BP EQUIPMENT SERVICE ENGINEER (OILER) $49.48 IT 5D BP FINISHING MACHINE/BIDWELL GAMACO AND SIMILAR EQUIP $49.90 IT 5D 8P FORK LIFTS, (3000 LBS AND OVER) $49.48 1T 5D BP FORK LIFTS, (UNDER 3000 LBS) $47.12 IT 5D BP GRADE ENGINEER $49.90 IT 5D 8P GRADECHECKER AND STAKEMAN $47.12 IT 5D 8P GUARDRAIL PUNCH $49.90 IT 5D BP HOISTS, OUTSIDE (ELEVATORS AND MANLIFTS), AIR TUGGERS $49.48 IT 5D 8P HORIZONTAUDIRECTIONAL DRILL LOCATOR $49.48 IT SD BP HORIZONTAUDIRECTIONAL DRILL OPERATOR $49.90 17 5D BP HYDRALIFTS /BOOM TRUCKS (10 TON 8 UNDER) $47.12 IT 5D 8P HYDRALIFTS /BOOM TRUCKS (OVER 10 TON) $49.48 IT 5D 8P LOADERS, OVERHEAD (6 YD UP TO 8 YD) $50.39 IT 5D 8P LOADERS, OVERHEAD (e YO 8 OVER) $50.94 IT 5D SP LOADERS, OVERHEAD (UNDER 6 YD), PLANT FEED $49.90 IT 5D 8P LOCOMOTIVES, ALL $49.90 IT 5D 8P MECHANICS, ALL $50.94 IT 5D 8P Page 6 THURSTON COUNTY ' EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over t PREVAILING Time Holiday Note Classification WAGE Code Code Code MIXERS, ASPHALT PLANT $49.90 IT 5D 8P ' MOTOR PATROL GRADER (FINISHING) $50.39 IT 50 8P MOTOR PATROL GRADER (NON - FINISHING) $49.48 IT SO 8P MUCKING MACHINE, MOLE, TUNNEL DRILL AND /OR SHIELD $50.39 IT 5D 8P OIL DISTRIBUTORS, BLOWER DISTRIBUTION AND MULCH SEEDING $47.12 IT 5D 8P ' OPERATOR PAVEMENT BREAKER $47.12 IT 5D 8P PILEDRIVER (OTHER THAN CRANE MOUNT) $49.90 IT 5D 8P PLANT OILER (ASPHALT, CRUSHER) $49.48 IT 5D 8P POSTHOLE DIGGER, MECHANICAL $47.12 IT 5D 8P POWER PLANT $47.12 IT 50 8P PUMPS, WATER $47.12 IT 5D 8P t QUICK TOWER -NO CAB, UNDER 100 FEET IN HEIGHT BASED TO BOOM $47.12 IT 5D 8P REMOTE CONTROL OPERATOR ON RUBBER TIRED EARTH MOVING $50.39 IT 5D 8P EQUIP RIGGER AND BELLMAN $47.12 IT SD BP ' ROLLAGON $50.39 IT 50 8P ROLLER, OTHER THAN PLANT ROAD MIX $47.12 IT 5D 8P ROLLERS, PLANTMIX OR MULTILIFT MATERIALS $49.48 IT 5D 8P ROTO -MILL, ROTO- GRINDER $49.90 IT 5D 8P ' SAWS, CONCRETE $49.48 IT 50 SP SCRAPERS - SELF PROPELLED, HARD TAIL END DUMP, ARTICULATING $50.39 IT 5D 8P OFF -ROAD EQUIPMENT (45 YD AND OVER) SCRAPERS, CONCRETE AND CARRYALL $49.48 IT 5D 8P SCRAPER-SELF PROPELLED, HARD -TAIL END DUMP, ARTICULATING $49.90 17 5D 8P OFF -ROAD EQUIPMENT (UNDER 45 YARDS) SHOTCRETE GUNITE $47.12 IT 5D 8P ' SLIPFORM PAVERS $50.39 IT 5D 8P SPREADER, TOPSIDER & SCREEDMAN $50.39 IT 5D 8P SUBGRADE TRIMMER $49.90 IT 5D 8P ' TOWER BUCKET ELEVATORS TRACTORS, (75 HP & UNDER) $49.48 $49.48 IT IT 5D 5D 8P 8P TRACTORS, (OVER 75 HP) $49.90 IT 5D 8P TRANSFER MATERIAL SERVICE MACHINE $49.90 IT 5D 8P TRANSPORTERS, ALL TRACK OR TRUCK TYPE $5039 IT 5D 8P ' TRENCHING MACHINES $49.48 IT 5D 8P TRUCK CRANE OILER/DRIVER ( UNDER 100 TON) $49.48 1T 5D 8P TRUCK CRANE OILERIDRIVER (100 TON & OVER) $49.90 IT 5D 8P ' TRUCK MOUNT PORTABLE CONVEYER $49.90 IT 5D 8P WELDER $50.39 IT 5D 8P WHEEL TRACTORS, FARMALL TYPE $47.12 IT 5D 8P YO YO PAY DOZER $49.90 IT 5D 8P ' POWER EQUIPMENT OPERATORS. UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) POWER LINE CLEARANCE TREE TRIMMERS JOURNEY LEVEL IN CHARGE $39.33 4A 5A ' SPRAY PERSON $37.24 4A 5A TREE EQUIPMENT OPERATOR $37.85 4A 5A t TREE TRIMMER TREE TRIMMER GROUNDPERSON $35.21 $26.58 4A 4A SA 5A REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC $26.64 1 ' Page 7 THURSTON COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Code Code RESIDENTIAL BRICK & MARBLE MASONS JOURNEY LEVEL $27.50 i RESIDENTIAL CARPENTERS JOURNEY LEVEL $23.30 1 RESIDENTIAL CEMENT MASONS JOURNEY LEVEL $14.00 1 RESIDENTIAL DRYWALL TAPERS JOURNEY LEVEL $18.00 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL $26.88 1B RESIDENTIAL GLAZIERS JOURNEY LEVEL $29.56 1H RESIDENTIAL INSULATION APPLICATORS JOURNEY LEVEL $18.70 1 RESIDENTIAL LABORERS JOURNEY LEVEL $9.81 1 RESIDENTIAL PAINTERS JOURNEY LEVEL $11.85 1 RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL $20.40 1 RESIDENTIAL REFRIGERATION & AIR CONDITIONING MECHANICS JOURNEY LEVEL $26.64 1 RESIDENTIAL SHEET METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) $35.25 1R RESIDENTIAL SOFT FLOOR LAYERS JOURNEY LEVEL $16.00 1 RESIDENTIAL SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $23.60 1 RESIDENTIALTERRAZZOITILE FINISHERS JOURNEY LEVEL $17.00 1 RESIDENTIAL TERRAZZO /TILE SETTERS JOURNEY LEVEL $8.55 1 ROOFERS JOURNEY LEVEL $24.37 1 SHEET METALWORKERS JOURNEY LEVEL (FIELD OR SHOP) $59.32 IF SHIPBUILDING & SHIP REPAIR BOILERMAKER $32.56 1 H SIGN MAKERS & INSTALLERS (ELECTRICAL) JOURNEY LEVEL $18.04 1 SIGN MAKERS & INSTALLERS (NON-ELECTRICAL) JOURNEY LEVEL $15.50 1 SOFT FLOOR LAYERS JOURNEY LEVEL $38.26 1B SOLAR CONTROLS FOR WINDOWS JOURNEY LEVEL $10.31 113 SPRINKLER FITTERS (FIRE PROTECTION) JOURNEY LEVEL $59.74 1X STAGE RIGGING MECHANICS (NON STRUCTURAL) JOURNEY LEVEL $13.23 1 STREET AND PARKING LOT SWEEPER WORKERS JOURNEY LEVEL $16.00 1 Page 8 SA 5G 6L 6L 6W 5A 50 5C THURSTON COUNTY EFFECTIVE 09 -02 -2009 (See Benefit Code Key) Over PREVAILING Time Holiday Note Classification WAGE Code Cnde Code SURVEYORS CHAIN PERSON $9.35 1 INSTRUMENT PERSON $11.40 1 PARTY CHIEF $13.40 1 TELECOMMUNICATION TECHNICIANS TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL $22.00 1 TELEPHONE LINE CONSTRUCTION - OUTSIDE CABLE SPLICER $32.27 2B HOLE DIGGERIGROUND PERSON $18.10 2B INSTALLER (REPAIRER) $30.94 2B JOURNEY LEVEL TELEPHONE LINEPERSON $30.02 2B SPECIAL APPARATUS INSTALLER I $32.27 2B SPECIAL APPARATUS INSTALLER II $31.62 2B TELEPHONE EQUIPMENT OPERATOR (HEAVY) $32.27 2B TELEPHONE EQUIPMENT OPERATOR (LIGHT) $30.02 28 TELEVISION GROUND PERSON $17.18 2B TELEVISION LINEPERSONIINSTALLER $22.73 2B TELEVISION SYSTEM TECHNICIAN $27.09 2B TELEVISION TECHNICIAN $24.35 2B TREE TRIMMER $30.02 2B TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL $45.26 1M TILE, MARBLE & TERRAZZO FINISHERS FINISHER $39.09 1 B TRAFFIC CONTROL STRIPERS JOURNEY LEVEL $38.90 1K TRUCK DRIVERS ASPHALT MIX (TO 16 YARDS) $45,63 11T ASPHALT MIX (OVER 16 YARDS) $46.47 1T DUMP TRUCK $1723 1 DUMP TRUCK & TRAILER $17.23 1 OTHER TRUCKS $46.47 1T TRANSIT MIXER $31.89 2H WELL DRILLERS & IRRIGATION PUMP INSTALLERS IRRIGATION PUMP INSTALLER $17.53 1 OILER $12.44 1 WELL DRILLER $18.00 1 Page 9 5A 5A 5A 5A 5A 5A 6A 5A 5A 5A 5A 5A 5A 5A 5A 5A 5D 5D 5D 61 8L 8L 81. PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Prevailing Overtime Holiday Stage of Progression & Hour Range Wage Code Code ASBESTOS ABATEMENT WORKERS JOURNEY LEVEL LABORERS 1 0000 -1000 HOURS 60.00% $27.65 1 H 5D 2 1001 -2000 HOURS 70.00% $30.74 1H 5D 3 2001 -3000 HOURS 80.00% $33.84 1H 5D 4 3001 -4000 HOURS 90.00% $36.93 1H 5D BOILERMAKERS JOURNEY LEVEL 1 00001000 HOURS 70.00% $22.41 1 2 1001 -2000 HOURS 75.00% $24.01 1 3 2001 -3000 HOURS 80.00% $25.61 1 4 3001 -4000 HOURS 85.00% $27.21 1 5 4001 -5000 HOURS 90.00% $28.81 1 6 5001 -6000 HOURS 95.00% $30.41 1 BRICK AND MARBLE MASONS JOURNEY LEVEL 1 0000 -0750 HOURS 50.00% $28.74 iM 5A 2 0750 -2250 HOURS 55.00% $29.49 1M 5A 3 2550 -3000 HOURS 60.00% $31.21 1M 5A 4 3000 -3750 HOURS 70.00% $34.64 1M 5A 5 3750 -4500 HOURS 80.00% $38.07 1M 5A 6 4500 -5250 HOURS 90.00% $41.50 1M 5A 7 5250 -6000 HOURS 95.00% $43.22 110 5A CARPENTERS CARPENTER 1 0000 -1000 HOURS 60.00% $28.81 1M 51) 2 1001 -2000 HOURS 65.00% $36.08 1M 5D 3 2001 -3000 HOURS 70.00% $37.85 1M 5D 4 3001 -4000 HOURS 75.00% $39.62 1M 5D 5 4001 -5000 HOURS 80.00% $41.39 110 5D 6 5001 -6000 HOURS 85.00% $4116 1M 5D 7 6001 -7000 HOURS 90.00% $44.93 1M 5D 8 7001 -8000 HOURS 95.00% $46.70 1M SD DRYWALL APPLICATOR DRYWALL, METAL STUD, AND CEILING APPLICATORS 1 0000 -1000 HOURS 50.00% $25.28 1M 5D 2 1001 -2000 HOURS 60.00% $34.31 1M 5D 3 2001 -3000 HOURS 68.00% $37.15 1M 50 4 3001 -4000 HOURS 76.00% $39.98 IM 5D 5 4001 -5000 HOURS 84.00% $42.81 1M 5D 6 5001 -6000 HOURS 92.00% $45.64 1M 5D ACOUSTICAL WORKER 1 00301000 HOURS 50.00% $25.36 1M 5D Page 1 Note Code PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 2 1001 -2000 HOURS 6D.00% $34.41 1 M 5D 3 2001 -3000 HOURS 68.00% $37.25 1M 50 4 3001.4000 HOURS 76.00% $40.10 1 M 5D 5 4001.5000 HOURS 84.00% $42.94 1 M 5D 6 5001�6000HOURS92.00°/ $45.79 1M 5D MILLWRIGHT AND MACHINE ERECTORS 1 0000.1000 HOURS 60.00% $29.41 1 M 5D 2 1001.2000 HOURS 65.00% $36.73 1 M 5D 3 2001.3000 HOURS 70.00% $38.55 1M 5D 4 3001 -4000 HOURS 75.00% $40.37 1 M 5D 5 4001.5000 HOURS 80 00% $42.19 1 M 60 6 5001 -6000 HOURS 85.00% $44.01 1M 5D 7 60017000 HOURS 90.00% $45.83 iM 5D 8 7001.8000 HOURS 95.00% $47.65 iM 50 PILEDRIVERS, DRIVING, PULLING, PLACING COLLARS AND WELDING 1 0000 -1000 HOURS 60.00% $28.93 1 M 5D 2 1001 -2000 HOURS 65.00% $36.21 1 M 5D 3 2001.3000 HOURS 70.00% $37.99 1M 5D 4 30014000 HOURS 75.00% $39.77 1M 50 5 4001 -5000 HOURS 80.00% $41.55 1 M 5D 6 5001.6000 HOURS 85 00% $43.33 1 M 5D 7 60017000 HOURS 90.00% $45.11 1M 5D 8 7001 -8000 HOURS 95.00% $46.89 1M 5D BRIDGE DOCK AND WARF CARPENTERS 1 00001000 HOURS 60.00% $28.81 1 M 5D 2 1001.2000 HOURS 65.00% $36.08 1M 5D 3 2001 -3000 HOURS 70.00°! $37.85 1M 50 4 30014000 HOURS 75.00% $39.62 1 M 5D 5 4001.5000 HOURS 80.00% $41.39 1 M 5D 6 5001.6000 HOURS 85.00% $43.16 1M 51) 7 6001-7000 HOURS 90.00% $44.93 1M 5D 8 7001-8000 HOURS 95.00% $46.70 iM 5D CEMENTMASONS JOURNEYLEVEL 1 0000.1000 HOURS 50.00% $31.28 iM 5D 2 1001.2000 HOURS 60.00% $34.85 1 M 5D 3 2001 -3000 HOURS 70.00% $38.43 1 M 5D 4 30014000 HOURS 80.00% $42.00 1 M 51) 5 4001 -5000 HOURS 90.00% $45.58 1 M 5D 6 5001-6000 HOURS 95.00% $47.36 1M 5D DRYWALL TAPERS JOURNEYLEVEL 1 0000 -1000 HOURS 50.00% $31.64 1E 5P 2 1001.2000 HOURS 55.00% $33.35 1 E 5P Page 2 PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 912/2009 Note Code Prevailing Overtime Holiday Stage of Progression 8 Hour Range Wage Code Code 3 2001 -3000 HOURS 65.00% $36.78 1E 5P ' 4 3001 -0000 HOURS 75.00% $40.21 tE 5P 5 4001 -5000 HOURS 85.00% $43.64 1 E 5P 6 5001 -11000 HOURS 9000% $45.36 1E 5P ' ELECTRICIANS - INSIDE JOURNEY LEVEL 1 0000 -1000 HOURS 40.00% $21.06 1G SC ' 2 1001 -2000 HOURS 45.00% $22.88 1G 5C 3 2001 -3500 HOURS 55.00% $30.99 1G 5C 4 3501 -5000 HOURS 65.00% $35.44 1G 5C 5 5001 -6500 HOURS 75.00% $39.88 1G 5C 6 6501 -8000 HOURS 85.00% $44.33 1G 5C 7 7th Period 90.00% $46.56 1G 5C ELECTRICIANS - POWERLINE CONSTRUCTION ' JOURNEY LEVEL LINEPERSON 1 0000 -1000 HOURS 60.00% $34.76 4A 5A 2 1001 -2000 HOURS 63.00% $36.01 4A 5A 3 2001 -3000 HOURS 67.00% $37.77 4A 5A 4 3001 4000 HOURS 72.00% $39.94 4A 5A 5 4001 -5000 HOURS 78 00% $42.51 4A 5A ' 6 5001 -6000 HOURS 86.00% 7 6001 -7000 HOURS 90.00% $45.97 $47.69 4A 4A 5A 5A POLE SPRAYER 1 0000 -1000 HOURS 8570% 2 1001 -2000 HOURS 89.80% $45.87 $47.60 4A 4A 5A 5A 3 2001 -3000 HOURS 92.80% $48.89 4A 5A ELEVATOR CONSTRUCTORS MECHANIC 1 0000 -1000 HOURS 50.00% $21.46 4A 6Q 2 1001.1700 HOURS 55.00% $43.49 4A 60 3 1701 -3400 HOURS 65 00% $48.03 4A 601 ' 4 3401 -5100 HOURS 70.00% $50.91 4A 60 5 5101-6800 HOURS 80.00% $55.55 4A 6Q ELECTRONIC TECHNICIANS ' ELECTRONIC TECHNICIANS JOURNEY LEVEL 1 0000-0800 HOURS 55.00% $12.64 1 2 0801 -1600 HOURS 60.00% $13.79 1 3 1601 -2400 HOURS 65.00% $14.94 1 4 2401 -3200 HOURS 70.00% $16.09 1 5 3201-4000 HOURS 80.00% $18.39 1 ' 6 4001 4800 HOURS 85.00% TELECOMMUNICATION TECHNICIANS $19.54 1 TELECOMMUNICATION TECHNICIANS JOURNEY LEVEL 1 0000 -0800 HOURS 55.00% $12.10 1 Page 3 Note Code PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 91212009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code 2 0801 -1600 HOURS 60.00% $13.20 1 3 1601 -2400 HOURS 65.00% $14.30 1 4 2401 -3200 HOURS 70.00% $15.40 1 5 3201 -4000 HOURS 80.00% $17.60 1 6 4001 -4800 HOURS 85.00% $18.70 1 GLAZIERS JOURNEYLEVEL 1 0000 -1000 HOURS 50.00% $27.01 1Y 5G 2 1001 -2000 HOURS 55.00% $29.17 1Y 5G 3 2001.3000 HOURS 60.00% $31.33 tY 5G 4 3001 -4000 HOURS 65.00% $33.49 tY 5G 5 4001 -5000 HOURS 70.00% $35.65 tY 5G 6 5001$000 HOURS 75.00% $37.81 1Y 5G 7 6001 -7000 HOURS 80.00% $39.97 1Y 5G 8 7001 -8000 HOURS 90.00% $44.29 1Y 5G HEAT & FROST INSULATORS AND ASBESTOS WORKERS MECHANIC 1 0000 -2000 HOURS 45.00% $28.92 1S 5J 2 2001 -4000 HOURS 55.00% $3231 1S 51 3 4001 -6000 HOURS 65.00% $35.70 15 51 4 6001 -8000 HOURS 75.00% $39.10 is 51 5 8001 -10000 HOURS 85.00% $42.49 is 5J HOD CARRIERS & MASON TENDERS JOURNEYLEVEL 1 0000 -1000 HOURS 60.00% $27.65 1H 5D 2 1001 -2000 HOURS 70.00% $30.74 1H 5D 3 2001 -3000 HOURS 80.00% $33.84 1H 5D 4 3001 -4000 HOURS 90.00% $36.93 1H 5D INSULATION APPLICATORS JOURNEYLEVEL 1 0000 -1000 HOURS 50.00% $25.28 1M 5D 2 1001 -2000 HOURS 60.00% $34.31 1M 5D 3 2001 -3000 HOURS 75.00% $39.62 1M 5D 4 3001-4000 HOURS 90.00% $44.93 1M 5D IRONWORKERS JOURNEY LEVEL 1 0000 -0750 HOURS 65 00% $30.00 10 SA 2 0751 -1500 HOURS 70.00% $31.83 10 5A 3 1501 -2250 HOURS 75.00% $45.12 10 5A 4 2251 -3000 HOURS 80.00% $46.95 10 5A 5 3001 -3750 HOURS 90.00% $50.61 10 5A 6 3751 -4500 HOURS 90.00% $50.61 10 5A 7 45015250 HOURS 95.00% $52.44 10 5A 8 5251 -6000 HOURS 95.00% $52.44 10 SA Page 4 PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Prevailing Overtime Holiday Stage of Progression & Hour Range Wage Code Code LABORERS GENERAL LABORER 1 0000 -1000 HOURS 60.00% $27.65 1 H 51) 2 1001 -2000 HOURS 70.00% $30.74 1 H 51) 3 2001 -3000 HOURS 80.00% $3384 1 H 5D 4 3001 -0000 HOURS 90.00% $36.93 1 H 5D LABORERS - UNDERGROUND SEWER & WATER GENERALLABORER 1 0000 -1000 HOURS 60.00% $27.65 1H 5D 2 1001 -2000 HOURS 70.00°/6 $30.74 1H 5D 3 2001 -3000 HOURS 80.00% $33.84 1H 51) 4 3001 -4000 HOURS 90.00% $3693 1H 51) LATHERS JOURNEYLEVEL 1 0000-0700 HOURS 50.00% $25.28 1 M 51) 2 0701 -1400 HOURS 60.00% $34.31 1M 5D 3 1401 -2100 HOURS 68.00% $37.15 1M 5D 4 2101 -2800 HOURS 76.00% $39.98 1M 50 5 2801 -3500 HOURS 94.00% $4281 1 M 51) 6 3501 -4200 HOURS 92.00% $45.64 1M 5D PAINTERS JOURNEYLEVEL 1 0000 -0750 HOURS 52.00% $21.06 2B 6Z 2 0751 -1500 HOURS 66 00% $22.21 2B 6Z 3 1501 -2250 HOURS 60.00% $23.36 2B 6Z 4 2251 -3000 HOURS 64.00% $24.52 2B 6Z 5 3001 -3750 HOURS 68.00% $25.66 2B 6Z 6 37514500 HOURS 72.00% $26.82 2B 6Z PLASTERERS JOURNEY LEVEL 1 0000 -1000 HOURS 40.00% $24.78 1R 58 2 1001 -2000 HOURS 50.00% $31.53 1R 5B 3 2001 -3000 HOURS 60.00% $34.55 1R 5B 4 30014000 HOURS 70.00% $37.57 1R 5B 5 4001 -5000 HOURS 80.00% $40.59 1R 5B 6 5001 -6000 HOURS 90.00% $43.61 1R 58 7 6001 -7000 HOURS 95.00% $45.12 iR 58 PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 00002000 HOURS 50.00% $29.12 1G 5A 2 2001 -3000 HOURS 55.00% $33.84 1G 5A 3 3001 4000 HOURS 60.00% $36.09 1G 5A 4 4001 -5000 HOURS 65.00% $38.33 1G 5A 5 5001 -6000 HOURS 70.00% $4058 1G 5A Page 5 Note Code PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Stage of Progression & Hour Range 6 6001 -7000 HOURS 75.00% 7 7001 -8000 HOURS 80.00% 8 8001 -9000 HOURS 85.00% 9 9001 -10000 HOURS 90.00% POWER EQUIPMENT OPERATORS GRADE ENGINEER ALL EQUIPMENT 1 0000 -1000 HOURS 65.00% 2 1001 -2000 HOURS 70 00% 3 2001 -3000 HOURS 75.00% 4 3001 -4000 HOURS 80.00% 5 4001 -5000 HOURS 90.00% 6 5001 -6000 HOURS 95.00% POWER EQUIPMENT OPERATORS- UNDERGROUND SEWER & WATER (SEE POWER EQUIPMENT OPERATORS) 1 0000 -1000 HOURS 65.00 %, 2 1001 -2000 HOURS 70.00% 3 2001 -3000 HOURS 75.00% 4 3001 -4000 HOURS 80.00% 5 4001 -5000 HOURS 90.00% 6 5001 -6000 HOURS 95.00% POWER LINE CLEARANCE TREE TRIMMERS TREE TRIMMER 1 0000 -1000 HOURS 75.00% 2 1001 -2000 HOURS 80.00% 3 2001 -3000 HOURS 85.00% 4 3001.4000 HOURS 90 00% REFRIGERATION & AIR CONDITIONING MECHANICS MECHANIC 1 0000 -1000 HOURS 50.00% 2 1001 -2000 HOURS 55.00% 3 2001 -3000 HOURS 60.00% 4 3001 -4000 HOURS 65.00% 5 4001 -5000 HOURS 70.00% 6 5001-8000 HOURS 75.00% 7 6001 -7000 HOURS 80.00% 8 7001 -8000 HOURS 85.00% 9 8001 -9000 HOURS 90.00% 10 9001 -10000 HOURS 90.00% RESIDENTIAL CARPENTERS JOURNEYLEVEL 1 1st Period 60.00% 2 2nd Period 65.00% 3 3rd Period 70.00% Page 6 Prevailing Overtime Holiday Wage Code Code $42.83 1G 5A $45.08 1G 5A $47.33 1G 5A $49.57 1G 5A Note Code $37.46 IT 5D 8P $39.18 IT 5D 8P ' $40.90 IT 5D 8P $42.61 $46.05 IT IT 5D 5D 8P 8P ' $47.76 IT 5D 8P $3543 $37.09 $38.74 $40.39 , $43.70 $45.35 $27.85 4A 5A $29.16 4A 5A ' $30.46 4A 5A $31.78 4A 5A 1 $13.32 1 $14.65 $15.98 1 1 ' $17.32 1 $18.65 1 $19.98 1 $21.31 1 ' $2264 1 $23.98 1 $23.98 1 ' $13.98 1 , $15.15 1 $16.31 1 1 II t PREVAILING WAGE RATES FOR THURSTON COUNTY tAPPRENTICES EFFECTIVE DATE 9/2/2009 ' Prevailing Overtime Holiday Stage of Progression & Hour Range Wage Code Code 4 4th Period 75.00% $17.48 1 ' 5 5th Period 80.00% $18.64 1 6 6th Period 85.00% $19.81 1 1 7th Period 90.00% $20.97 1 ' 8 8th Period 95.00% $22.14 1 RESIDENTIAL ELECTRICIANS JOURNEY LEVEL ' INDENTURED AFTER 1123109 1 0000 -1000 HOURS 50.00% $11.16 1B 5A 2 1001 -2000 HOURS 55.00% $12.24 1B 5A 3 2001 -3000 HOURS 60.00% $1332 18 5A ' 4 3001 -4000 HOURS 70.00% $1548 18 5A 5 4001 -5000 HOURS 85 00% $17.85 1B 5A 6 5001 -6000 HOURS 85.00% $23.64 iB 5A 1 00001000 HOURS 47.50% $10.62 18 5A ' 2 1001 -2000 HOURS 57.50% $12.78 1B 5A 3 2001 -3000 HOURS 67.50% $14.95 113 5A ' 4 3001 -4000 HOURS 77.50% RESIDENTIAL GLAZIERS $17.11 18 SA JOURNEY LEVEL 1 00001000 HOURS 55.00% $18.53 1H 5G ' 2 1001 -2000 HOURS 60.00% $19.76 1H 5G 3 2001 -3000 HOURS 65.00% $2098 1H 5G 4 3001 -4000 HOURS 70.00% $22.21 1H 5G 5 4001 -5000 HOURS 80.00% $24.66 1H SG ' 6 5001 -6000 HOURS 90 00% $27.11 1 H 5G RESIDENTIAL PLUMBERS & PIPEFITTERS JOURNEY LEVEL 1 1st Period 50.00% $10.20 1 2 2nd Period 55.00% $11.22 1 3 3rd Period 60.00% $1224 1 ' 4 4th Period 70.00% $14.28 1 5 5th Period 80.00% $16.32 1 6 6th Period 90.00% $18.36 1 RESIDENTIAL SHEET METAL WORKERS ' JOURNEY LEVEL (FIELD OR SHOP) 1 0000 -0900 HOURS 55.00% $17.43 1R 6L ' 2 0901 -1800 HOURS 60.00% 3 1801 -2700 HOURS 65.00% $18.43 $19.85 1R 1R 6L 6L 4 2701 -3600 HOURS 70.00% $20.86 1R 6L 5 3601 -4500 HOURS 75.00% $22.10 1R 6L 6 4501 -5400 HOURS 80.00% $23.10 1R 6L ' ROOFERS U Page 7 Note Code PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 9/2/2009 Prevailing Overtime Holiday Note Stage of Progression & Hour Range Wage Code Code Code JOURNEY LEVEL 1 0000 -1100 HOURS 60.00% $14.62 1 2 1101 -2100 HOURS 67.00% $16.33 1 3 2101.2800 HOURS 74.00% $18.03 1 4 2801 -3500 HOURS 81.00%. $19.74 1 5 3501 -4200 HOURS 88.00% $21.45 1 6 4201-4900 HOURS 95.00% $23.15 1 SHEET METAL WORKERS JOURNEY LEVEL (FIELD OR SHOP) 1 0000 -2000 HOURS 45.00% $25.48 1 E 6L 2 2001 -3000 HOURS 50.00% $36.69 1E 61. 3 3001.4000 HOURS 55.00% $38.78 1E 61- 4 4001 -5000 HOURS 60.00% $40.91 1 E 6L 5 5001-6000 HOURS 65.00% $43.04 1 E 6L 6 6001 -7000 HOURS 70.00% $45.15 1E 6L 7 7001 -8000 HOURS 75.00% $47.28 1E 6L 8 8001 -9000 HOURS 80.00% $49.40 1 E 6L 9 9001 -10000 HOURS 85.00% $51.53 1E 6L SOFT FLOOR LAYERS JOURNEY LEVEL 1 0000 -1000 HOURS 50.00% $22.07 1 B 5A 2 1001 -2000 HOURS 60.00% $25.30 1B 5A 3 2001 -3000 HOURS 70.00% $28.54 1B 5A 4 30OIA000 HOURS 75.00% $30.16 1B 5A 5 4001 -5000 HOURS 80.00% $31.78 1 B 5A 6 5001 -6000 HOURS 85.00% $33.40 1B 5A 7 6001 -7000 HOURS 90.00% $35.02 1B 5A 8 7001 -8000 HOURS 95.00% $36.64 1B 5A SPRINKLER FITTERS (FIRE PROTECTION) JOURNEYLEVEL 1 1st Period 40.00% $25.09 1X 5C 2 2nd Pedod 42.00% $25.93 1X 5C 3 3rd Pedod 44.00% $27.29 1X 5C 4 4th Pedod 47.00% $28.55 1X 5C 5 5th Pedod 52.00% $34.21 1X 5C 6 6th Pedod 57.00% $36.33 1X 5C 7 71h Pedod 62.00% $38.69 1X 5C 8 8th Pedod 65.00% $39.96 1X 5C 9 9th Period 75.00% $44.68 1X 5C 10 10th Period 80.00% $46.76 1X 5C TILE, MARBLE & TERRAZZO FINISHERS FINISHER 1 0000 -1000 HOURS 50.00°/ $26.23 1B 5A 2 1001 -2500 HOURS 55.00°/ $27.84 113 SA Page 8 Stage of Progression & Hour Range 3 2501 -3500 HOURS 60.00% 4 3501 -4500 HOURS 70.00% TERRAZZO WORKERS & TILE SETTERS JOURNEY LEVEL 1 0000 -1000 HOURS 50.00% 2 1001 -2500 HOURS 55.00% 3 2501 -3500 HOURS 60.00% 4 3501 -4500 HOURS 70.00% 5 4501 -5500 HOURS 80.00% 6 5501 -6250 HOURS 90.00% 7 62517000 HOURS 95.00% TRAFFIC CONTROL STRIPERS JOURNEY LEVEL 1 0000 -0500 HOURS 60.00% 2 0501 -1000 HOURS 60.00% 3 1001 -2333 HOURS 6000% 4 23344666 HOURS 73.00°/ 5 4667 -7000 HOURS 88.00% TRUCK DRIVERS DUMP TRUCK ALLTRUCKS 1 0000 -0700 HOURS 70.00% 2 07011400 HOURS 80.00% 3 1401 -2100 HOURS 90.00% PREVAILING WAGE RATES FOR THURSTON COUNTY APPRENTICES EFFECTIVE DATE 9/212009 Page 9 Prevailing Overtime Holiday Wage Code Code $29.42 1B 5A $32.66 1B 5A $26.86 1M 5A $28.52 1 M 5A $30.19 1M 5A $33.53 1 M 5A $36.87 IM 5A $40.20 1M 5A $41.87 1M 5A $1644 1K 5A $21.86 1K 5A $25.59 1K 5A $29.91 1 K 5A $34.90 1K 5A $12.06 1 $13.78 1 $15.51 1 Note Code Page] of 7 ' GENERAL DECISION: WA20100058 03/12/2010 WA58 , Date: March 12, 2010 radius miles General Decision Number: WA20100058 03/12/2010 ' Superseded General Decision Number: WA20080058 36 -45 State: Washington miles ' Construction Type: Building radius miles County: Thurston County in Washington. ' BUILDING CONSTRUCTION PROJECTS (does not include single family ' homes or apartments up to and including 4 stories). Modification Number Publication Date 0 03/12/2010 ' ASBE0007 -002 01/01/2009 Rates Fringes ' ASBESTOS WORKER /HEAT S FROST INSULATOR ........................$ 33.93 14.35 ' BRWA0001 -010 06/01/2009 Rates Fringes ' BRICKLAYER .......................$ ------------------- 34.31 12.04 ---------- ---------- ------------ CARP0770 -022 06/01/2009 ' Rates Fringes CARPENTER ........................$ 35.39 13.08 ' PILEDRIVERMAN ....................$ 35.59 13.08 (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - ALL ' CLASSIFICATIONS EXCEPT MILLWRIGHTS AND PILEDRIVERS Hourly Zone Pay shall be paid on jobs located outside of the free zone computed from the city center of the following t listed cities: Seattle Olympia Bellingham t Auburn Bremerton Anacortes Renton Shelton Yakima Aberdeen - Hoquiam Tacoma Wenatchee Ellensburg Everett Port Angeles , Centralia Mount Vernon Sunnyside Chelan Pt. Townsend Zone Pay: 0 -25 radius miles Free 26 -35 radius miles $1.00 /hour 36 -45 radius miles $1.15 /hour 46 -55 radius miles ' $1.35 /hour http: / /frwebgate. access. gpo .gov /cgi- binlgetdoc.cgi ?dbname= Davis - Bacon &docid= WA201... 3/16/2010 1 iI Page 2 of 7 ' Over 55 radius miles $1.55 /hour (HOURLY ZONE PAY: WESTERN AND CENTRAL WASHINGTON - MILLWRIGHT ' AND PILEDRIVER ONLY) Hourly Zone Pay shall be computed from Seattle Union Hall, Tacoma City center, and Everett City center ' Zone Pay: 0 -25 radius miles Free 26 -45 radius miles $ .70 /hour ' Over 45 radius miles $1.50 /hour ---------------------------------------------------------------- ELEC0076 -005 02/28/2009 ' Rates Fringes ELECTRICIAN ......................$ 34.75 3$,14.75 ENG10612 -005 06/01/2009 Rates Fringes ' Power equipment operators: GROUP 1A ...................$ 35.79 15.15 ' GROUP JAA ..................$ 36.36 GROUP IAAA .................$ 36.92 15.15 15.15 GROUP 1 .....................$ 35.24 15.15 GROUP 2 .....................$ 34.75 15.15 GROUP 3 .....................$ 34.33 15.15 ' GROUP 4 .....................$ 31.97 15.15 Zone Differential (Add to Zone 1 rates): ' Zone 2 (26 -45 radius miles) = $ .70 Zone 3 (Over 45 radius miles) - $1.00 BASEPOINTS: CENTRALIA, OLYMPIA, TACOMA POWER EQUIPMENT OPERATORS CLASSIFICATIONS GROUP 1AAA - Cranes -over 300 tons, or 300 it of boom (including jib with attachments) GROUP IAA - Cranes 200 to 300 tons, or 250 it of boom (including jib with attachments); Excavator /Trackhoe, Backhoe: Over 90 metric tons GROUP lA - Cranes, 100 tons thru 199 tons, or 150 it of boom (including jib with attachments); Excavator /Trackhoe, Backhoe: over 50 metric tons to 90 metric tons; GROUP 1 - Cranes 45 tons thru 99 tons, under 150 it of boom (including jib with attachments); Excavator /Trackhoe, Sackhoe: over 30 metric tons to 50 metric tons; Dozer -D -10; Screedman; Scrapers: 45 yards and over; Grader /Blade GROUP 2 - Cranes, 20 tons thru 44 tons with attachments; Excavator /Trackhoe, Backhoe: 15 to 30 metric tons; Drilling Machine; Horizontal /directional drill operator; Compactor; Scraper: under 45 tons; Crane Oiler -100 tons and over http: / /frwebgate.access.gpo. gov /cgi- binlgetdoc.cgi ?dbname= Davis - Bacon &docid = W A201... 3/16/2010 Page 3 of 7 ' GROUP 3 - Cranes -thru 19 tons with attachments; Roller -Plant ' Mix; Excavator /Trackhoe, Backhoe: under 15 metric tons; Forklift: 3000 lbs and over with attachments; Outside Hoist ' (Elevators and Manlifts); Dozer -D -9 and Under; Motor Patrol grader - nonfinishing; Service Oiler; Concrete Pump; Pump Grout; Crane Oiler -uner 100 tons GROUP 4 - Roller -other than plant mix; Forklift: under 3000 , lbs with attachments; Bobcat /Skid Loader HANDLING OF HAZARDOUS WASTE MATERIALS: Personnel in all ' craft classifications subject to working inside a federally designated hazardous perimeter shall be elgible for compensation in accordance with the following group ' schedule relative to the level of hazardous waste as outlined in the specific hazardous waste project site safety plan. H -1 Base wage rate when on a hazardous waste site when not ' outfitted with protective clothing H -2 Class "C" Suit - Base wage rate plus $ .25 per hour. H -3 Class "B" Suit - Base wage rate plus $ .50 per hour. ' H -4 Class "A" Suit - Base wage rate plus $ .75 per hour. ---------------------------------------------------------------- IRON0086 -010 07/01/2009 ' Rates Fringes IRONWORKER (Reinforcing, ' Structural and Ornamental) ....... $ 36.62 17.40 ---------------------------------------------------------------- LAB00001 -017 06/01/2009 ZONE 1: 1 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ' ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, ' TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective ' city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ' ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS http: / /frwebgate. access. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis - Bacon &docid= WA201... 3/16/2010 1 Rates Fringes ' Laborers: GROUP 2 .....................$ 24.86 9.07 GROUP 3 .....................$ 30.96 9.07 GROUP 4 .....................$ 31.70 ' 9.07 GROUP 5 .....................$ 32.21 9.07 ZONE DIFFERENTIAL (ADD TO ZONE 1 RATES): ' ZONE 2 - $1.00 ZONE 3 - $1.30 BASE POINTS: BELLINGHAM, MT. VERNON, EVERETT, SEATTLE, KENT, ' TACOMA, OLYMPIA, CENTRALIA, ABERDEEN, SHELTON, PT. TOWNSEND, PT. ANGELES, AND BREMERTON ZONE 1 - Projects within 25 radius miles of the respective ' city hall ZONE 2 - More than 25 but less than 45 radius miles from the respective city hall ' ZONE 3 - More than 45 radius miles from the respective city hall LABORERS CLASSIFICATIONS http: / /frwebgate. access. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis - Bacon &docid= WA201... 3/16/2010 1 Page 4 of 7 GROUP 2: Flagman; Fence Erector GROUP 3: General Laborer; Mason Tender - Cement /Concrete; Chipping Gun (under 30 lbs.); Form Stripping; GROUP 4: Chipping Gun (over 30 lbs.); Concrete Saw Operator; Grade Checker; Gunite; Pipe Layer; Vibrating Plate; Asphalt Raker GROUP 5: Mason Tender -Brick ------- -------------------------------- PAIN0005 -029 07/01/2008 Rates Fringes DRYWALL FINISHER/TAPER ........... $ 32.61 14.43 ---- PAIN0005 -032 03/01/2009 Rates Fringes PAINTER (Including Brush, Roller and Spray) ................$ 20.82 7.44 PAIN0005 -034 07/01/2009 Rates Fringes Soft Floor Layers (Including Vinyl and Carpet) ................$ 26.23 11.88 ' PLUM0082 -009 06/01/2007 Rates Fringes ' PLUMBER /PIPEFITTER ...............$ 35.55 - -15.32 ROOF0153 -005 01/01/2010 tRates Fringes ROOFER (Excluding Metal Roofs) ... $ 28.00 10.54 ROOFER (Tearoff) .................$ 28.00 10.54 ' * SFWA0699 -006 01/01/2010 ' Rates Fringes SPRINXLER FITTER (Fire Sprinklers ) ......................$ 44.19 19.60 SHEE0066 -026 06/01/2009 Rates Fringes ' 38.19 20.43 Sheet Metal Worker ...............$ -- ---- — -------------------------------------------------------- SUWA2009 -031 05/22/2009 thttp: / /frwebgate. access. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis - Bacon &docid= WA201... 3/16/2010 Page 5 of 7 ' WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage http: / /frwebgate. access. gpo .gov /cgi- binlgetdoc.cgi ?dbname= Davis - Bacon &docid = W A201... 3116/2010 I- Rates Fringes CEMENT MASON /CONCRETE FINISHER ... $ 19.54 3.17 GLAZIER ..........................$ 22.21 2.96 LABORER: Handheld Drill ......... $ 17.17 5.36 LABORER: Irrigation .............$ 11.58 0.00 LABORER: Landscape ..............$ 9.90 0.00 OPERATOR: Loader ................$ 26.62 7.88 OPERATOR: Mechanic ..............$ 24.33 4.33 ROOFER (Metal Roofs Only) ........ $ 24.30 4.05 TILE SETTER ......................$ 18.38 2.90 TRUCK DRIVER: Dump Truck ........ $ 26.70 9.85 TRUCK DRIVER: Semi - Trailer Truck ............................$ --------------------------------- ----------- 19.80 -------------------- 1.27 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29 CFR 5.5(a)(1)(ii)). In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage http: / /frwebgate. access. gpo .gov /cgi- binlgetdoc.cgi ?dbname= Davis - Bacon &docid = W A201... 3116/2010 I- ' determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. ' With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of ' Construction Wage Determinations. Write to: Page 6 of 7 ' Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. ' Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party ' (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR ' Part 7). Write to: Wage and Hour Administrator ' U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, ' project description, area practice material, etc.) that the requestor considers relevant to the issue. ' 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board ' (formerly the Wage Appeals Board). Write to: ' Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 ' 4.) All decisions by the Administrative Review Board are final. ' http: / /frwebgate. access. gpo .gov /cgi- bin/getdoc.cgi ?dbname= Davis - Bacon &docid= WA201... 3/16/2010 END OF GENERAL DECISION Page 7 of 7 ' 1 1 1 1 1 1 7- L 1 http: / /frwebgate. access. gpo .gov /cgi- binlgetdoe.egi ?dbname= Davis - Bacon &docid= WA201... 3/16/2010 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 01100 3 SUMMARY 4 PART 1 GENERAL 5 1.01 PROJECT 6 A. Project Name: Ft. Stevens Elementary and Mill Pond Elementary Reroofs 7 B. Yelm Community Schools Name: Yelm Community Schools No. 2. 8 C. Architect's Name: Architect (Erickson McGovern) 9 D. The Work consists of: 10 1. Demolition: 11 a. Removal of 3 tab shingles, underlayment, built -up asphalt membrane, gutter, rake, eave, 12 and valley flashings and gutters. 13 2. Architectural: 14 a. Install new 3 Tab SIBS shingles and self adhered SBS underlayment, modified asphalt 15 membrane (at Mill Pond) including all rake, eave, valley flashings and gutters. 16 b. Modify downspouts and drawings as noted on drawings. 17 3. Unit Price - See Section 01270 for additional scope. ] 8 E. The Work will be constructed under a single prime contract 19 F. At the completion of the project the Contractor will be responsible for having the existing site 20 amenities, i.e. grass areas, concrete walks, curbing, asphalt paving, etc., in a condition equal to or 21 better than original condition at the beginning of project. Burden of proof of "original condition" is 22 the responsibility of the Contractor. This could be in the form of photographs or video tape. A copy 23 of these will be turned over to Architect (Erickson McGovern) prior to the beginning of construction. 24 If this does not happen then the Architect's decision as to "original condition" will govern. 25 1.02 CONTRACT DESCRIPTION 26 A. Contract Type: A single prime contract based on a Stipulated Price as described in the General 27 Conditions. 28 1.03 OWNER OCCUPANCY 29 A. Yelm Community Schools intends to continue to occupy portions of the existing buildings. 30 B. Yelm Community Schools intends to occupy the Project upon Substantial Completion. 31 C. Yelm Community Schools intends to occupy a certain portion of the Project prior to the completion 32 date for the conduct of normal operations. 33 D. Cooperate with Yelm Community Schools to minimize conflict and to facilitate the operations of 34 Yelm Community Schools. 35 E. Schedule the Work to accommodate Yelm Community Schools occupancy. 36 F. Critical Items: 37 1. Scheduling and Sequencing: See paragraph below Work Scheduling and Sequencing in this 38 Section for dates critical for start and completion dates. 39 2. Safety, Protection, and other Temporary Controls: Provide as specified for the temporary 1 29016 1 Fort Stevens i Mill Pond SUMMARY 01100-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.04 CONTRACTOR USE OF SITE AND PREMISES 2 A. Construction Operations: Limited to areas noted on Drawings 3 B. Arrange use of site and premises to allow: 4 1. Yelm Community Schools occupancy. 5 2. Work by Others. 6 3. Work by Yelm Community Schools. 7 C. Provide access to and from site as required by law and by Yelm Community Schools: 8 1. Emergency Building Exits During Construction: Keep all exits required by code open during 9 construction period; provide temporary exit signs if exit routes are temporarily altered. 10 2. Do not obstruct roadways, sidewalks, or other public ways without permit. 1 1 D. Utility Outages and Shutdown: 12 1. Limit disruption of utility services to hours the building is unoccupied. 13 2. Do not disrupt or shut down life safety systems, including but not limited to fire sprinklers and 14 fire alarm system, without 7 days notice to Yelm Community Schools and authorities having 15 jurisdiction. 16 3. Prevent accidental disruption of utility services to other facilities. 17 1.05 COORDINATION OF WORK 18 A. Contractor is required to coordinate all related requirements and work specified throughout the 19 Project Manual. 20 B. Unless otherwise indicated the Contractor's work and responsibilities also include, but are not 21 limited to the following: 22 1. Providing and paying for labor, materials, equipment, tools, machines, facilities and services 23 necessary for proper execution and completion of work. 24 2. Paying required taxes except as noted in the General and Special Conditions. 25 C. Securing and paying for, as necessary for proper execution and completion of work (as applicable 26 at time of receipt of Bid): 27 1. Fees. 28 2. Licenses. 29 3. Inspections, unless otherwise noted. 30 D. Giving required notices. 31 E. Enforcing strict discipline and good order among employees. 32 F. Using new materials, except as noted. 33 G. Maintaining required access to and egress from the site and other requirements in accordance with 34 governing codes, ordinances and Yelm Community Schools's Policies throughout the work. 35 Coordinate and provide for school operation access. 36 H. Coordinate all utility service requirements with serving utility companies including, but not limited to, 37 power, telephone, water, sewer, and natural gas service. Observe specifications, standards, 38 written details, and sketches showing equipment locations and dimensions as indicated by the 39 Utility Company project engineers. Coordinate scheduling of Utility Company work with all other 40 trades. 41 I. Utility Costs: The Yelm Community Schools will pay the cost of all utility charges assessed by 42 Public Utilities for the installation and connection of permanent services that are provided by the 43 Public Utilities provider. 44 1. The Contractor shall be responsible for scheduling, sequencing, and coordination of utility 45 work and work associated as part of this project. The Contractor will be responsible for 46 additional charges and fees due to the Contractor's lack of coordination, timeliness of 47 schedules or payments. 29016 t Fort Stevens t Mill Pond SUMMARY 01100-2 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2. Costs for permits and fees for new utility services shall be paid to the Utility Company. The 2 Contractor shall allow 14 days minimum for the Yelm Community Schools to provide payment 3 to the Utility Company. 4 a. The Contractor shall allow for this time in scheduling payment to the Utility Company and 5 for attaining permanent services. 6 7 3. Permit Costs and Fees do not include utility charges such as temporary water or electrical 8 services (See Section 01500 - Temporary Facilities and Controls). 9 1.06 TIME OF COMPLETION 10 A. See Article 1.18 of this section for Phasing requirements. 1 1 B. See Article 1.18 of this section for Substantial Completion dates relative to each project phase. 12 C. Final Completion for the entire project including all phases shall be September 3, 2010. 13 1.07 LIQUIDATED DAMAGES 14 A. See Article 1.18 of this section for liquidated damages associated with the substantial completion of 15 each Phase. 16 B. Liquidated damages shall be $ 400.00 per day for failure to meet the Final Completion date 17 identified in article 1.07 of this section. 18 1.08 ALTERNATE BIDS, ALLOWANCES, AND UNIT PRICES 19 A. Alternate Bids: Alternate Bids have been requested by the Yelm Community Schools in order to 20 ensure that the Project can be constructed within the Yelm Community Schools's budget. 21 1. See Section 01230 for a complete listing of all Alternate Bids. 22 B. Unit Prices: 23 1. See Section 01270 for a complete listing of all Unit Prices. 24 1.09 PERMITS, FEES AND NOTICES 25 A. Permits provided by Yelm Community Schools: 26 1. Building plan review and permit. 27 B. Permits not provided by the Yelm Community Schools and required by the Contractor or 28 associated subcontractor: 29 1. The Contractor will be responsible for and pay all other permits and governmental fees, 30 licenses and inspections necessary for proper execution and completion of the Work which 31 are customarily secured after execution of the Contract and which are legally required when 32 bids are received or negotiations concluded. These include, but are not limited to, electrical, 33 mechanical, fire alarm, moving, and other fees and costs. 34 2, The Yelm Community Schools will not pay, and the Contractor or associated subcontractor will 35 be responsible for and will not be reimbursed for, any renewals and penalties of the building 36 permit and other permits and governmental fees. 37 a. Barricade, right -of -way and other permits required for construction in right -of -ways. 38 C. Business Licenses: 39 1. The General Contractor and (all lower tier) Sub - Contractors are required to have a business 40 license to operate or perform work in the State in which the Project is located. 41 2. It is the General Contractor and (all lower tier) Sub - Contractors responsibility to secure said 42 license at no cost to the Yelm Community Schools. 1 21016 i Fort Stevens i Mill Pond SUMMARY 01100-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.10 STATUTES 2 A. The General Prime Contractor and all subcontractors shall comply with the State of Washington 3 statutes as per reference in the General Conditions and the remainder of the Contract Documents. 4 1. Includes all WAC's per reference. 5 2. Includes all RCW's per reference. 6 1.11 COORDINATION OF WORK 7 A. General: The work of this Contract includes coordination of the entire work of the project, including 8 preparation of general coordination drawings, diagrams and schedules, and control of site 9 utilization, from beginning of construction activity through project close -out and warranty periods. 10 B. Coordinate operations with the construction schedule, Architect (Erickson McGovern), and Yelm 11 Community Schools's representative. 12 C. The General Prime Contractor is responsible for coordinating and scheduling work of 13 subcontractors to expedite progress of the project. General Contractor assumes all responsibility if 14 his subcontractors do not perform. When emergencies occur or if the District's operations are 15 compromised due to incomplete or inaccurate work by subcontractors, the General Contractor will 16 take whatever measures are necessary to correct problems at no expense to the Yelm Community 17 Schools and before leaving the site. 18 D. Coordination, sequencing, and scheduling of work in right -of -way: 19 1. Comply with requirements of the State in which the Project is located. 20 2. Comply with Sections 1 -07.23 and 1 -10 of the WSDOT /APWA Standard Specifications. 21 1.12 WORK BY OWNER 22 A The Yelm Community Schools will provide the items identified on the drawings and this Project 23 Manual as "owner provided ", O.F.O.I, or F.O.I.O. 24 1.13 CONTRACTOR USE OF SITE AND PREMISES 25 A. Construction Operations: During the construction period the Contractor shall have use of all areas 26 of the premises in which construction activities are indicated. Coordinate ingress and egress to the 27 site with the Yelm Community Schools. 28 1. Use of the Sites: Confine operations at the site to the areas permitted under the Contract. 29 Portions of the site beyond areas on which work is indicated are not to be disturbed. Conform 30 to site rules and regulations affecting the work while engaged in project construction. 31 a. Keep existing driveways, entrances, and bus pickup /drop -off lanes serving the premises 32 clear and available to the Yelm Community Schools and the public at all times. Do not 33 use these areas for parking or storage of materials. Do not use protected lawn and tree 34 areas for parking or storage of materials. 35 b. Do not unreasonably encumber the sites with materials or equipment. Confine 36 stockpiling of materials and location of storage sheds to the areas indicated. If additional 37 storage is necessary, obtain and pay for such storage off site. 38 c. Lock automotive type vehicles, such as passenger cars and trucks and other mechanized 39 or motorized construction equipment, when parked and unattended, so as to prevent 40 unauthorized use. Do not leave such vehicles or equipment unattended with the motor 41 running or the ignition key in place. 42 2. Cooperate fully with the Yelm Community Schools or their representative during construction 43 operations to minimize conflicts. 44 3. Smoking or open fires will not be permitted on the premises. 45 4. Contractor shall limit his use of the premises for work and for limited storage. 46 B. Emergency Building Exits During Construction: Keep all exits required by code open during 47 construction period. 29016 1 Fort Stevens / Mili Pono SUMMARY 01100-4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 C. Time Restrictions: 2 1. Limit conduct of work to requirements and standards of the State in which the Project is 3 located. 4 2. Limit conduct of exterior work to the hours of 7:00 AM and 7:00 PM unless approved by Yelm 5 Community Schools. 6 D. Utility Outages and Shutdown: Limit disruption of utility services to non - school hours. 7 1. Limited and Localized Utility Outages and Shutdown (limited to specified areas): Limit 8 shutdown of utility services to 2 hours at a time, arranged at least 24 hours in advance with 9 Yelm Community Schools. 10 2. See special requirements for electrical work. 11 1.14 WORK UNDER OTHER CONTRACTS 12 A. Separate Contract: The Yelm Community Schools, under separate contract, may elect to remove 13 and /or install new materials and equipment at the site. Those operations will be conducted 14 simultaneously with work under this Contract. 15 B. Cooperate fully with separate contractors so that work under those contracts may be carried out 16 smoothly, without interfering with or delaying work under this Contract. 17 1.15 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 18 A. See Article 8 -TIME of the General Conditions (AIA document A201). 19 B. See Article 3 -Date Of Commencement And Substantial Completion (AIA document A101). 20 1.16 FINAL COMPLETION 21 A. See Article 8 -TIME of the General Conditions (AIA document A201). 22 B. See Article 3.3 - Date Of Commencement And Final Completion (AIA document Al 01). ' 23 1.17 SEQUENCING WORK OF ENTIRE PROJECT June 17, 2010. 24 A. Submittals, shop drawings, and procurement to be complete prior to 25 B. Contractor can proceed with demolition starting June 20, 2010, 26 C. Reroof of both projects to be substantially complete by August 13, 2010. 27 1. Entire project shall be finally complete within 21 calendar days after Substantial Completion 28 (September 3, 2010). ' 29 PART 2 PRODUCTS - NOT USED 30 PART 3 EXECUTION - NOT USED 31 3.01 NOTICE TO PROCEED 32 A. The work of this Contract shall be commenced on the date of written Notice to Proceed and shall 33 be substantially completed in the number of calendar days as set forth in PHASING AND 34 SEQUENCING WORK, above. A written Notice to Proceed will not be issued until all required ' 35 construction document reviews have been completed by governing agencies and approvals are 36 made by the Yelm Community Schools, whichever is later. 37 3.02 PRECONSTRUCTION CONFERENCE 38 A. A preconstruction conference is required and the time, date and location of the conference will be 39 set by Architect (Erickson McGovern). Those required to be present are Architect (Erickson 40 McGovern), Yelm Community Schools's representative, General Contractor, such subcontractors ' 41 and suppliers as he deems necessary and the Contractor's Superintendent of the project and Local 42 Building Department Representative. ' 43 END OF SECTION '210161 Fort Stevens i Mill Pond SUMMARY 01100-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern 20 A. Electronic media printout including equivalent information will be considered in lieu of standard 21 form specified; submit sample to Architect (Erickson McGovern) for approval. 22 B. Forms filled out by hand will not be accepted. 23 C. Submit a printed schedule on a form as stipulated in Section 01300 - Administration Requirements. 24 Contractor's standard form or electronic media printout will be considered. 25 D. Submit Schedule of Values in duplicate within 10 days after date of Owner - Contractor Agreement. 26 1.04 APPLICATIONS FOR PROGRESS PAYMENTS 27 A. Payment Period: Submit at intervals stipulated in the Agreement. 28 B. Electronic media printout including equivalent information will be considered in lieu of standard 29 form specified; submit sample to Architect (Erickson McGovern) for approval. 30 C. Forms filled out by hand will not be accepted. 31 D. Present required information in typewritten form 32 E. General: 33 1. Submit itemized payment request as required in General Conditions together with Schedule of 34 Values and other submittals as listed herein. 35 2. Except as otherwise indicated, sequence of progress payments is to be regular, and each 36 must be consistent with previous applications and payments; it is recognized that certain 37 applications involve extra requirements, including initial application, application at times of 38 substantial completion, and final payment application. 39 3. The contractor certifies that to the best of his knowledge, information. and belief, the work 40 covered by each Application for Payment has been completed in accordance with the Contract 41 documents, that all amounts have been paid by him for work for which previous Applications 42 for Payment were issued and that all computations, attachments, invoices and representations 43 are truthful and accurate. 44 290161 Fort Stevens) Mill Pone PRICE AND PAYMENT PROCEDURES 01200-1 1 SECTION 01200 ' 2 3 PRICE AND PAYMENT PROCEDURES ' 4 PART 1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Procedures for preparation and submittal of applications for progress payments. ' 7 B. Documentation of changes in Contract Sum and Contract Time. 8 C Modifications procedures. ' 9 D. Payment for stored materials. 10 1.02 RELATED REQUIREMENTS 11 A. Document - State of Washington Public Works Contract: Contract Sum, retainages, payment ' 12 period. 13 1. Retainage - Contractors Options according RCW 60.28. 14 a. Bank or Savings and Loan Account. ' 15 b. Escrow with Bank or Trust Company to be converted into bonds. 16 c. Securities to be held in escrow with interest. 17 B. Document 00800 - Supplementary Conditions: Percentage allowances for Contractor's overhead 18 and profit. 19 1.03 SCHEDULE OF VALUES 20 A. Electronic media printout including equivalent information will be considered in lieu of standard 21 form specified; submit sample to Architect (Erickson McGovern) for approval. 22 B. Forms filled out by hand will not be accepted. 23 C. Submit a printed schedule on a form as stipulated in Section 01300 - Administration Requirements. 24 Contractor's standard form or electronic media printout will be considered. 25 D. Submit Schedule of Values in duplicate within 10 days after date of Owner - Contractor Agreement. 26 1.04 APPLICATIONS FOR PROGRESS PAYMENTS 27 A. Payment Period: Submit at intervals stipulated in the Agreement. 28 B. Electronic media printout including equivalent information will be considered in lieu of standard 29 form specified; submit sample to Architect (Erickson McGovern) for approval. 30 C. Forms filled out by hand will not be accepted. 31 D. Present required information in typewritten form 32 E. General: 33 1. Submit itemized payment request as required in General Conditions together with Schedule of 34 Values and other submittals as listed herein. 35 2. Except as otherwise indicated, sequence of progress payments is to be regular, and each 36 must be consistent with previous applications and payments; it is recognized that certain 37 applications involve extra requirements, including initial application, application at times of 38 substantial completion, and final payment application. 39 3. The contractor certifies that to the best of his knowledge, information. and belief, the work 40 covered by each Application for Payment has been completed in accordance with the Contract 41 documents, that all amounts have been paid by him for work for which previous Applications 42 for Payment were issued and that all computations, attachments, invoices and representations 43 are truthful and accurate. 44 290161 Fort Stevens) Mill Pone PRICE AND PAYMENT PROCEDURES 01200-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 4. Except as otherwise indicated, complete every entry provided for on the various forms, 2 including notarization and execution by authorized persons, incomplete applications will be 3 returned by Architect without action. 4 a. Entries must match current date of schedule of values and progress schedule. 5 F. Draft Applications: 6 1. Submit three (3) copies to the Architect at last scheduled weekly meeting of each month or 4 7 days prior to actual progress application date. 8 a. Draft applications submitted at last scheduled weekly meeting of month will be reviewed 9 by Owner, Architect, and Contractor at site. Contractor shall correct application based on 10 review conclusions. 11 b. Applications submitted at other than last scheduled weekly meeting of month will be 12 reviewed by Owner and Architect. The Architect will transmit review conclusions of the 13 Owner and Architect, and the Contractor shall correct application based on review 14 conclusions. 15 G. Application Transmittal 16 1. Submit FOUR (4) executed copies of each payment application, one copy of which is 17 completed with waivers of lien and similar attachments. 18 2. Transmit each copy with a transmittal form listing those attachments, and recording 19 appropriate information related to application in a manner acceptable to Architect. 20 3. Transmit to Architect by means ensuring receipt within 24 hours. 21 H. Initial Payment Application: 22 1. The principal administrative actions and submittals which must precede or coincide with 23 submittal of first payment application can be summarized as follows, but not necessarily by 24 way of limitation: 25 a. Statements of Intent to Pay Prevailing Wages on Public Works Contract; Contractor and 26 Subcontractors. 27 b. Schedule of Values, allocated to the various portions of the work, the schedule shall be 28 used as a basis for the Contractor's Application for Payment. 29 c. List of subcontractors and major material suppliers. 30 d. Schedule of Unit Prices, as applicable. 31 e. Schedule of submittals (preliminary if not final). 32 f. Listing of Contractor's staff assignments, Superintendent. Project Engineer, and Project 33 Manager. 34 g. Copies of acquired building permits and similar authorizations and licenses from 35 governing authorities for current performance of the work. 36 h. Initial progress report, including report of pre- construction meeting. 37 i. Performance and Payment Bonds. 38 j. Certificate of Insurance. 39 k. Work Schedule. 40 I. Applications Each Month During Construction: 41 1. Submit itemized application, in number of copies specified below, each with Contractor's 42 notarized affidavit and signed receipts from principal subcontractors and suppliers as specified 43 below. 44 2. After the first request for payment, all copies of each subsequent request shall be 45 accompanied by Contractor's notarized original signature with the statement that all 46 subcontractors and suppliers have been paid to date as their interests appeared in the last 47 payment received (less eared retainage applicable to subcontractors), and shall also be 48 accompanied by a signed receipt from the principal subcontractors and suppliers stating that 49 all subsubcontractors, suppliers, wages, fringe benefits, and taxes arising out of such 50 subcontract have been paid in full as their interest appeared in the last payment received 51 3. Each application shall be accompanied with "Partial Waiver of Mechanics' Lien by General 52 Contractor and Subcontractors ". 53 4. Present required information in typewritten form. 290161 Fort Stevens I Mill Pond PRICE AND PAYMENT PROCEDURES 01200-2 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern 1 5. For each item, provide a column for listing each of the following: ' 2 a. Item Number. 3 b. Description of Work. 4 c. Scheduled Values. 5 d. Previous Applications. ' 6 e. Total Completed and Stored to Date of Application. 7 f. Work in Place and Stored Materials under this Application. 8 g. Authorized Change Orders. 9 h. Percentage of Completion. ' 10 i. Balance to Finish. 11 12 j. Retainage. 6. Use data from approved Schedule of Values. Provide dollar value in each column for each ' 13 line item for portion of work performed and for stored Products. 14 7. List each authorized Change Order as a separate line item, listing Change Order number and 15 dollar amount as for an original item of Work. ' 16 J. Execute certification by signature of authorized officer. 17 K. Submit four (4) copies of each Application for Payment. 18 L. Include the following with the application: 19 1. Construction progress schedule, revised and current as specified in Section 01300. 20 2. Project record documents as specified in Section 01780, for review by Yelm Community 21 Schools which will be returned to the Contractor. ' 22 1.05 APPLICATION AT TIME OF SUBSTANTIAL COMPLETION 23 A. See Supplemental and General Conditions for principal administrative actions and submittals which ' 24 must precede or coincide with such special applications. 25 1.06 FINAL PAYMENT APPLICATION 26 A. See Supplemental and General Conditions for principal administrative actions and submittals which ' 27 must precede or coincide with such special applications. 28 1.07 PAYMENT FOR STORED MATERIAL 29 A. Payment for stored items will be subject to prior approval by the Owner. 30 1. On -Site Materials: Progress payments may be made for permanent materials and equipment 31 to be incorporated in the work if approved in advance and properly stored on the project site. 32 2. Off -Site Materials: Progress payments may be made for permanent, pre- fabricated materials ' 33 or specially designed equipment to be incorporated into the work if approved in advance per 34 terms of General Conditions and stored in accordance with manufacturer's instructions. 35 B. Proof of Need: With payment request for stored material, submit a copy of purchase order and 36 payment voucher clearly identifying the material, specification reference, contract number and 37 price. The following additional documentation may be included. 38 1. Notarized certification of payment from supplier. 39 2. Copy of canceled check to supplier. ' 40 3. Lien release from supplier. 41 C. Stored materials items may be included in monthly application for payment only after drawing and 42 data submittals, if any are required, have been completed per Contract Documents. ' 43 D. Verification of Price and Payment: The Contractor shall demonstrate that the costs of materials 44 have been paid and will establish the Owner's title to such materials or equipment or otherwise 45 protect the Owner's interest including applicable insurance and transportation for those items ' 46 stored off -site. 1 29116 1 Fort Stevens IMill Pond PRICE AND PAYMENT PROCEDURES 01200-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 E. Partial payment for materials and equipment in advance of installation shall not constitute 2 acceptance thereof and will not relieve Contractor of full responsibility for condition and subsequent 3 acceptance by the Owner. Faulty materials discovered will be rejected even though partial 4 payment may have been made. 5 1.08 SUBSTANTIATING DATA 6 A. When Architect / Engineer require substantiating information, submit data in a timely manner 7 justifying line item amounts in question. 8 1.09 MODIFICATION PROCEDURES 9 A. For minor changes not involving an adjustment to the Contract Price or Contract Time, Architect 10 (Erickson McGovern) will issue instructions directly to Contractor. 11 B. Architect (Erickson McGovern) will advise of minor changes in the Work not involving an 12 adjustment to Contract Sum or Contract Time as authorized by the Conditions of the Contract by 13 issuing supplemental instructions on AIA Form G710. 14 C. For other required changes, Architect (Erickson McGovern) will issue a document signed by Yelm 15 Community Schools instructing Contractor to proceed with the change, for subsequent inclusion in 16 a Change Order. 17 1. The document will describe the required changes and will designate method of determining 18 any change in Contract Sum or Contract Time. 19 2. Promptly execute the change. 20 D. For changes for which advance pricing is desired, Architect (Erickson McGovern) will issue a 21 document that includes a detailed description of a proposed change with supplementary or revised 22 drawings and specifications, a change in Contract Time for executing the change with a stipulation 23 of any overtime work required and the period of time during which the requested price will be 24 considered valid. Contractor shall prepare and submit a fixed price quotation within 14 days. 25 E. Computation of Change in Contract Amount: As specified in the Agreement and Conditions of the 26 Contract. 27 1. For change requested by Architect (Erickson McGovern) for work falling under a fixed price 28 contract, the amount will be based on Contractor's price quotation. 29 2. For pre- determined unit prices and quantities, the amount will based on the fixed unit prices. 30 3. For change ordered by Architect (Erickson McGovern) without a quotation from Contractor, 31 the amount will be determined by Architect (Erickson McGovern) based on the Contractor's 32 substantiation of costs as specified for Time and Material work. 33 F. Substantiation of Costs: Provide full information required for evaluation. 34 1. Provide following data: 35 a. Quantities of products, labor, and equipment. 36 b. Taxes, insurance, and bonds. 37 c. Overhead and profit. 38 d. Justification for any change in Contract Time. 39 e. Credit for deletions from Contract, similarly documented. 40 2. Support each claim for additional costs with additional information: 41 a. Origin and date of claim. 42 b. Dates and times work was performed, and by whom. 43 c. Time records and wage rates paid. 44 d. Invoices and receipts for products, equipment, and subcontracts, similarly documented. 45 3. For Time and Material work, submit itemized account and supporting data after completion of 46 change, within time limits indicated in the Conditions of the Contract. 47 G. After execution of Change Order, promptly revise Schedule of Values and Application for Payment 48 forms to record each authorized Change Order as a separate line item and adjust the Contract 49 Sum. 29016 /Fort Stevens I Mill Pond PRICE AND PAYMENT PROCEDURES 01200 -4 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 H. Promptly enter changes in Project Record Documents. 2 1.10 SUBSTITUTIONS 3 A. Comply with Section 01600, if proposed change requires substitution for product or system 4 specified. 5 1.11 CHANGES TO SCHEDULE 6 A. Contractor shall make every effort to comply within Contract completion date. 7 B. Contractor may not make claim for costs associated with use of float time, if any, between 8 anticipated completion and contract completion date. 9 PART 2 PRODUCTS - NOT USED 10 PART 3 EXECUTION - NOT USED 11 END OF SECTION 29016 1 Fart Stevens IMill Pond PRICE AND PAYMENT PROCEDURES 01200-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 01270 2 3 UNIT PRICES 4 PART 11 GENERAL 5 1.01 SECTION INCLUDES 6 A. List of unit prices, for use in preparing Bids. 7 B. Measurement and payment criteria applicable to Work performed under a unit price payment 8 method. 9 C. Defect assessment and non - payment for rejected work. 10 1.02 COSTS INCLUDED 11 A. Unit Prices included on the Bid Form shall include full compensation for all required labor, products, 12 tools, equipment, plant, transportation, services and incidentals; erection, application or installation 13 of an item of the Work, overhead and profit. 14 B. Unit prices are to be determined based on 10% of roof area. 15 1. Fort Stevens: +/- 5,000 square feet. 16 2. Mill Pond: +/- %,000 square feet. 17 1.03 UNIT QUANTITIES SPECIFIED 18 A. Quantities indicated in the Bid Form are for bidding and contract purposes only. Quantities and 19 measurements of actual Work will determine the payment amount. 20 1.04 MEASUREMENT OF QUANTITIES 21 A. Measurement methods delineated in the individual specification sections complement the criteria of 22 this section. In the event of conflict, the requirements of the individual specification section govern. 23 B. Take all measurements and compute quantities. Measurements and quantities will be verified by 24 Architect (Erickson McGovern) and Yelm Community Schools No. 2. 25 C. Assist by providing necessary equipment, workers, and survey personnel as required. 26 D. Measurement by Area: Measured by square dimension using mean length and width or radius. 27 1.05 PAYMENT 28 A. Payment for Work governed by unit prices will be made on the basis of the actual measurements 29 and quantities of Work which is incorporated in or made necessary by the Work and accepted by 30 Architect (Erickson McGovern), multiplied by the unit sum /price. 31 B. Payment will not be made for any of the following: 32 1. Products wasted or disposed of in a manner that is not acceptable. 33 2. Products determined as unacceptable before or after placement. 34 3. Products not completely unloaded from the transporting vehicle. 35 4. Products placed beyond the lines and levels of the required Work. 36 5. Products remaining on hand after completion of the Work. 37 6. Loading, hauling, and disposing of rejected Products. 1 29016 / Fort Stevens / Min Pond UNIT PRICES 01270-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.06 DEFECT ASSESSMENT 2 A. Replace Work, or portions of the Work, not conforming to specified requirements. 3 B. If, in the opinion of Architect (Erickson McGovern), it is not practical to remove and replace the 4 Work, Architect (Erickson McGovern) will direct one of the following remedies: 5 1. The defective Work will be partially repaired to the instructions of the Architect (Erickson 6 McGovern), and the unit price will be adjusted to a new unit price at the discretion of Architect 7 (Erickson McGovern). 8 C. The individual specification sections may modify these options or may identify a specific formula or 9 percentage price reduction. 10 D. The authority of Architect (Erickson McGovern) to assess the defect and identify payment 1 1 adjustment is final. 12 1.07 SCHEDULE OF UNIT PRICES 13 A. Unit Price No. 1 (Remove and Replace Following): 14 1. Remove existing +/- 4" composite polyisocyanurate 15 2. Replace with +/- 4" composite polyisocyanurate. 16 a. 2 layers with total depth of +/- 4 ". 17 B. Unit Price No. 2 (Remove and Replace Following): 18 1. Remove existing damaged 3/4" T &G structural sheathing. 19 2. Replace all damaged sheathing and 3/4" plywood tongue and groove sheathing and nail with 20 10d nails at 6" on center at supported panel edges and 10" on center at intermediate supports 21 The sheathing shall be rated as "Struct. 1." 22 PART 2 PRODUCTS - NOT USED 23 PART 3 EXECUTION - NOT USED 24 END OF SECTION 29016 / Fort Stevens / Mill Pond UNIT PRICES 01270-2 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 01300 211161 FM Stevens, M,11 Pond ADMINISTRATIVE REQUIREMENTS 01300-1 3 ADMINISTRATIVE REQUIREMENTS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Schedule of Values. 7 B. Project coordination. 8 C. Preconstruction meeting. 9 D. Progress meetings. 10 E. Construction progress schedule. 11 F. Submittals for review, information, and project closeout. 12 G. Number of copies of submittals. 13 H. Submittal procedures. 14 I. Color selection process. 15 J. General coordination. 16 1.02 RELATED REQUIREMENTS 17 A Supplementary and General Conditions. 18 B. Section 01325 - Construction Progress Schedule: Form, content, and administration of schedules. 19 C. Section 01780 - Closeout Submittals: Project record documents. 20 1.03 SCHEDULE OF VALUES 21 A. Submit a printed schedule on AIA Form G703 - Application and Certificate for Payment 22 Continuation Sheet. Contractor's standard form or electronic media printout will be considered. 23 B. Submit Schedule of Values in duplicate within 10 days after date of Owner - Contractor Agreement, 24 C. Sub - schedules: Where work is separated into Phases requiring and /or separated into Additions 25 and Modernizations, provided sub - schedules showing values correlated with each Phase and /or 26 category of payment. 27 D. Format: Utilize the Table of Contents of this Project Manual. Identify each line item with number 28 and title of the specification Section. Identify site mobilization. 29 1. Identify each line item with number and title of respective major Specification Section and its 30 corresponding Construction Schedule category. 31 2. Include in each item a directly proportionate amount of Contractor's overhead and profit. 32 3. Provide unit costs for each discipline per section item when possible. Provide material and 33 labor costs for all items in for each discipline / section. 34 4. List separate line item at end of Schedule of Values equal to 2% of each portion of the 35 contract for project closeout as defined in Section 01780 - Closeout Submittals and 36 Procedures. 37 5. For each line item of installed value exceeding $10,000, show breakdown by major products 38 or operations under each item. 39 6. Round -off figures to nearest dollar amount. 40 7. Make sum of total scheduled costs equal to Contract Sum. 41 8. Coordinate Schedule of Values submittal with Construction Schedule submittal. 211161 FM Stevens, M,11 Pond ADMINISTRATIVE REQUIREMENTS 01300-1 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern E. Include separately from each line item, a direct proportional am )unt of Contractor's overhead and profit. F. Revise schedule to list approved Change Orders with each Application For Payment. 1.04 PROJECT COORDINATION A. See Section 01700 - Execution requirements for additional reqL irements. B. Project Coordinator: Construction Manager. C. Cooperate with the Project Coordinator in allocation of mobiliza ion areas of site, for field offices and sheds, for emergency access, traffic, and parking facilities. D. During construction, coordinate use of site and facilities througt the Project Coordinator. E. Comply with Project Coordinator's procedures for intra - project communications: submittals, reports and records, schedules, coordination drawings, and recommernfations; and resolution of ambiguities and conflicts. F. Comply with instructions of the Project Coordinator for use of temporary utilities and construction facilities. G. Coordinate field engineering and layout work under instructions of the Project Coordinator. H. Make the following types of submittals to Architect (Erickson Mc Govern) through the Project Coordinator: 1. Requests for interpretation. 2. Requests for substitution. 3. Shop drawings, product data, and samples. 4. Test and inspection reports. 5. Manufacturer's instructions and field reports. 6. Applications for payment and change order requests. 7. Progress schedules. 8. Coordination drawings. 9. Closeout submittals. 27 PART 2 PRODUCTS - NOT USED 28 PART 3 EXECUTION 29 3.01 PRECONSTRUCTION MEETING 30 A. Architect (Erickson McGovern) will schedule a meeting after Notice of Award. 31 B. Attendance Required: 32 1. Yelm Community Schools. 33 2. Architect (Erickson McGovern). 34 3. Contractor. 35 4. Owner's Inspector. 36 C. Agenda: 37 1. Execution of Yelm Community Schools- Contractor Agreen ent. 38 2. Submission of executed bonds and insurance certificates. 39 3. Distribution of Contract Documents. 40 4. Submission of list of Subcontractors, list of Products, Schedule of Values, and Progress 41 Schedule. 42 5. Designation of personnel representing the parties to Contract, Yelm Community Schools and 43 Architect (Erickson McGovern). 44 6. Procedures and processing of field decisions, submittals, : ubstitutions, applications for 45 payments, proposal requests, Change Orders, and Contrast closeout procedures. 46 7. Scheduling. 290161 Fort Stevens i Mill Pono ADMINISTRATIVE REQUIREMEN'S 01300 -2 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern D. Items of significance that could affect progress including such topics as following 2 1. Critical Work sequencing. 3 2. Designation of responsible personnel. 4 3. Submittal of Shop Drawings, Product Data and Samples. 5 4. Preparation of Record Documents. 6 5. Use of premises. 7 6. Office, work and storage areas. 8 7. Equipment deliveries and priorities. 9 8. Erosion control measures. 10 9. Safety procedures. 1 1 10. First aid. 12 11. Security. 13 12. Housekeeping. 14 13. Working hours. 15 14. Scheduled progress meetings. 16 E. Contractor to record minutes and distribute copies within 4 days after meeting, with 1 copy to 17 Architect (Erickson McGovern), Yelm Community Schools, participants, and those affected by 18 decisions made. 19 3.02 PROGRESS MEETINGS 20 A. Schedule and administer meetings throughout progress of the Work at maximum weekly intervals 21 B. Architect (Erickson McGovern) will make arrangements for meetings, prepare agenda with copies 22 for participants, preside at meetings. 23 C. Attendance Required: Job superintendent, major subcontractors and suppliers, Yelm Community 24 Schools, Architect (Erickson McGovern), as appropriate to agenda topics for each meeting. 25 D. Agenda: 26 1. Review minutes of previous meetings. 27 2. Review of Work progress. 28 3. Field observations, problems, and decisions. 29 4. Identification of problems that impede, or will impede, planned progress. 30 5. Review of submittals, schedule, and status of submittals. 31 6. Maintenance of progress schedule. 32 7. Corrective measures to regain projected schedules. 33 8. Planned progress during succeeding work period. 34 9. Maintenance of quality and work standards. 35 10. Effect of proposed changes on progress schedule and coordination. 36 11. Other business relating to Work. 37 12. Other Topics: Review present and future needs of each entity present, including such items as 38 following: 39 a. Interface requirements. 40 b. Sequences. 41 c. Deliveries. 42 d. Off -site fabrication problems. 43 e. Access. 44 f. Site utilization. 45 g. Temporary facilities and services. 46 h. Hours of Work. 47 i. Hazards and risks. Housekeeping. 48 j. Quality and Work standards. 49 k. Change Orders. 50 I. Documentation of information for payment requests. 1 29016 /Fort Stevens /MtlIPond ADMINISTRATIVE REQUIREMENTS 01300 -3 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern E. Erickson McGovern shall record minutes and distribute copies within two days after meeting to participants, with two copies to Architect, Yelm Community Schools, participants, and those affected by decisions made. 1. Format: Record minutes of these meetings per following format: a. Header: 1) Project Name, Date, and Time. 2) Attendees. b. Main Headings. c. Corrections (previous weeks meeting minutes). d. Progress. e. Technical Concerns: f. Schedule. g. Submittals. h. Coordination and Changes (RFI's, COP's, CCD's, and CO's) (Pay Requests). i. Old Business. j. New Business. k. Site Observations. I. Other Items. m. Distribution. 1) All attendees and others required (provide listing). 2. Next Meeting Time and Location: (Agenda for last meeting of month will include review of monthly payment request). F. Record minutes and distribute copies within 5 days after meeting to participants, with copies to Architect (Erickson McGovern), Yelm Community Schools, participants, and those affected by decisions made. 3.03 CONSTRUCTION PROGRESS SCHEDULE - See Section 01325 A. Within 14 days after date of the Agreement, submit Preliminary Schedule. 3.04 SUBMITTALS FOR REVIEW 29 A. When the following are specified in individual sections, submit them for review: 30 1. Product data. 31 2. Shop drawings. 32 3. Samples for selection. 33 4. Samples for verification. 34 B. Submit to Architect (Erickson McGovern) for review for the limited purpose of checking for 35 conformance with information given and the design concept expressed in the contract documents. 36 C. Samples will be reviewed only for aesthetic, color, or finish selection. 37 D. After review, provide copies and distribute in accordance with SUBMITTAL PROCEDURES article 38 below and for record documents purposes described in Section 01780 - CLOSEOUT 39 SUBMITTALS. 40 3.05 SUBMITTALS FOR INFORMATION 41 A. When the following are specified in individual sections, submit them for information: 42 1. Design data. 43 2. Certificates. 44 3. Test reports. 45 4. Inspection reports. 46 5. Manufacturer's instructions. 47 6. Manufacturer's field reports. 48 7. Other types indicated. 290161 Fort Stevens i Miil Pona ADMINISTRATIVE REQUIREMENTS 01300 -4 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern I B. Submit for Architect (Erickson McGovern)'s knowledge as contract administrator or for Yelm ' 2 Community Schools. No action will be taken. 3 3.06 SUBMITTALS FOR PROJECT CLOSEOUT 4 A. When the following are specified in individual sections, submit them at project closeout: 5 1. Project record documents. 6 2. Operation and maintenance data. 7 3. Warranties. ' 8 4. Bonds. 9 5. Other types as indicated. 10 B. Submit for Yelm Community Schools's benefit during and after project completion. 11 3.07 NUMBER OF COPIES OF SUBMITTALS t 12 13 A. Documents for Review: 1. Small Size Sheets, Not Larger Than 8 -1/2 x 11 inches: Submit the number of copies which 14 the Contractor requires, plus two copies which will be retained by Architect (Erickson 15 McGovern). 16 2. Larger Sheets, Not Larger Than 24x36 inches: Submit the number of opaque reproductions t 17 that Contractor requires, plus two copies that will be retained by Architect (Erickson 18 McGovern). 19 B. Documents for Information: Submit two copies. 20 C. Documents for Project Closeout: Make one reproduction of submittal originally reviewed. Submit 21 one extra of submittals for information. 22 D. Samples: Submit the number specified in individual specification sections, all of which will be 23 retained by Architect (Erickson McGovern). 24 1. Retained samples will not be returned to Contractor unless specifically so stated. ' 25 3.08 SUBMITTAL PROCEDURES 26 A. Transmit each submittal with approved form. 27 B. Sequentially number the transmittal form. Revise submittals with original number and a sequential ' 28 alphabetic suffix. 29 C. Identify Project, Contractor, Subcontractor or supplier; pertinent drawing and detail number, and ' 30 specification section number, as appropriate on each copy. 31 D. Apply Contractor's stamp, signed or initialed certifying that review, approval, verification of Products 32 required, field dimensions, adjacent construction Work, and coordination of information is in ' 33 accordance with the requirements of the Work and Contract Documents. 34 E. Deliver submittals to Architect (Erickson McGovern) at business address. ' 35 F. Schedule submittals to expedite the Project, and coordinate submission of related items. time from the Contractor. 36 G. For each submittal for review, allow 15 days excluding delivery to and 37 H. Identify variations from Contract Documents and Product or system limitations that may be ' 38 detrimental to successful performance of the completed Work. 39 I. Provide space for Contractor and Architect (Erickson McGovern) review stamps. 40 J. When revised for resubmission, identify all changes made since previous submission. t 41 K. Distribute copies of reviewed submittals as appropriate. Instruct parties to promptly report any 42 inability to comply with requirements. 43 L. Submittals not requested will not be recognized or processed. ' 290161 Fort Stevens /MiliPond ADMINISTRATIVE REQUIREMENTS 01300 -5 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.09 ARCHITECT'S ACTION 2 A. Except for submittals for record, information or similar purposes, where action and return is 3 required or requested, the Architect will review each submittal, mark to indicate action taken, and 4 return promptly. 5 1. Compliance with specified characteristics is the Contractor's responsibility. 6 B. Action Stamp: The Architect will stamp each submittal with a uniform, self - explanatory action 7 stamp. The stamp will be appropriately marked to indicate action taken. 8 1. Do not permit submittals marked "Revise as Noted and Resubmit" or "Rejected" to be used at 9 the Project site, or elsewhere where Work is in progress. 10 2. Other Action: Where a submittal is primarily for information or record purposes, special 11 processing or other activity, the submittal will be returned, marked "No Exceptions Noted" or 12 "Provide as Noted ". 13 3.10 COLOR SELECTIONS 14 A. All samples required to be submitted for selection and verification will be approved as soon as 15 acceptable, however colors will be selected as a group. 16 B. It is vital that the contractor provide all items required in a group designation for a color selection. 17 Missing items will delay the selection process and all delays will be the responsibility of the 18 Contractor. No additional time or extensions will allowed due the delay of submitting required 19 submittals. 20 C. Allow 12 calendar days for selection of colors by the Owner and the Architect. 21 3.11 GENERAL COORDINATION 22 A. Administration: 23 1. Assign specific persons as project manager, superintendent, project engineer, and staff to 24 administer and supervise Work. Do not change assigned persons without permission of 25 Owner and Architect. Coordinate scheduling and timing of required administrative procedures 26 with other construction activities to avoid conflicts and ensure orderly progress of Work. 27 B. Surveys And Records /Reports: 28 1. General: Working from lines and levels established by the property survey, establish and 29 maintain bench marks and other dependable markers. Establish bench marks and markers to 30 set lines and levels for work at each story of construction and elsewhere as needed to 31 properly locate each element of the project. Calculate and measure required dimensions as 32 shown within recognized tolerances. Drawings shall not be scaled to determine dimensions. 33 Advise entities performing work of marked lines and levels provided for their use. 34 C. Limitations On Use Of The Site: 35 1. General: Limitations on site usage as well as specific requirements that impact site utilization 36 are indicated on the drawings and by other contract documents. In addition to these 37 limitations and requirements, administer allocation of available space equitably among entities 38 needing both access and space so as to produce the best overall efficiency in performance of 39 the total work of the project. Schedule deliveries so as to minimize space and time 40 requirements for storage of materials and equipment on site. 41 2. Access: Where availability of space Is limited, coordinate installation of different components 42 to assure maximum accessibility for required maintenance, service and repair. 43 D. Organization: 44 1. Coordinate construction activities to assure efficient and orderly installation of each part of 45 Work. Coordinate construction operations of Contractor, subcontractors of any tier, and 46 suppliers, that are dependent upon each other for proper installation, connection, and 47 performance. 29016 ) Fort Stevens) Wh Porto ADMINISTRATIVE REQUIREMENTS 01300 -6 I 1 1 I 1 1 1 0 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 E. Timing: 2 1. Where installation of part of Work is dependent on installation of other components, schedule 3 construction activities in sequence required to obtain best results. Make adequate provisions 4 to accommodate items scheduled for later installation. 5 F. Notification: 6 1. Where necessary, prepare transmittal for distribution to each party involved, outlining special 7 procedures required for coordination. Include such items as required notices, reports, and 8 attendance at meetings. 9 2. Other Work: Prepare similar memoranda for Owner, utility companies, and separate 10 Contractors where coordination of their Work is required. 11 G. Cleaning And Protection: 12 1. General: During handling and installation of work at the project site, clean and protect work in 13 progress and adjoining work on the basis of continuous maintenance. Apply protective 14 covering on installed work where it is required to ensure freedom from damage or 15 deterioration at time of Substantial Completion. 16 a. Clean and maintain as frequently as necessary through remainder of construction period. 17 Adjust and lubricate operable components to ensure operability without damaging effects. 18 2. Limiting Exposures of Work: To the extent possible through reasonable control and protection 19 methods, supervise performance of the work in such a manner and by such means which will 20 ensure that none of the work, whether completed or in progress, will be subjected to harmful, 21 dangerous, damaging or otherwise deleterious exposure during the construction period 22 a. Where applicable, such exposures include, but are not limited to, the following: 23 1) Excessive static or dynamic loading. 24 2) Excessive internal or external pressures. 25 3) Excessively high or low temperatures. 26 4) Thermal shock. 27 5) Excessively high or low humidity. 28 6) Air contamination or pollution. 29 7) Water or ice. 30 8) Solvents. 31 9) Chemicals. 32 10) Light, 33 11) Radiation. 34 12) Puncture. 35 13) Abrasion. 36 14) Heavy traffic. 37 15) Soiling, staining and corrosion. 38 16) Bacteria. 39 17) Rodent and insect infestation. 40 18) Combustion. 41 19) Electrical current. 42 20) High speed operation. 43 21) Improper lubrication. 44 22) Unusual wear or other misuse. 45 23) Contact between incompatible materials. 46 24) Destructive testing. 47 25) Misalignment. 48 26) Excessive weathering. 49 27) Unprotected storage. 50 28) Improper shipping or handling. 51 29) Theft. 52 30) Vandalism. 1 29016 /Fort Stevens / Mill Pono ADMINISTRATIVE REQUIREMENTS 01300 -7 1 2 3 4 5 6 7 8 9 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern H. Existing Utilities: 1. Contact Utilities Underground Location Center at 1- 800 - 424 -5555 at least four (4) days before starting excavation work. Utility representatives will come out to mark underground lines. Yellow indicates gas or oil, red is electric, orange is telephone and cable TV, blue is water, green is sewer, pink is for temporary survey markings, and white is for proposed excavation. I. Conservation and Salvage: 1. General. It is a requirement for supervision and administration of the work that construction operations be carried out with the maximum possible consideration given to conservation of energy, water and materials. 0 END OF SECTION 290161 Fort Stevens I Mill Pond ADMINISTRATIVE REQUIREMENTS 01300-8 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 SECTION 01325 2 3 CONSTRUCTION PROGRESS SCHEDULE 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Preliminary schedule. 7 B. Construction progress schedule, bar chart type. 8 1.02 RELATED SECTIONS 9 A. Section 01100 - Summary: Work sequence. 10 1.03 REFERENCES 11 A. AGC (CPSM) - Construction Planning and Scheduling Manual, Associated General Contractors of 12 America. 2004. 13 1.04 SUBMITTALS 14 A. Within 14 days after date of Agreement, submit preliminary schedule defining planned operations 15 for the first 60 days of Work, with a general outline for remainder of Work. 16 B. If preliminary schedule requires revision after review, submit revised schedule within 10 days. 17 C. Within 10 days after joint review, submit complete schedule. 18 D. Submit updated schedule with each Application for Payment. 19 E. Submit the number of opaque reproductions that Contractor requires, plus two copies that will be 20 retained by Architect (Erickson McGovern). 21 F. Submit one reproducible transparency and one opaque reproduction. 22 G. Submit under transmittal letter form specified in Section 01300. 23 1.05 QUALITY ASSURANCE 24 A. Contractor's Administrative Personnel: 3 years minimum experience in using and monitoring CPM 25 schedules on comparable projects. 26 1.06 SCHEDULE FORMAT 27 A. Listings: In chronological order according to the start date for each activity. Identify each activity 28 with the applicable specification section number. 29 B. Sheet Size: Multiples of 8 -1/2 x 11 inches. 30 C. Scale and Spacing: To allow for notations and revisions. 31 PART 2 PRODUCTS - NOT USED 32 PART 3 EXECUTION 33 3.01 PRELIMINARY NETWORK DIAGRAM 34 A. Preliminary Schedule: 35 1. Prepare preliminary schedule in the form of a preliminary network diagram. 36 B. Content: 37 1. Show complete sequence of construction by activity, with dates for beginning and completion 38 of each element of construction. 39 2. Identify each item by specification section number. 40 3. Identify work of separate stages and other logically grouped activities. 29016 1 Fort Stevens i MAI Pond CONSTRUCTION PROGRESS SCHEDULE 01325 -1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 4. Show accumulated percentage of completion of each item, and total percentage of Work 2 completed, as of the first day of each month. 3 5. Provide separate schedule of submittal dates for shop drawings, product data, and samples, 4 owner - furnished products, Products identified under Allowances, and dates reviewed 5 submittals will be required from Architect (Erickson McGovern). Indicate decision dates for 6 selection of finishes. 7 6. Indicate delivery dates for owner - furnished products. 8 7. Coordinate content with schedule of values specified in Section 01200. 9 8. Provide legend for symbols and abbreviations used. 10 C. BAR CHARTS 11 1. Include a separate bar for each major portion of Work or operation. 12 2. Identify the first work day of each week. 13 D. Network Analysis: 14 1. Prepare network analysis diagrams and supporting mathematical analyses using the Critical 15 Indicate progress of each activity to date of revision, with projected completion date of each Path Method. 16 2. Illustrate order and interdependence of activities and sequence of work, how start of a given 17 Annotate diagrams to graphically depict current status of Work. activity depends on completion of preceding activities, and how completion of the activity may 18 Identify activities modified since previous submittal, major changes in Work, and other restrain start of subsequent activities. 19 3. Mathematical Analysis: Tabulate each activity of detailed network diagrams, using calendar 20 Indicate changes required to maintain Date of Substantial Completion. dates, and identify for each activity: 21 Submit reports required to support recommended changes. a. Preceding and following event numbers. 22 b. Activity description. 23 c. Estimated duration of activity, in maximum 15 day intervals. 24 d. Earliest start date. 25 e. Earliest finish date. 26 f. Actual start date. 27 g. Actual finish date. 28 h. Latest start date. 29 i. Latest finish date. 30 j. Total and free float, float time shall accrue to Yelm Community Schools and to Yelm 31 Community Schools's benefit. 32 k. Monetary value of activity keyed to Schedule of Values. 33 I. Percentage of activity completed. 34 m. Responsibility. 35 4. Analysis Program: Capable of compiling monetary value of completed and partially completed 36 activities, accepting revised completion dates, and recomputation of all dates and float. 37 E. Updating Schedule 38 1. - Updates: Required if project is assessed to be more that 7 calendar days behind the critical 39 path as determined by Architect (Erickson McGovern). 40 a. Provide update with corrective measures shown on corrected Network Analysis. 41 2. Maintain schedules to record actual start and finish dates of completed activities. 42 3. Indicate progress of each activity to date of revision, with projected completion date of each 43 activity. 44 4. Annotate diagrams to graphically depict current status of Work. 45 5. Identify activities modified since previous submittal, major changes in Work, and other 46 identifiable changes. 47 6. Indicate changes required to maintain Date of Substantial Completion. 48 7. Submit reports required to support recommended changes. 49 F. Distribution Of Schedule: 50 1. Distribute copies of updated schedules to Contractor's project site file, to Subcontractors, 51 suppliers, Architect (Erickson McGovern), Yelm Community Schools, and other concerned 52 parties. 53 2. Instruct recipients to promptly report, in writing, problems anticipated by projections shown in 54 schedules. 290161 Fort Stevens 1 Mai Pond CONSTRUCTION PROGRESS SCHEDULE 01325-2 1 2 3 4 5 6 7 8 9 TC Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.02 BAR CHARTS A. Content: 1. Show complete sequence of construction by activity, with dates for beginning and completion of each element of construction for a 3 week period. 2. Identify work of separate stages and other logically grouped activities. B. Updating Schedule: 1. Updates: a. Provide a new updated 3 week bar chart schedule at each construction meeting. b. Provide a new updated 3 week bar chart schedule for each Application for Payment. END OF SECTION 290161 Fort Stevens i Mill Pond CONSTRUCTION PROGRESS SCHEDULE 01325-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 01400 2 3 QUALITY REQUIREMENTS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Quality assurance submittals. 7 B. Control of installation. 8 C. Tolerances. 9 D. Testing and inspection services. 10 E. Manufacturers' field services. 11 F. Schedule of required testing and inspections. 12 1.02 RELATED REQUIREMENTS 13 A. Section 01300 - Administrative Requirements: Submittal procedures. 14 B. Section 01425 - Reference Standards. 15 C. Section 01600 - Product Requirements: Requirements for material and product quality. 16 1.03 REFERENCE STANDARDS 17 A. ASTM C 1021 - Standard Practice for Laboratories Engaged in Testing of Building Sealants, 2008. 18 B. ASTM C 1077 - Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for 19 Use in Construction and Criteria for Laboratory Evaluation; 2008. 20 C. ASTM C 1093 - Standard Practice for Accreditation of Testing Agencies for Masonry; 2008. 21 D. ASTM D 3740 - Standard Practice for Minimum Requirements for Agencies Engaged in the Testing 22 and /or Inspection of Soil and Rock as Used in Engineering Design and Construction; 2008. 23 E. ASTM E 329 - Standard Specification for Agencies Engaged Construction Inspection and /or 24 Testing; 2008. 25 F. ASTM E 543 - Standard Specification for Agencies Performing Nondestructive Testing; 2008a. 26 1.04 SUBMITTALS 27 A. Testing Agency Qualifications: 28 1. Prior to start of Work, submit agency name, address, and telephone number, and names of 29 full time registered Engineer and responsible officer. 30 2. Submit copy of report of laboratory facilities inspection made by NIST Construction Materials 31 Reference Laboratory during most recent inspection, with memorandum of remedies of any 32 deficiencies reported by the inspection. 33 B. Test Reports: After each tesUinspection, promptly submit two copies of report to Architect 34 (Erickson McGovern) and to Contractor. 35 1. Include: 36 a. Date issued. 37 b. Project title and number. 38 c. Name of inspector. 39 d. Date and time of sampling or inspection. 40 e. Identification of product and specifications section. 41 f. Location in the Project. 42 g. Type of test/inspection. 43 h. Date of test/inspection. 2911161 lort Stevens i Mill Pond QUALITY REQUIREMENTS 01400-1 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 i. Results of test/inspection. 2 j. Conformance with Contract Documents. 3 k. When requested by Architect (Erickson McGovern), provide interpretation of results. 4 2. Test report submittals are for Architect (Erickson McGovern)'s knowledge as contract 5 administrator for the limited purpose of assessing conformance with information given and the 6 design concept expressed in the contract documents, or for Yelm Community Schools's 7 information. 8 C, Manufacturer's Instructions: When specified in individual specification sections, submit printed 9 instructions for delivery, storage, assembly, installation, start-up, adjusting, and finishing, for the 10 Yelm Community Schools's information. Indicate special procedures, perimeter conditions 11 requiring special attention, and special environmental criteria required for application or installation. 12 D. Erection Drawings: Submit drawings for Architect (Erickson McGovern)'s benefit as contract 13 administrator or for Yelm Community Schools. 14 1. Submit for information for the limited purpose of assessing conformance with information 15 given and the design concept expressed in the contract documents. 16 2. Data indicating inappropriate or unacceptable Work may be subject to action by Architect 17 (Erickson McGovern) or Yelm Community Schools. 18 1.05 REFERENCES AND STANDARDS - See Section 01425 19 1.06 TESTING AND INSPECTION AGENCIES 20 A. Yelm Community Schools will employ and pay for services of an independent testing agency to 21 perform specified testing. 22 B. As indicated in individual specification sections, Yelm Community Schools or Contractor shall 23 employ and pay for services of an independent testing agency to perform other specified testing. ' 24 C. Employment of agency in no way relieves Contractor of obligation to perform Work in accordance 25 with requirements of Contract Documents. 26 D. Contractor Employed Agency: 27 1. Testing Agency: Comply with requirements of ASTM E 329, ASTM E 543, ASTM C 1021, 28 ASTM C 1077, and ASTM C 1093. 29 2. Inspection Agency: Comply with requirements of ASTM D3740 and ASTM E329. 30 3. Laboratory: Authorized to operate in the State in which the Project is located. 31 4. Laboratory Staff: Maintain a full time registered Engineer on staff to review services. 32 5. Testing Equipment: Calibrated at reasonable intervals either by NIST or using an NIST 33 established Measurement Assurance Program, under a laboratory measurement quality 34 assurance program. 35 PART 2 PRODUCTS - NOT USED 36 PART 3 EXECUTION 37 3.01 CONTROL OF INSTALLATION 38 A. Monitor quality control over suppliers, manufacturers, products, services, site conditions, and 39 workmanship, to produce Work of specified quality. 40 B. Comply with manufacturers' instructions, including each step in sequence. 41 C. Should manufacturers' instructions conflict with Contract Documents, request clarification from 42 Architect (Erickson McGovern) before proceeding. 43 D. Comply with specified standards as minimum quality for the Work except where more stringent 44 tolerances, codes, or specified requirements indicate higher standards or more precise 45 workmanship. 46 E. Have Work performed by persons qualified to produce required and specified quality 290161 Fort Stevens i M,11 Pond QUALITY REQUIREMENTS 01400-2 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 F. Verify that field measurements are as indicated on shop drawings or as instructed by the 2 manufacturer. 3 G. Secure products in place with positive anchorage devices designed and sized to withstand 4 stresses, vibration, physical distortion, and disfigurement. 5 3.02 TOLERANCES 6 A. Monitor fabrication and installation tolerance control of products to produce acceptable Work. Do 7 not permit tolerances to accumulate. 8 B. Comply with manufacturers' tolerances. Should manufacturers' tolerances conflict with Contract 9 Documents, request clarification from Architect (Erickson McGovern) before proceeding. 10 C. Adjust products to appropriate dimensions. position before securing products in place. 11 3.03 TESTING AND INSPECTION 12 A. Testing Agency Duties: 13 1. Provide qualified personnel at site. Cooperate with Architect (Erickson McGovern) and 14 Contractor in performance of services. 15 2. Perform specified sampling and testing of products in accordance with specified standards. 16 3. Ascertain compliance of materials and mixes with requirements of Contract Documents. 17 4. Promptly notify Architect (Erickson McGovern) and Contractor of observed irregularities or 18 non - conformance of Work or products. 19 5. Perform additional tests and inspections required by Architect (Erickson McGovern). 20 6. Submit reports of all tests /inspections specified. 21 B. Limits on Testing /Inspection Agency Authority: 22 1. Agency may not release, revoke, alter, or enlarge on requirements of Contract Documents. 23 2. Agency may not approve or accept any portion of the Work. 24 3. Agency may not assume any duties of Contractor. 25 4. Agency has no authority to stop the Work. 26 C. Contractor Responsibilities: 27 1. Deliver to agency at designated location, adequate samples of materials proposed to be used 28 that require testing, along with proposed mix designs. 29 2. Cooperate with laboratory personnel, and provide access to the Work and to manufacturers' 30 facilities. 31 3. Provide incidental labor and facilities: 32 a. To provide access to Work to be tested /inspected. 33 b. To obtain and handle samples at the site or at source of Products to be tested /inspected. 34 c. To facilitate tests /inspections. 35 d. To provide storage and curing of test samples. 36 4. Notify Architect (Erickson McGovern) and laboratory 24 hours prior to expected time for 37 operations requiring testing /inspection services. 38 5. Employ services of an independent qualified testing laboratory and pay for additional samples, 39 tests, and inspections required by Contractor beyond specified requirements. 40 6. Arrange with Yelm Community Schools's agency and pay for additional samples, tests, and 41 inspections required by Contractor beyond specified requirements. 42 D. Re- testing required because of non - conformance to specified requirements shall be performed by 43 the same agency on instructions by Architect (Erickson McGovern). 44 E. Re- testing required because of non - conformance to specified requirements shall be paid for by 45 Contractor. 46 F. Re- testing required because of non - conformance to specified requirements shall be performed by 47 the same agency on instructions by Architect (Erickson McGovern). Payment for re- testing will be 48 charged to the Contractor by deducting testing charges from the Contract Price. 29016/ Fort Stevens I Mill Pond QUALITY REQUIREMENTS 01400 -3 1 2 3 4 5 6 7 8 9 10 11 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.04 MANUFACTURERS' FIELD SERVICES A. When specified in individual specification sections, require material or product suppliers or manufacturers to provide qualified staff personnel to observe site conditions, conditions of surfaces and installation, quality of workmanship, start-up of equipment, test, adjust and balance of equipment and training as applicable, and to initiate instructions when necessary. B. Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. 3.05 DEFECT ASSESSMENT A. Replace Work or portions of the Work not conforming to specified requirements. B. If, in the opinion of Architect (Erickson McGovern), it is not practical to remove and replace the Work, Architect (Erickson McGovern) will direct an appropriate remedy or adjust payment. 12 END OF SECTION 290161 Fort Stevens i MIII Pond QUALITY REQUIREMENTS 01400-4 Fort Stevens i Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 SECTION 01425 2 3 REFERENCE STANDARDS 4 PART1 GENERAL 5 1.01 QUALITY ASSURANCE 6 A. For products or workmanship specified by reference to a document or documents not included in 7 the Project Manual, also referred to as reference standards, comply with requirements of the 8 standard, except when more rigid requirements are specified or are required by applicable codes. 9 B. Should specified reference standards conflict with Contract Documents, request clarification from 10 the Architect (Erickson McGovern) before proceeding. 11 C. Neither the contractual relationships, duties, or responsibilities of the parties in Contract nor those 12 of the Architect (Erickson McGovern) shall be altered by the Contract Documents by mention or 13 inference otherwise in any reference document. 14 PART 2 CONSTRUCTION INDUSTRY ORGANIZATION DOCUMENTS 15 2.01 AAMA -- AMERICAN ARCHITECTURAL MANUFACTURERS ASSOCIATION 16 A. AAMA 605.2 - Voluntary Specification for High Performance Organic Coatings on Architectural 17 Aluminum Extrusions and Panels; 1998. 18 2.D2 ACI -- AMERICAN CONCRETE INSTITUTE INTERNATIONAL 19 2.03 AFPA -- AMERICAN FOREST AND PAPER ASSOCIATION 20 A. AFPA (WFCM) -Wood Frame Construction Manual for One- and Two - Family Dwellings, 2001. 21 2.04 AGC -- ASSOCIATED GENERAL CONTRACTORS OF AMERICA 22 A. AGC (CPSM) - Construction Planning and Scheduling Manual; 2004. 23 2.05 Al -- THE ASPHALT INSTITUTE 24 A. AI SS -1 - Model Construction Specifications for Asphalt Concrete and Other Plant -Mix Types; 25 Seventh Edition (reprinted 1992). 26 B. Al SS -2 - Specifications for Paving and Industrial Asphalts; 1995. 27 C. Al CL -2 - Model Specifications for Small Paving Jobs, 1989. 28 2.06 AIA - THE AMERICAN INSTITUTE OF ARCHITECTS 29 2.07 AISC -- AMERICAN INSTITUTE OF STEEL CONSTRUCTION, INC. 30 2.08 AITC -- AMERICAN INSTITUTE OF TIMBER CONSTRUCTION 31 A. AITC 108 - Standard For Heavy Timber Construction; 1993. 32 B. AITC 109 - Standard for Preservative Treatment of Structural Glued Laminated Timber; 2007. 33 C. AITC 110 - Standard Appearance Grades for Structural Glued Laminated Timber; 2001. 34 D. AITC 111 - Recommended Practice for Protection of Structural Glued Laminated Timber During 35 Transit, Storage and Erection; 2005. 36 E. AITC 112 - Standard for Tongue- and - Groove Heavy Timber Roof Decking, 1993, and errata. 37 F. AITC 200 - Manufacturing Quality Control Systems Manual; 2004. 38 G. AITC Al 90.1 - American National Standard for Wood Products - Structural Glued Laminated 39 Timber, 2007. 1 29016 /Fort Stevens IMiliPond REFERENCE STANDARDS 01425 -1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2.09 ANSI -- AMERICAN NATIONAL STANDARDS INSTITUTE 2 2.10 APA -- APA - THE ENGINEERED WOOD ASSOCIATION 3 2.11 ARI -- AIR - CONDITIONING AND REFRIGERATION INSTITUTE (See AHRI) 4 2.12 ASTM B Series -- ASTM INTERNATIONAL 5 2.13 BIFMA - BUSINESS AND INDUSTRY FURNITURE MANUFACTURERS ASSOCIATION 6 2.14 BOCA -- BUILDING OFFICIALS & CODE ADMINISTRATORS INTERNATIONAL, INC. 7 2.15 CAN -- STANDARDS COUNCIL OF CANADA (NATIONAL STANDARDS OF CANADA) 8 2.16 CBMA -- CERTIFIED BALLAST MANUFACTURERS ASSOCIATION 9 2.17 CCMC -- CANADA CONSTRUCTION MATERIALS CENTRE 10 2.18 CDA -- COPPER DEVELOPMENT ASSOCIATION, INC. 11 2.19 CEA -- CONSUMER ELECTRONICS ASSOCIATION 12 2.20 DHI -- DOOR AND HARDWARE INSTITUTE 13 2.21 EJMA - EXPANSION JOINT MANUFACTURERS ASSOCIATION 14 2.22 FM -- FACTORY MUTUAL RESEARCH CORPORATION 15 2.23 GA -- GYPSUM ASSOCIATION 16 2.24 IAPMO -- INTERNATIONAL ASSOCIATION OF PLUMBING AND MECHANICAL OFFICIALS 17 2.25 ICBO -- INTERNATIONAL CONFERENCE OF BUILDING OFFICIALS 18 2.26 ICBO -ES -- ICBO EVALUATION SERVICE, INC. 19 2.27 ICC - INTERNATIONAL CODE COUNCIL, INC. 20 2.28 ICC -ES - ICC EVALUATION SERVICE, INC. 21 2.29 NRCA -- NATIONAL ROOFING CONTRACTORS ASSOCIATION 22 A. NRCA - Roofing Manual; Steep Slope Roof Systems, 2009. 23 B. NRCA -Architectural Metal Flashing, Condensation Control and Reroofing, 2010. 24 2.30 SMACNA -- SHEET METAL AND AIR CONDITIONING CONTRACTORS' NATIONAL 25 ASSOCIATION, INC. 26 A. SMANCNA - Architectural and Air Conditioning Contractors National Association, Architectural 27 Sheet Metal Manual, Sixth Edition. 28 END OF SECTION 29016 i Fort Stevens /Mill Pond REFERENCE STANDARDS 01426 -2 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 SECTION 01500 2 3 TEMPORARY FACILITIES AND CONTROLS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Temporary utilities. 7 B. Temporary telecommunications services. 8 C. Temporary sanitary facilities, 9 D. Temporary controls: Barriers, enclosures, and fencing. 10 E. Security requirements. 11 F. Drinking water. 12 G. Vehicular access and parking. 13 H. Waste removal facilities and services. 14 I. Project identification sign. 15 J. Field offices. 16 K. Miscellaneous temporary requirements. 17 1.02 RELATED REQUIREMENTS 18 A. Section 01565 - Security Measures. 19 1.03 TEMPORARY UTILITIES 20 A. Existing facilities may be used as follows: 21 1. Electrical Power may be obtained from the existing facility if available. 22 a. Provide all temporary power, including pole and poles, transformer if required, of voltage 23 and phasing as required for the work. Provide wiring for all required extension cords, 24 lighting outlets, and power outlets (grounding type), and other required equipment and 25 accessories necessary for construction and site improvement purposes. Remove power 26 and their connections at completion of the work, or sooner if approved or directed. 27 2. Temporary Lighting may be obtained from the existing facility if available. 28 a. Provide all temporary lighting, including pole and poles, transformer if required, of voltage 29 and phasing as required for the work. Provide wiring for all required extension cords, 30 lighting outlets, and power outlets (grounding type), and other required equipment and 31 accessories necessary for construction and site improvement purposes. Remove 32 lighting and their connections at completion of the work, or sooner if approved or 33 directed. 34 3. Temporary Water may be obtained from the existing facility if available. 35 a. Coordinate with Owner locations of connections and routing of service lines. Service 36 lines shall not restrict use or cause health and safety issues or problems. 37 B. Use trigger - operated nozzles for water hoses, to avoid waste of water. 38 1.04 TELECOMMUNICATIONS SERVICES 39 A. Provide, maintain, and pay for telecommunications services to field office at time of project 40 mobilization. 1 290161 Fort Stevens i Mill Pond TEMPORARY FACILITIES AND CONTROLS 01500-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 B. Telecommunications services shall include: 2 1. Telephone Land Lines: One line, minimum; one handset per line. 3 2. Cell Phone 4 3. Internet Connections: Minimum of one; DSL modem or faster 5 1.05 DRINKING WATER 6 A. Provide, from proven safe source, for all those connected with the work. Pipe or transport water in 7 such manner as to keep it clean and fresh. Serve from single service containers or sanitary 8 drinking fountains. 9 1.06 TEMPORARY SANITARY FACILITIES 10 A. Provide and maintain required facilities and enclosures. Provide at time of project mobilization. 11 B. Use of existing facilities is not permitted. 12 C. Maintain daily in clean and sanitary condition. 13 1.07 BARRIERS 14 A. Provide barriers to prevent unauthorized entry to construction areas, to prevent access to areas 15 that could be hazardous to workers or the public, to allow for owner's use of site and to protect 16 existing facilities and adjacent properties from damage from construction operations and 17 demolition. 18 B. Provide barricades and covered walkways required by governing authorities for public rights -of -way 19 and for public access to existing building. 20 C. Protect non -owned vehicular traffic, stored materials, site, and structures from damage. 21 1.08 FENCING 22 A. Construction: Commercial grade chain link fence. 23 B. Provide 6 foot high fence around construction site; equip with vehicular and pedestrian gates with 24 locks. 25 1.09 EXTERIOR ENCLOSURES 26 A. Provide temporary insulated weather -tight closure of exterior openings to accommodate acceptable 27 working conditions and protection for Products, to allow for temporary heating and maintenance of 28 required ambient temperatures identified in individual specification sections, and to prevent entry of 29 unauthorized persons. Provide access doors with self - closing hardware and locks. 30 B. General Contractor: Provide approved storage sheds or facilities for storage of materials required 31 for the work. Provide heat as required for protection of materials subject to damage from cold 32 temperatures and dampness. 33 1.10 SECURITY - See Section 01565 34 A. Provide security and facilities to protect Work, existing facilities, and Yelm Community Schools's 35 operations from unauthorized entry, vandalism, or theft. 36 1.11 VEHICULAR ACCESS AND PARKING 37 A. Coordinate access and haul routes with governing authorities and Yelm Community Schools. 38 B. Provide and maintain access to fire hydrants, free of obstructions. 39 C. Provide means of removing mud from vehicle wheels before entering streets. 40 D. Provide temporary parking areas to accommodate construction personnel. When site space is not 41 adequate, provide additional off -site parking. 290161 Fort Stevens / Mill Pona TEMPORARY FACILITIES AND CONTROLS 01500-2 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.12 WASTE REMOVAL 2 A. Provide waste removal facilities and services as required to maintain the site in clean and orderly 3 condition. 4 B. Provide containers with lids. Remove trash from site periodically. 5 C. If materials to be recycled or re -used on the Project must be stored on -site, provide suitable non - 6 combustible containers, locate containers holding flammable material outside the structure unless 7 otherwise approved by the authorities having jurisdiction. 8 D. Open free -fall chutes are not permitted. Terminate closed chutes into appropriate containers with 9 lids. 10 E. Use of existing (Owner) trash dispensers and containers is not permitted. 11 1.13 PROJECT IDENTIFICATION 12 A. Provide project identification sign of design and construction indicated on Drawings. 13 B. Provide panel to be at least 4 -feet by 8 -feet. Provide in design and with message as shown on the 14 drawings. Assume at least two (2) colors on one (1) contrasting background color. Mount to pair 15 of 6 x 6 wood posts in location as shown on the drawings. 16 C. Erect on site at location indicated. 17 D. No other signs are allowed without Yelm Community Schools permission except those required by 18 law. 19 E. Contractor shall remove sign at Final Completion, unless requested by Owner to remain. 20 1.14 FIELD OFFICES 21 A. Provide one 16 -foot by 8 -foot (minimum) trailer. The office and equipment furnished will remain the 22 property of the Contractor. The office and equipment will be used as Contractor's field office during 23 construction until final acceptance by the Owner. Remove office and equipment and all temporary 24 utilities from the site when notified by the Owner Representative. 25 B. Office: Weathertight, with lighting, electrical outlets, heating, cooling equipment, and equipped with 26 sturdy furniture, drawing rack and drawing display table. 27 C. Provide space for Project meetings, with table and chairs to accommodate 6 persons. 28 D. Locate offices a minimum distance of 30 feet from existing and new structures. 29 1.15 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS 30 A. Remove temporary utilities, equipment, facilities, materials, prior to Final Application for Payment 31 inspection. 32 B. Remove underground installations to a minimum depth of 2 feet. Grade site as indicated. 33 C. Clean and repair damage caused by installation or use of temporary work. 34 D. Restore existing facilities used during construction to original condition. 35 1.16 MISCELLANEOUS TEMPORARY REQUIREMENTS 36 A. Hoisting Equipment: 37 1. Provide and maintain, of type at Contractor's option, for hoisting of materials for the new work. 38 Separate contractors and subcontractors shall make arrangements with and pay for use of 39 hoisting equipment at rates not exceeding those standard for the construction industry in the 40 area for hoisting time. Should any products of any subcontractor requiring greater hoisting 41 capacity than that provided by the General Contractor, subcontractor shall provide same at his 42 expense. 1 29016/ Fort Stevens /Mill PON TEMPORARY FACILITIES AND CONTROLS 01500-3 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 B. Cleaning -Up: 2 1. During the Work: Contractor and each subcontractor at all times shall keep the premises free 3 from accumulation of waste materials or rubbish caused by his operations. Just before 4 completion of the work, Contractor and each subcontractor shall remove all his waste 5 materials and rubbish from and about the Project as well as all his tools, construction 6 equipment, machinery and surplus materials. If Contractor fails to enforce clean -up 7 procedures, the Owner may do the clean -up and the cost thereof shall be charged to the 8 Contractor as provided in the General Conditions. 9 C. Temporary Shoring, Bracing & Sheeting: 10 1. Provide as required for work in the various Sections. I 1 D. Dust Control: 12 1. Provide positive methods and apply dust control materials to minimize raising dust from 13 dispersing into the atmosphere. 14 E. Water Control: 15 1. Provide positive methods to control surface water. Prevent damage to Project, site, and 16 adjoining properties. 17 a. Control fill, grading, and ditching to direct surface drainage away from excavations, pits, 18 tunnels, and other construction areas. Direct all drainage to proper runoff. 19 2. Provide, operate, and maintain hydraulic equipment of adequate capacity to control surface 20 water. 21 3. Dispose of drainage water in a manner to prevent flooding, erosion, siltation, and other 22 damage to any portion of the site or adjoining areas. Special care shall be taken to prevent 23 run off into the irrigation ditch along the north boundary of the site. 24 F. Debris Control: 25 1. Maintain all areas under Contractor's control free of extraneous debris. 26 2. Areas will be designated for parking of trucks to receive demolition debris. Coordinate with 27 Owner at time of scheduling. 28 3. Initiate and maintain a specific program to prevent accumulation of debris at construction site, 29 storage and parking areas, or along access roads and haul routes. 30 a. Provide containers for deposit of debris. 31 b. Prohibit overloading of trucks to prevent spillage on access and haul routes. 32 1) Provide periodic inspection of traffic areas to enforce requirements. 33 4. Schedule periodic inspection and disposal of debris. 34 a. Provide additional collections and disposal of debris whenever the periodic schedule is 35 inadequate to prevent accumulation. 36 5. Keep storm sewers free of debris or extraneous materials. 37 G. Pollution Control: 38 1. Provide methods, means and facilities required to prevent contamination of soil, water or 39 atmosphere. Allow no discharge of noxious substances from construction operations. 40 2. Provide equipment and personnel to perform emergency measures required to contain 41 spillage. 42 a. Remove contaminated soils or liquids. 43 1) Excavate and dispose of any contaminated earth off -site. Replace with suitable 44 compacted fill and topsoil. 45 3. Take special measures to prevent harmful substances from entering public waters. 46 a. Prevent disposal of wastes, effluents, chemicals, or other such substances adjacent to 47 bodies of water, or in sanitary or storm sewers. 48 4. Provide systems for control of atmospheric pollutants. 49 a. Prevent toxic concentrations of chemicals. 50 b. Prevent harmful dispersal of pollutants into the atmosphere. 51 c. Provide adequate ventilation in all areas during and after application of epoxy paint or 52 paint. 290161 Fort Stevens i Mill Pond TEMPORARY FACILITIES AND CONTROLS 01500 -4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 H. Vermin Control: 2 1. Provide rodent and insect control as necessary to prevent infestation of construction or 3 storage areas. 4 a. Employ methods and materials not adversely affecting conditions at the site or on 5 adjoining materials. 6 2. The use of any pesticide shall be in full accordance with the manufacturer's printed 7 instructions and recommendations. 8 3. Leave premises clean and free of any infestation at time of Substantial Completion. 9 PART 2 PRODUCTS - NOT USED 10 PART 3 EXECUTION - NOT USED 11 END OF SECTION 1 290161 Fort Stevens /Mill Pono TEMPORARY FACILITIES AND CONTROLS 01500-5 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 01600 2 3 PRODUCT REQUIREMENTS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. General product requirements. 7 B. Transportation, handling, storage and protection. 8 C. Product option requirements. 9 D. Substitution limitations and procedures. 10 E. Procedures for Yelm Community Schools- supplied products. 11 F. Maintenance materials, including extra materials, spare parts, tools, and software. 12 1.02 RELATED REQUIREMENTS 13 A. Document 00120 - Instructions to Bidders: Product options and substitution procedures prior to bid 14 date. 15 B. Section 01400 - Quality Requirements: Product quality monitoring. 16 1.03 REFERENCE STANDARDS 17 A. NFPA 70 - National Electrical Code, National Fire Protection Association; 2008. 18 1,04 SUBMITTALS 19 A. Product Data Submittals: Submit manufacturer's standard published data. Mark each copy to 20 identify applicable products, models, options, and other data. Supplement manufacturer's standard 21 data to provide information specific to this Project. 22 B. Shop Drawing Submittals: Prepared specifically for this Project; indicate utility and electrical 23 characteristics, utility connection requirements, and location of utility outlets for service for 24 functional equipment and appliances. 25 C. Sample Submittals: Illustrate functional and aesthetic characteristics of the product, with integral 26 parts and attachment devices. Coordinate sample submittals for interfacing work. 27 1. For selection from standard finishes, submit samples of the full range of the manufacturer's 28 standard colors, textures, and patterns. 29 PART2 PRODUCTS 30 2.01 NEW PRODUCTS 31 A. Provide new products unless specifically required or permitted by the Contract Documents. 32 B. Do not use products having any of the following characteristics: 33 1. Made using or containing CFC's or HCFC's. 34 C. Motors: Refer to Section 15065, NEMA MG 1 Type. Specific motor type is specified in individual 35 specification sections. 36 D. Wiring Terminations: Provide terminal lugs to match branch circuit conductor quantities, sizes, and 37 materials indicated. Size terminal lugs to NFPA 70, include lugs for terminal box. 38 E. Cord and Plug: Provide minimum 6 foot cord and plug including grounding connector for 39 connection to electric wiring system. Cord of longer length is specified in individual specification 40 sections. 1 290161 Tort Stevens i mo Pona PRODUCT REQUIREMENTS 01600-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2.02 PRODUCT OPTIONS 2 A. Products Specified by Reference Standards or by Description Only: Use any product meeting 3 those standards or description. 4 1. Provide products that comply with Contract Documents, that are undamaged and, unless 5 otherwise indicated, new at time of installation. Provide products complete with accessories, 6 trim, finish, safety guards, and other devices and details needed for complete installation and 7 intended use and effect. Where available, provide standard products of types that have been 8 produced and used successfully in similar situations on other projects. 9 B. Products Specified by Naming One or More Manufacturers: Use a product of one of the 10 manufacturers named and meeting specifications, no options or substitutions allowed. 11 C. Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: 12 Submit a request for substitution for any manufacturer not named. 13 D. Product Selection: 14 1. Contract Documents and governing regulations govern product selection and not industry 15 traditions or procedures experienced by Contractor on previous construction projects. 16 Procedures governing product selection include following: 17 a. Proprietary Specification Requirements: Where Specifications name only single product 18 or manufacturer, provide product indicated. 19 b. Semi - proprietary Specification Requirements: Where Specifications name two or more 20 products or manufacturers, provide one of the products indicated. 21 c. Or Approved: Where Specifications specify products or manufacturers by name, 22 accompanied by term "or approved ", comply with Contract Document provisions 23 concerning "substitutions" to obtain approval for use of unnamed product. 24 d. Nonproprietary Specifications: When Specifications list products or manufacturers that 25 are available and may be incorporated in Work, but do not restrict Contractor to use of 26 these products only, Contractor may propose other available product that complies with 27 requirements of the Contract Documents. Comply with Contract Document provisions 28 concerning "substitutions" to obtain approval for use of unnamed product. 29 e. Descriptive Specification Requirements: Where Specifications describe product or 30 assembly, listing exact characteristics required, with or without use of brand or trade 31 name, provide product or assembly that provides characteristics and otherwise complies 32 with Contract requirements. 33 f. Performance Specification Requirements: Where Specifications require compliance with 34 performance requirements, provide products that comply with these requirements and 35 are recommended by manufacturer for application indicated. Manufacturer's 36 recommendations may be contained in published product literature or by the 37 manufacturer's certification of performance. Overall performance of product is implied 38 where product is specified for specific performances. 39 g. Compliance with Standards, Codes, and Regulations: Where Specifications only require 40 compliance with imposed code, standard, or regulation, select product that complies with 41 standards, codes, or regulations specified. 42 h. Visual Matching: Where Specifications require matching established Sample, Architect's 43 decision will be final on whether proposed product matches satisfactorily. Where no 44 product available within specified category matches satisfactorily and complies with other 45 specified requirements, comply with provisions of Contract Documents concerning 46 "substitutions" for selection of matching product in another product category. 47 i. Where specified product requirements include phrase "... as selected from 48 manufacturer's standard colors, patterns, textures..." or similar phrase, select product and 49 manufacturer that complies with other specified requirements. Architect will select color, 50 pattern, and texture from product line selected. 290161 Fort Stevens/ Mill Pond PRODUCT REQUIREMENTS 01600-2 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern ' 1 2.03 MAINTENANCE MATERIALS 2 A. Furnish extra materials, spare parts, tools, and software of types and in quantities specified in 3 individual specification sections. ' 4 B. Deliver to Project site, obtain receipt prior to final payment. 5 PART 3 EXECUTION ' 6 3.01 SUBSTITUTION PROCEDURES 7 A. Instructions to Bidders specify time restrictions for submitting requests for substitutions during the 8 bidding period. Comply with requirements specified in this section. t9 B. Document each request with complete data substantiating compliance of proposed substitution 10 with Contract Documents- 11 12 C. A request for substitution constitutes a representation that the submitter: 1. Has investigated proposed product and determined that it meets or exceeds the quality level 13 of the specified product. 14 2. Will provide the same warranty for the substitution as for the specified product. 15 3. Will coordinate installation and make changes to other Work that may be required for the Work 16 to be complete with no additional cost to Yelm Community Schools. 17 4. Waives claims for additional costs or time extension that may subsequently become apparent. 18 D. During bidding, requests for approved equal or substitutions, clarification of specifications, or ' 19 protest of specifications shall be received by Architect, not later than six (6) days prior to bid date. 20 Requests received after that time will not be considered 21 1. To aid in the review of requests, submit on form following this section, which may be copied. ' 22 2. If proposed substitution is approved, such approvals will be set forth in an Addendum. 23 Bidders shall not rely upon approvals made in any other manner 24 E. After date of Contract, the Owner may, at his option, consider formal requests from Contractor for ' 25 substitution of products in place of those specified when submitted in accordance with the 26 requirements of this Section. One or more of the following conditions must also be documented: 27 1. The substitution must be required for compliance with final interpretation of code requirements 28 or insurance regulations ' 29 2. The substitution must be due to the unavailability of the specified products, through no fault of 30 the Contractor. The contractor must provide a letter from the supplier or manufacturer 31 attesting to the products unavailability. 32 3. The substitution may be requested when subsequent information discloses the inability of the ' 33 specified products to perform properly or to fit in the designated space. 34 4. The substitution may be due to the manufacturer's or fabricator's refusal to certify or ' 35 36 guarantee performance of the specified product as required. 5. The substitution may be requested when it is clearly seen, in the judgment of the Architect, 37 that a substitution would be in the Owner's best interests in terms of cost, time, or other 38 considerations. 39 6. Request for substitution beyond those identified in items 1 through 4 above, will not be ' 40 considered unless General contractor and / or material supplier agree to an adjustment in the 41 contract amount associated with costs relating to the review of the substitution request. An 42 adjustment in the contract amount shall be required in both cases of approval or disapproval ' 43 of the substitution request. 44 a. Rates of Compensation shall be as follows: 45 1) Erickson McGovern Architects $125.00 per hour 46 2) Other Consultants $125.00 per hour 47 3) Mileage (includes OH &P) $0.55 per mile 290161 Fort Stevens 1 Min Pond PRODUCT REQUIREMENTS 01600 -3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 F. Substitutions will not be considered if: 2 1. Acceptance will require substantial revision of Contract Documents 3 2. They are indicated or implied on Shop Drawings or product data submittals without request 4 submitted In accordance with Article 3.01. 5 G. Substitution Submittal Procedure: 6 1. Submit three copies of request for substitution for consideration. Limit each request to one 7 proposed substitution. 8 2. Submit shop drawings, product data, and certified test results attesting to the proposed 9 product equivalence. Burden of proof is on proposer. 10 3. Architect (Erickson McGovern) will notify Contractor in writing of decision to accept or reject 11 request. 12 3.02 OWNER - SUPPLIED PRODUCTS 13 A. General: Owner will furnish certain products for Project 14 1. Contract installation work includes providing any necessary backing and support systems to 15 receive and install Owner's equipment, plus make mechanical, electrical, and ancillary 16 connections. 17 2. Cost for installation of this work is included in Contract Sum. 18 B. Yelm Community Schools's Responsibilities: 19 1. Arrange for and deliver Yelm Community Schools reviewed shop drawings, product data, and 20 samples, to Contractor. 21 2. Arrange and pay for product delivery to site. 22 3. On delivery, inspect products jointly with Contractor. 23 4. Submit claims for transportation damage and replace damaged, defective, or deficient items. 24 5. Arrange for manufacturers' warranties, inspections, and service. 25 C. Contractor's Responsibilities: 26 1. Review Yelm Community Schools reviewed shop drawings, product data, and samples. 27 2. Receive and unload products at site, inspect for completeness or damage jointly with Yelm 28 Community Schools. 29 3. Handle, store, install and finish products. 30 4. Repair or replace Items damaged after receipt. 31 3.03 TRANSPORTATION AND HANDLING 32 A. Coordinate schedule of product delivery to designated prepared areas in order to minimize site 33 storage time and potential damage to stored materials. 34 B. Transport and handle products in accordance with manufacturer's instructions. 35 C. Transport materials in covered trucks to prevent contamination of product and littering of 36 surrounding areas. 37 D. Promptly inspect shipments to ensure that products comply with requirements, quantities are 38 correct, and products are undamaged. 39 E. Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, 40 or damage. 41 F. Arrange for the return of packing materials, such as wood pallets, where economically feasible. 42 3.04 STORAGE AND PROTECTION 43 A. Designate receiving /storage areas for incoming products so that they are delivered according to 44 installation schedule and placed convenient to work area In order to minimize waste due to 45 excessive materials handling and misapplication. 46 B. Store and protect products in accordance with manufacturers' instructions. 290161 Fort Stevens i Mel Pond PRODUCT REQUIREMENTS 01600-4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 C. Store with seals and labels intact and legible. 2 D. Store sensitive products in weather - tight, climate controlled enclosures in an environment favorable 3 to product. 4 E. For exterior storage of fabricated products, place on sloped supports above ground. 5 F. Cover products subject to deterioration with impervious sheet covering. Provide ventilation to 6 prevent condensation and degradation of products. 7 G. Prevent contact with material that may cause corrosion, discoloration, or staining. 8 H. Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, 9 or damage. 10 I. Arrange storage of products to permit access for inspection. Periodically inspect to verify products 11 are undamaged and are maintained in acceptable condition. 12 3.05 DAMAGED PRODUCTS 13 A. Damaged or deteriorated materials shall be removed from the premises. Replace materials which 14 have been damaged. 15 END OF SECTION 1 291161 Fort S[evomIMIIIPond PRODUCT REQUIREMENTS 01600 -5 1 1 2 3 ' 4 5 6 ' 7 8 9 ' 10 12 13 14 ' 15 16 17 ' 18 19 20 1 1 1 1 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 SECTION 01601 SUBSTITUTION REQUEST FORM SUBSTITUTION REQUEST FORM 1.01 TO: 1.02 PROJECT: 1.03 SPECIFIED ITEM: A. Section: Page: Paragraph: B. Description: 1. The undersiqned requests consideration of the following: I 1.04 PROPOSED SUBSTITUTION Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern (manufacturer) (product) A. Attached data includes product description, specifications, drawings, photographs, performance and test data adequate for evaluation of the request; applicable portions of the data are clearly identified. 1. Include complete information on changes to Drawings and /or Specifications which proposed substitution will require for it proper installation or use. B. Fill in the blanks below: 1. Does the substitution affect dimensions indicated on the drawings ? YES _ NO_ ( "). a. If yes, provide information indicating change. 2. Will the undersigned pay for changes to the building design, including engineering and detail costs caused by the requested substitution ? YES NO ('). a. "Yes" answers shall be grounds for rejection. 3. Will the substitution affect other trades? YES NO ('). a. If yes, provide information indicating affect or change. 4. Will the substitution affect or be affected by applicable code requirements? YES NO ('). a. If yes, provide information indicating affect. 5. Are there significant differences between the proposed substitution and the specified item? YES NO_ ( -). a. If yes, provide information indicating differences. 6. Is there a difference relating to guarantee /warranties between the proposed substitution and the specified item? YES NO_ ('). a. If yes, provide information indicating differences. 7. Will the substitution affect an increase in contract time? YES NO ('). 8. If yes, provide information indicating affect or change. C. (') - If the answer to any of the above questions is "NO" and this is found to be incorrect, the substitution may be rejected and the Undersigned will be required to provide the original specified item, including corrective work. 1 290161 Fort StevemIMniPono SUBSTITUTION REQUEST FORM 01601-1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern D. The undersigned further states that the following paragraphs, unless modified on attachments, are correct. 1. They have personally investigated the specified item and compared it to the item requested for substitution. 2. Maintenance and service parts will be locally available for the proposed substitution. 3. The function, appearance and quality of the Proposed Substitution are equivalent or superior to the Specified Item. 4. Waives any known or unknown for an increase in Contract Sum or Time. E. Submitted by: 1. Signature: a. (Signature shall be by person having authority to legally bind its firm to the above terms.) 2. Firm: 3. Address: 4. Date: 5. Telephone: F. For use by Design Consultant: 1. ( ) Accepted 2. ( ) Accepted as noted 3. ( ) Not Accepted 4. ( ) Received to Late 5. By 6. Date: 7. Remarks: 1.05 ATTACHMENTS: PART 2 PRODUCTS 26 END OF SECTION 290161 Fort Stevens / MIII Pond SUBSTITUTION REQUEST FORM 01601 -2 1 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern I SECTION 01700 2 3 EXECUTION REQUIREMENTS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Examination, preparation, and general installation procedures. 7 B. Requirements for alterations work, including selective demolition, except removal, disposal, and /or 8 remediation of hazardous materials and toxic substances. 9 C. Pre - installation meetings. 10 D. Cutting and patching. 1 1 E. Surveying for laying out the work. 12 F. Cleaning and protection. 13 G. Safety procedures. 14 H. Starting of systems and equipment. 15 I. Demonstration and instruction of Yelm Community Schools personnel. 16 J. Closeout procedures, except payment procedures. 17 1.02 RELATED REQUIREMENTS 18 A. Section 01100 - Summary: Limitations on working in existing building; continued occupancy; work 19 sequence; identification of salvaged and relocated materials. 20 B. Section 01300 - Administrative Requirements: Submittals procedures. 21 C. Section 01400 - Quality Requirements: Testing and inspection procedures. 22 D. Section 01500 - Temporary Facilities and Controls: Temporary heating, cooling, and ventilating 23 facilities. 24 E. Section 01780 - Closeout Submittals: Project record documents, operation and maintenance data, 25 warranties and bonds. 26 1.03 SUBMITTALS 27 A. See Section 01300 - Administrative Requirements, for submittal procedures. 28 B Demolition Plan: Submit demolition plan as specified by OSHA and local authorities. 29 1. Indicate extent of demolition, removal sequence, bracing and shoring, and location and 30 construction of barricades and fences. 31 2. Identify demolition firm and submit qualifications. 32 3. Include a summary of safety procedures. 33 C. Cutting and Patching: Submit written request in advance of cutting or alteration that affects: 34 1. Structural integrity of any element of Project. 35 2. Integrity of weather exposed or moisture resistant element. 36 3. Efficiency, maintenance, or safety of any operational element. 37 4. Visual qualities of sight exposed elements. 38 5. Work of Yelm Community Schools or separate Contractor. 39 1.04 QUALIFICATIONS 40 A. For demolition work, employ a firm specializing in the type of work required. 41 1. Minimum of 5 years of documented experience. 1 290111 Ion Stevens i nmu Pond EXECUTION REQUIREMENTS 01700-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.05 PROJECT CONDITIONS 2 A. Ventilate enclosed areas to assist cure of materials, to dissipate humidity, and to prevent 3 accumulation of dust, fumes, vapors, or gases. 4 B. Dust Control: Execute work by methods to minimize raising dust from construction operations. 5 Provide positive means to prevent air -borne dust from dispersing into atmosphere and over 6 adjacent property. 7 C. Pest and Rodent Control: Provide methods, means, and facilities to prevent pests and insects from 8 damaging the work. 9 D. Rodent Control: Provide methods, means, and facilities to prevent rodents from accessing or 10 invading premises. 11 E. Pollution Control: Provide methods, means, and facilities to prevent contamination of soil, water, 12 and atmosphere from discharge of noxious, toxic substances, and pollutants produced by 13 construction operations. Comply with federal, state, and local regulations. 14 1.06 COORDINATION 15 A. Coordinate scheduling, submittals, and work of the various sections of the Project Manual to 16 ensure efficient and orderly sequence of installation of interdependent construction elements, with 17 provisions for accommodating items installed later. 18 B. Notify affected utility companies and comply with their requirements. 19 C. Verify that utility requirements and characteristics of new operating equipment are compatible with 20 building utilities. Coordinate work of various sections having interdependent responsibilities for 21 installing, connecting to, and placing in service, such equipment. 22 D. In finished areas except as otherwise indicated, conceal pipes, ducts, and wiring within the 23 construction. Coordinate locations of fixtures and outlets with finish elements. 24 E. Coordinate completion and clean -up of work of separate sections. 25 F. After Yelm Community Schools's occupancy of premises, coordinate access to site for correction of 26 defective work and work not in accordance with Contract Documents, to minimize disruption of 27 Yelm Community Schools's activities. 28 PART 2 PRODUCTS 29 2.01 PATCHING MATERIALS 30 A. New Materials: As specified in product sections; match existing products and work for patching 31 and extending work. 32 B. Type and Quality of Existing Products: Determine by inspecting and testing products where 33 necessary, referring to existing work as a standard. 34 C. Product Substitution: For any proposed change in materials, submit request for substitution 35 described in Section 01600. 36 PART 3 EXECUTION 37 3.01 EXAMINATION 38 A. Verify that existing site conditions and substrate surfaces are acceptable for subsequent work. 39 Start of work means acceptance of existing conditions. 40 B. Verify that existing substrate is capable of structural support or attachment of new work being 41 applied or attached. 42 C. Examine and verify specific conditions described in individual specification sections. 29016 1 Fort Stevens i Mtli Pond EXECUTION REQUIREMENTS 01700 -2 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 D. Take field measurements before confirming product orders or beginning fabrication, to minimize 2 waste due to over - ordering or misfabrication. 3 E. Verify that utility services are available, of the correct characteristics, and in the correct locations. 4 F. Prior to Cutting: Examine existing conditions prior to commencing work, including elements subject 5 to damage or movement during cutting and patching. After uncovering existing work, assess 6 conditions affecting performance of work. Beginning of cutting or patching means acceptance of 7 existing conditions. 8 3.02 PREPARATION 9 A. Clean substrate surfaces prior to applying next material or substance. 10 B. Seal cracks or openings of substrate prior to applying next material or substance. 11 C. Apply manufacturer required or recommended substrate primer, sealer, or conditioner prior to 12 applying any new material or substance in contact or bond. 13 3.03 PREINSTALLATION MEETINGS 14 A. When required in individual specification sections, convene a preinstallation meeting at the site 15 prior to commencing work of the section. 16 B. Require attendance of parties directly affecting, or affected by, work of the specific section. 17 C. Notify Architect (Erickson McGovern) seven (7) days in advance of meeting date. 18 D. Prepare agenda and preside at meeting 19 1. Review conditions of examination, preparation and installation procedures. 20 2. Review coordination with related work. 21 E. Record minutes and distribute copies within two (2) days after meeting to participants, with two (2) 22 copies to Architect (Erickson McGovern), Yelm Community Schools, participants, and those 23 affected by decisions made. 24 3.04 LAYING OUT THE WORK 25 A. Verify locations of survey control points prior to starting work. 26 1. Verify layout information on Drawings, in relation to property survey, existing benchmarks and 27 field conditions before proceeding to layout Work. Locate and protect existing benchmarks 28 and control points. Preserve permanent reference points during construction 29 B. Promptly notify Architect (Erickson McGovern) of any discrepancies discovered 30 C. Protect survey control points prior to starting site work; preserve permanent reference points during 31 construction. 32 D. Promptly report to Architect (Erickson McGovern) the loss or destruction of any reference point or 33 relocation required because of changes in grades or other reasons. 34 E. Replace dislocated survey control points based on original survey control. Make no changes 35 without prior written notice to Architect (Erickson McGovern). 1 210161 Fort Stevens /Mill Pond EXECUTION REQUIREMENTS 01700 -3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 F. Utilize recognized engineering survey practices. 2 1. Performance: 3 a. Layout: Working from lines and levels established by property survey, establish 4 benchmarks, control points, and markers to set lines and levels at each story of 5 construction (such as slabs, steel bearings, and imbeds) and elsewhere as needed to 6 properly locate each element of Project. Calculate and measure required dimensions 7 within indicated or recognized tolerances. Do not scale Drawings to determine 8 dimensions. 9 1) Inform: Advise entities engaged in construction activities, of marked lines and levels 10 provided for their use. 11 2) Check: As construction proceeds, check every major element for line, level and 12 plumb. 13 G. Establish elevations, lines and levels. Locate and lay out by instrumentation or by similar 14 appropriate means. 15 H. Periodically verify layouts by same means. 16 I. Maintain a complete and accurate log of control and work being replaced as it progresses. 17 1. Deviations: Record deviations from required lines and levels, and advise Architect when 18 deviations that exceed indicated or recognized tolerances are detected. On Project Record 19 Drawings, record deviations that are accepted and not corrected. 20 2. Dimensions: Show sizes, locations, angles, and elevations of areas to be replaced. 21 3.05 GENERAL INSTALLATION REQUIREMENTS 22 A. Inspection of Conditions: 23 1. Require installer of each Work component to inspect both substrate and conditions under 24 which Work is to be performed. Do not proceed until unsatisfactory conditions have been 25 corrected in acceptable manner. Initiation of installation will confirm installer's acceptance of 26 work place for Work to proceed. 27 B. Install products as specified in individual sections, in accordance with manufacturer's instructions 28 and recommendations, and so as to avoid waste due to necessity for replacement. 29 C. Make vertical elements plumb and horizontal elements level, unless otherwise indicated. 30 D. Install equipment and fittings plumb and level, neatly aligned with adjacent vertical and horizontal 31 lines, unless otherwise indicated. 32 E. Make consistent texture on surfaces, with seamless transitions, unless otherwise indicated. 33 F. Make neat transitions between different surfaces, maintaining texture and appearance. 34 G. When existing finished surfaces are cut so that a smooth transition with new work is not possible, 35 terminate existing surface along a straight line at a natural line of division and make 36 recommendation to Architect. 37 H. Where removal of partitions or walls results in adjacent spaces becoming one, rework floors, walls 38 and ceilings to a smooth plane without breaks, steps, or bulkheads. 39 I. Where a change of plane of 114 inch or more occurs in existing work, submit recommendation for 40 providing a smooth transition for Architect review and request instructions. 41 J. Refinish visible existing surfaces to remain to specified condition for each material, with a neat 42 transition to adjacent finishes. 43 K. Re -cover and refinish work that exposes mechanical and electrical work exposed accidentally 44 during the work. 29016 1 Fort Stevens i Mill Pond EXECUTION REQUIREMENTS 01700 -4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.06 ALTERATIONS 2 A. Drawings showing existing construction and utilities are based on casual field observation and 3 existing record documents only. 4 1. Verify that construction and utility arrangements are as shown. 5 2. Report discrepancies to Architect (Erickson McGovern) before disturbing existing installation. 6 3. Beginning of alterations work constitutes acceptance of existing conditions. 7 B. Maintain weatherproof exterior building enclosure except for interruptions required for replacement 8 or modifications; take care to prevent water and humidity damage. 9 1. Where openings in exterior enclosure exist, provide construction to make exterior enclosure 10 weatherproof. 11 2. Insulate existing ducts or pipes that are exposed to outdoor ambient temperatures by 12 alterations work. 13 C. Remove existing work as indicated and as required to accomplish new work. 14 1. Remove rotted wood, corroded metals, and deteriorated masonry and concrete; replace with 15 new construction specified. 16 2. Remove items indicated on drawings. 17 3. Relocate items indicated on drawings. 18 4. Where new surface finishes are to be applied to existing work, perform removals, patch, and 19 prepare existing surfaces as required to receive new finish; remove existing finish if necessary 20 for successful application of new finish. 21 5. Where new surface finishes are not specified or indicated, patch holes and damaged surfaces 22 to match adjacent finished surfaces as closely as possible. 23 D. Protect existing work to remain 24 1. Prevent movement of structure; provide shoring and bracing if necessary. 25 2. Perform cutting to accomplish removals neatly and as specified for cutting new work. 26 3. Repair adjacent construction and finishes damaged during removal work. 27 4. Patch as specified for patching new work. 28 E. Adapt existing work to fit new work: Make as neat and smooth transition as possible. 29 1. When existing finished surfaces are cut so that a smooth transition with new work is not 30 possible, terminate existing surface along a straight line at a natural line of division and make 31 recommendation to Architect (Erickson McGovern). 32 2. Trim existing wood doors as necessary to clear new floor finish. Refinish trim as required. ' 33 F. Patching: Where the existing surface is not indicated to be refinished, patch to match the surface 34 finish that existed prior to cutting. Where the surface is indicated to be refinished, patch so that the 35 substrate is ready for the new finish. 1 1 I 1 36 G. Refinish existing surfaces as indicated: 37 1. Where rooms or spaces are indicated to be refinished, refinish all visible existing surfaces to 38 remain to the specified condition for each material, with a neat transition to adjacent finishes. 39 2. If mechanical or electrical work is exposed accidentally during the work, re -cover and refinish 40 to match. 41 3. Patch as specified for patching new work. 42 H. Clean existing systems and equipment 43 I. Remove demolition debris and abandoned items from alterations areas and dispose of off -site; do 44 not burn or bury. 45 J. Do not begin new construction in alterations areas before demolition is complete. 46 K. Comply with all other applicable requirements of this section. 1 290115 1 POrt Steven I Mill pond EXECUTION REQUIREMENTS 01700-5 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.07 CUTTING AND PATCHING A. Whenever possible, execute the work by methods that avoid cutting or patching. B. See Alterations article above for additional requirements. C. Perform whatever cutting and patching is necessary to: 1. Complete the work. 2. Fit products together to integrate with other work. 3. Provide openings for penetration of mechanical, electrical, and other services. 4. Match work that has been cut to adjacent work. 5. Repair areas adjacent to cuts to required condition. 6. Repair new work damaged by subsequent work. 7. Remove samples of installed work for testing when requested. 8. Remove and replace defective and non - conforming work. D. Execute cutting and patching and fill to complete the work, to uncover work in order to install improperly sequenced work, to remove and replace defective or non - conforming work, to remove samples of installed work for testing when requested, to provide openings in the work for penetration of mechanical and electrical work, to execute patching to complement adjacent work, and to fit products together to integrate with other work. 1. Requirements for Structural Work: Do not cut and patch structural elements in a manner that would reduce their load- carrying capacity or load- deflection ratio. 2. Operational and Safety Limitations: Do not cut and patch operating elements or safety related components in a manner that would result in reducing their capacity to perform as intended, or result in increased maintenance, or decreased operational life or safety. 3. Visual Requirements: Do not cut and patch construction exposed to the exterior or in occupied spaces, in a manner that would, in the Architect's opinion, reduce the building's aesthetic qualities, or result in visual evidence of cutting and patching. Remove and replace Work cut and patched in a visually unsatisfactory manner. E. Execute work by methods that avoid damage to other work and that will provide appropriate surfaces to receive patching and finishing. 1. Before cutting existing surfaces, examine surfaces to be cut and patched and conditions under which cutting and patching is to be performed. Take corrective action before proceeding, if unsafe or unsatisfactory conditions are encountered. a. Before proceeding, meet at the site with parties involved in cutting and patching, including mechanical and electrical trades. Review areas of potential interference and conflict. Coordinate procedures and resolve potential conflicts before proceeding. 2. Temporary Support: Provide temporary support of Work to be cut. 3. Protection: Protect existing construction during cutting and patching to prevent damage. Provide protection from adverse weather conditions for portions of the Project that might be exposed during cutting and patching operations. a. Avoid interference with use of adjoining areas or interruption of free passage to adjoining areas. b. Take all precautions necessary to avoid cutting existing pipe, conduit or duct work serving the building, but scheduled to be removed or relocated until provisions have been made to bypass them. 29016 i Fort Stevens t MITI Pond EXECUTION REQUIREMENTS 01700-6 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 c. Where possible review proposed procedures with the original installer; comply with the 2 original installer's recommendations. 3 1) In general, where cutting is required use hand or small power tools designed for 4 sawing or grinding, not hammering and chopping. Cut holes and slots neatly to size 5 required with minimum disturbance of adjacent surfaces. Temporarily cover 6 openings when not in use. 7 2) To avoid marring existing finished surfaces, cut or drill from the exposed or finished 8 side into concealed surfaces. 9 3) By -pass utility services such as pipe or conduit, before cutting, where services are 10 shown or required to be removed, relocated or abandoned. Cut -off pipe or conduit 1 1 in walls or partitions to be removed. Cap, valve or plug and seal the remaining 12 portion of pipe or conduit to prevent entrance of moisture or other foreign matter 13 after by- passing and cutting. 14 F. Employ original installer to perform cutting for weather exposed and moisture resistant elements, 15 and sight exposed surfaces. 16 1. Employ skilled and experienced installer to perform cutting for weather exposed and moisture 17 resistant elements, and sight exposed surfaces. 18 2. Cut existing construction to provide for installation of other components or performance of 19 other construction activities and the subsequent fitting and patching required to restore 20 surfaces to their original condition. 21 G. Restore work with new products in accordance with requirements of Contract Documents. 22 H. Fit work air tight to pipes, sleeves, ducts, conduit, and other penetrations through surfaces 23 I. At penetrations of fire rated walls, partitions, ceiling, or floor construction, completely seal voids 24 with fire rated material in accordance with Section 07840, to full thickness of the penetrated 25 element. 26 J. Patching: 27 1. Finish patched surfaces to match finish that existed prior to patching. On continuous surfaces, 28 refinish to nearest intersection or natural break. For an assembly, refinish entire unit. 29 2. Match color, texture, and appearance. 30 3. Repair patched surfaces that are damaged, lifted, discolored, or showing other imperfections 31 due to patching work. If defects are due to condition of substrate, repair substrate prior to 32 repairing finish. 33 K. Refinish surfaces to match adjacent finish. For continuous surfaces, refinish to nearest intersection 34 or natural break. For an assembly, refinish entire unit. 35 1. If identical materials are not available or cannot be used where exposed surfaces are 36 involved, use materials that match existing adjacent surfaces to the fullest extent possible with 37 regard to visual effect. Use materials whose installed performance will equal or surpass that 38 of existing materials. 39 L. Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing 40 other imperfections. Repair substrate prior to patching finish. Finish patches to produce uniform 41 finish and texture over entire area. When finish cannot be matched, refinish entire surface to 42 nearest intersections. 43 1. Patch with durable seams that are as invisible as possible. Comply with specified tolerances. 44 a. Where feasible, inspect and test patched areas to demonstrate integrity of the 45 installation. 46 b. Restore exposed finishes of patched areas and extend finish restoration into retained 47 adjoining construction in a manner that will eliminate evidence of patching and 48 refinishing. 290161 Fort Stevens /Mill Pond EXECUTION REQUIREMENTS 01700-7 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern M. Thoroughly clean areas and spaces where cutting and patching is performed or used as access. Remove completely paint, mortar, oils, putty and items of similar nature. Thoroughly clean piping, conduit and similar features before painting or other finishing is applied. Restore damaged pipe covering to its original condition. N. Make neat transitions. Patch work to match adjacent work in texture and appearance. Where new work abuts or aligns with existing, perform a smooth and even transition. 7 3.08 PROGRESS CLEANING 8 A. Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly 9 condition. 10 B. Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or 11 remote spaces, prior to enclosing the space. 12 C. Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to 13 eliminate dust. 14 D. Collect and remove waste materials, debris, and trash /rubbish from site periodically and dispose 15 off -site; do not burn or bury. 16 3.09 SAFETY PROCEDURES 17 A. Preliminary Work: 18 1. Prior to the start of and during the course of the Work (above and below ground), the 19 Contractor shall make a thorough survey of the entire worksite to determine all potential 20 hazards. Workmen shall be made aware of those hazards and shall be instructed in 21 procedures and the use of equipment for their protection. The Contractor shall verify the 22 location and condition ( "live" or "dead ") of all utilities on and near the worksite and take 23 precautions to protect his employees, the general public, and the property. 24 B. Imminent Danger: 25 1. The Contractor shall be wholly responsible for any accidents (including death) occurring at any 26 time during the progress of the work and until the final acceptance of the work by the Owner 27 which may happen to any of his workmen or those of any Subcontractor employed on the 28 building, or for any damage or injuries (including death) which his work and operations may 29 cause to the work being constructed, or to existing buildings, or to any tenants and occupants 30 of the property, or of the adjoining properties, or to the public or private property. 31 C. Safety: 32 1. The Contractor shall ensure that all employees, visitors, subcontractors' employees, and 33 suppliers' employees, while on the work site, comply with the requirements of WISHA, these 34 requirements and the safety precautions contained in the several Specifications Sections. The 35 Contractor shall promptly and fully comply with, execute and, without separate charge thereof 36 to the Owner, shall enforce compliance with the provisions of the Washington Industrial Safety 37 and Health Act of 1973, with particular attention paid but not limited to Chapter 296 -155, WAC 38 Safety Standards for Construction Work, with particular attention paid but not limited to 39 Chapter 296 -24 WAC General Safety and Health Standards; with particular attention paid but 40 not limited to Chapters 296 -27, 196 -350 and 296 -360 WAC regarding Administrative Safety 41 and Health Act Chapter 49 -17 RCW, and any addenda thereto. 42 2. The Contractor shall immediately advise the Owner of inspections conducted by WISHA at the 43 work site, and shall transmit copies of citations and violations to the Architect. 29ois1 Fort Stevens/ Mill Pond EXECUTION REQUIREMENTS 01700 -8 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern I D. Safety Responsibilities: 2 1. Contractor shall be responsible to: 3 a. Ensure compliance with these requirements, WISHA requirements, and other safety 4 rotation, belt tension, control sequence, and for conditions that may cause damage. requirements. 5 b. Authorize immediate action to correct substandard safety conditions. 6 c. Review and act to ensure compliance with safety procedures with his supervisors, 7 Verify that wiring and support components for equipment are complete and tested. subcontractors, and suppliers. 8 d. Make thorough daily safety inspections of the work site and immediately act to eliminate 9 representative in accordance with manufacturers' instructions. unsafe acts and unsafe conditions. 10 e. Investigate worksite accidents and recommend immediate corrective action. 1 1 f. Assist in the preparation of accident investigation and reporting procedures. 12 g. Be responsible for the control, availability, and use of safety equipment, including 13 Stevens i Mili Pond EXECUTION REQUIREMENTS 01700 -9 employee personal protective equipment. 14 E. Request For Variances. 15 1. Requests for variances to deviate from WISHA requirements must follow the current 16 established procedures by the Agency. 17 F. Failure To Comply: 18 1. If the project is shut down due to The Contractor's failure to comply with the requirements of 19 WISHA or other applicable safety requirements, no part of the time loss due to any such 20 suspension of operations or stop orders shall be made the subject of a claim for extension of 21 time or for increased cost or damage by the Contractor. 22 3.10 PROTECTION OF INSTALLED WORK 23 A. Protect installed work from damage by construction operations. 24 B. Provide special protection where specified in individual specification sections. 25 C. Provide temporary and removable protection for installed products. Control activity in immediate 26 work area to prevent damage. 27 D. Provide protective coverings at walls, projections, jambs, sills, and soffits of openings. 28 E. Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of 29 heavy objects, by protecting with durable sheet materials. 30 F. Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, 31 obtain recommendations for protection from waterproofing or roofing material manufacturer. 32 G. Remove protective coverings when no longer needed, reuse or recycle plastic coverings if 33 possible. 34 3.11 SYSTEM STARTUP 35 A. Coordinate schedule for start-up of various equipment and systems 36 B. Verify that each piece of equipment or system has been checked for proper lubrication, drive 37 rotation, belt tension, control sequence, and for conditions that may cause damage. 38 C. Verify tests, meter readings, and specified electrical characteristics agree with those required by 39 the equipment or system manufacturer. 40 D. Verify that wiring and support components for equipment are complete and tested. 41 E. Execute start-up under supervision of applicable Contractor personnel and manufacturer's 42 representative in accordance with manufacturers' instructions. 43 F. When specified in individual specification Sections, require manufacturer to provide authorized 44 representative to be present at site to inspect, check, and approve equipment or system installation 45 prior to start-up, and to supervise placing equipment or system in operation 29016 r Fon Stevens i Mili Pond EXECUTION REQUIREMENTS 01700 -9 Fort Stevens / Mill Pond Yellin Community Schools - No. 02 Erickson McGovern 1 G. Submit a written report that equipment or system has been properly installed and is functioning 2 correctly. 3 3.12 DEMONSTRATION AND INSTRUCTION 4 A. Demonstrate start-up, operation, control, adjustment, trouble- shooting, servicing, maintenance, and 5 shutdown of each item of equipment at scheduled time, at equipment location. 6 B. For equipment or systems requiring seasonal operation, perform demonstration for other season 7 within six (6)months. 8 C. Provide a qualified person who is knowledgeable about the Project to perform demonstration and 9 instruction of owner personnel. 10 3.13 ADJUSTING 1 1 A Adjust operating products and equipment to ensure smooth and unhindered operation. 12 3.14 FINAL CLEANING 13 A. Use cleaning materials that are nonhazardous. 14 B. Clean interior and exterior glass, surfaces exposed to view; remove temporary labels, stains and 15 foreign substances, polish transparent and glossy surfaces, vacuum carpeted and soft surfaces. 16 C. Clean equipment and fixtures to a sanitary condition with cleaning materials appropriate to the 17 surface and material being cleaned. 18 D. Replace filters of operating equipment. 19 E. Clean debris from roofs, gutters, downspouts, and drainage systems. 20 F. Clean site, sweep paved areas, rake clean landscaped surfaces. 21 G. Remove waste, surplus materials, trash /rubbish, and construction facilities from the site, dispose of 22 in legal manner, do not burn or bury. 23 H. Compliance: Comply with regulations of authorities having jurisdiction and safety standards for 24 cleaning. Do not burn waste materials. Do not bury debris or excess materials on the Owner's 25 property. Do not discharge volatile, harmful or dangerous materials into drainage systems. 26 Remove waste materials from the site and dispose of in a lawful manner 27 1. Where extra materials of value remaining after completion of associated Work have become 28 the Owner's property, arrange for disposition of these materials as directed. 29 3.15 CLOSEOUT PROCEDURES 30 A. See Section 01780 - Closeout Submittals and Procedures for additional requirements 31 B. Make submittals that are required by governing or other authorities. 32 C. Notify Architect (Erickson McGovern) when work is considered ready for Substantial Completion. 33 D. Submit written certification that Contract Documents have been reviewed, work has been 34 inspected, and that work is complete in accordance with Contract Documents and ready for 35 Architect (Erickson McGovern)'s review. 36 E. Correct items of work listed in executed Certificates of Substantial Completion and comply with 37 requirements for access to Yelm Community Schools- occupied areas. 38 F. Notify Architect (Erickson McGovern) when work is considered finally complete. 39 G. Complete items of work determined by Architect (Erickson McGovern)'s final inspection. 40 END OF SECTION 290161 Fort Sevens /Mill Pond EXECUTION REQUIREMENTS 01700 -10 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern ,-11L* 216 2 3 CLOSEOUT SUBMITTALS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Inspection Procedures. 7 B. Project Record Documents. 8 C. Operation and Maintenance Data. 9 D. One Year Correction Period. 10 E. Warranties and Bonds. 11 1.02 RELATED REQUIREMENTS 12 A. Section 00700 - General Conditions: Performance bond and labor and material payment bonds, 13 warranty, and correction of work. 14 B. Section 01300 - Administrative Requirements: Submittals procedures, shop drawings, product 15 data, and samples. 16 C. Section 01700 - Execution Requirements: Contract closeout procedures. 17 D. Individual Product Sections: Specific requirements for operation and maintenance data. 18 E. Individual Product Sections: Warranties required for specific products or Work. 19 1.03 SUBMITTALS 20 A. Project Record Documents: Submit documents to Architect (Erickson McGovern) with claim for 21 final Application for Payment. 22 B. Operation and Maintenance Data: 23 1. Submit two copies of preliminary draft or proposed formats and outlines of contents before 24 start of Work. Architect (Erickson McGovern) will review draft and return one copy with 25 comments. 26 2. For equipment, or component parts of equipment put into service during construction and 27 operated by Yelm Community Schools, submit completed documents within ten days after 28 acceptance. 29 3. Submit one copy of completed documents 15 days prior to final inspection. This copy will be 30 reviewed and returned after final inspection, with Architect (Erickson McGovern) comments. 31 Revise content of all document sets as required prior to final submission. 32 4. Submit 3 sets of revised final documents in final form within ten days after final inspection. 33 C. Warranties and Bonds: 34 1. For equipment or component parts of equipment put into service during construction with Yelm 35 Community Schools's permission, submit documents within 10 days after acceptance. 36 2. Make other submittals within 10 days after Date of Substantial Completion, prior to final 37 Application for Payment. 38 3. For items of Work for which acceptance is delayed beyond Date of Substantial Completion, 39 submit within 10 days after acceptance, listing the date of acceptance as the beginning of the 40 warranty period. 41 PART 2 PRODUCTS - NOT USED 1 290161 Fort Stevens 1 Mill Pom CLOSEOUT SUBMITTALS 01780-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 PART 3 EXECUTION 2 3.01 INSPECTION PROCEDURES 3 A. Substantial Completion: 4 1. Preliminary Procedures: Before requesting inspection for certification of Substantial 5 Completion, complete the following. List exceptions in the request. 6 a. In the Application for Payment that coincides with, or first follows, the date Substantial 7 Completion is claimed, show 100 percent completion for the portion of the Work claimed 8 as substantially complete. Include supporting documentation for completion as indicated 9 in these Contract Documents and a statement showing an accounting of changes to the 10 Contract Sum. 1 1 1) If 100 percent completion cannot be shown, include a list of incomplete items, the 12 value of incomplete construction, an reasons the Work is not complete 13 b. Advise Owner of pending insurance change -over requirements. 14 c. Submit specific warranties, workmanship bonds, maintenance agreements, final 15 certifications and similar documents. 16 d. Obtain and submit releases enabling the Owner unrestricted use of the Work and access 17 to services and utilities; include occupancy permits, operating certificates and similar 18 releases. Furnish to the Architect for transmittal to the Owner a Certificate of Occupancy, 19 issued by duly authorized officials, stating that the work complies with provisions of the 20 applicable building codes. Contractor to contact and coordinate all necessary City. 21 County, or State officials required to review the work for the Certification of Occupancy. 22 e. Complete final clean up requirements, and otherwise repair and restore marred finish 23 work. 24 2. Inspection Procedures: On receipt of a request for inspection, the Architect will either proceed 25 with inspection or advise the Contractor of unfilled requirements. The Architect will prepare 26 the Certificate of Substantial Completion on AIA Form G704 following inspection, or advise the 27 Contractor of construction that must be completed or corrected before the certificate will be 28 issued. 29 a. The Architect will repeat inspection when requested and assured that the Work has been 30 substantially completed. 31 1) Re- inspection Fees: Should the Architect or design consultant be required to make 32 more than two substantial re- inspections due to Contractor's failure to correct 33 specified deficiencies, the Contractor shall bear all costs (including compensation for 34 the design consultant's additional services) made necessary thereby. The 35 Contractor will be required to submit a signed agreement to pay such costs as per 36 the agreement contained here. 37 b. Results of the completed inspection will form the basis of requirements for final 38 acceptance. 39 B. Final Acceptance: 40 1. Preliminary Procedures: Before requesting final inspection for certification of final acceptance 41 and final payment, complete the following. List exceptions in the request. 42 a. Submit the final payment request with releases and supporting documentation not 43 previously submitted and accepted. Include certificates of insurance for products and 44 completed operations where required. 45 1) An affidavit that all payrolls, bills for materials and equipment, and other 46 indebtedness connected with the work for which the Owner of property might in any 47 way be responsible, have been paid or otherwise satisfied. (Use AIA Document 48 G706). 49 2) An affidavit from each subcontractor on AIA Form G706. 290161 Fort Stevens 1011 Pond CLOSEOUT SUBMITTALS 01780-2 I 1 1 I 1 1 1 LJ 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern ] 3) Letter from Bonding Company addressed to Owner but submitted to the Architect, 2 approving release of final payment and waiving submission of final receipts as well 3 as a statement confirming the extension of the Bond for the one -year guarantee 4 period. Final receipts from all subcontractors and material and equipment suppliers 5 shall be furnished to the Owner by the Contractor if the Surety does not waive this 6 requirement. 7 4) Submit Contractor's Affidavit of Release of Liens (AIA Document G706A). If any 8 liens are filed and cause the Owner to employ the services of any attorneys, the cost 9 of the services will be deducted from the retainage. 10 5) Return all copies of the drawings and specifications in accordance with the General 11 Conditions. 12 b. Submit an updated final statement, accounting for final additional changes to the Contract 13 Sum. 14 c. Submit a certified copy of the Architect's final inspection list of items to be completed or 15 corrected, stating that each item has been completed or otherwise resolved for 16 acceptance, and the list has been endorsed and dated by the Architect. 17 d. Submit consent of surety to final payment. 18 e. Submit a final liquidated damages settlement statement 19 f. Submit evidence of final, continuing insurance coverage complying with insurance 20 requirements. 21 g. Warranties: as required by appropriate technical sections. 22 h. Operating and Maintenance Manuals: as required by appropriate technical sections. 23 i. State Department of Labor and Industries Affidavit of Wages Paid (State Form 9843). 24 j. Asbestos letter of compliance. 25 C. Rates Of Compensation For Reinspection Services: 26 1. Reinspection services are hereby defined as the following: 27 a. Travel time to and from the job site. 28 b. Mileage compensation for vehicles used to and from the job site. 29 c. Time required for review, inspection, and meeting at the job site. 30 d. Time required to document, coordinate, and transmit documentation that records a 31 summary of the reinspection. 32 e. Submit consent of surety to final payment. 33 f. Rates of Compensation shall be as follows 34 1) Erickson McGovern Architects $125.00 per hour 35 2) Other Consultants $125.00 per hour 36 3) Mileage (includes O.H.) $0.55 per mile 37 3.02 PROJECT RECORD DOCUMENTS 38 A. Maintain on site one set of the following record documents; record actual revisions to the Work: 39 1. Drawings. 40 a. As -Built Drawings: During the Construction Phase, maintain clean, undamaged set of 41 blue or black line white - prints of Contract Drawings and Shop Drawing. Mark sets to 42 show actual installation where installation varies substantially from Work as originally 43 indicated. Mark whichever drawing is most capable of showing conditions fully and 44 accurately, where Shop Drawings are used, record cross - reference at corresponding 45 location on Contract Drawings. Give particular attention to concealed elements that would 46 be difficult to measure and record at later date. 47 1) Color: Mark record sets with red erasable pencil; use other colors to distinguish 48 between variations in separate categories of Work. 49 2) Information: Mark information that is of value to Owner, but that was not indicated on 50 Contract Drawings or Shop Drawings. Such information would be pertaining to 51 equipment data for this specific Project (as when several items are listed) which is 52 helpful to the repair. Maintenance and operation shall also be clearly noted. 1 19016 1 Fort Stevens/ Mill Pond CLOSEOUT SUBMITTALS 01780-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3) Record Changes: Note the following related items:Addenda, with "ADD- (No.) ". Note 2 related accepted and unaccepted Alternates, with "ALT- (No.) ". Note related 3 Modifications; with "RFI- (No.), ASI- (No.), CCD- (No.), and COP- (NO.) ". 4 (a) Items added by Addendum. 5 (b) Accepted Alternate Bid items. 6 (c) Modifications made by. RFI- (No.), ASI- (No.), CCD- (No.), and COP- (No.). 7 4) Form: Organize record document sheets into manageable sets, bind with cover 8 sheets, and print suitable titles, dates and other identification on cover of each set. 9 5) Updates: Keep current during entire course of Work and available on request for 10 examination by Architect and, when necessary, to establish clearances for other 11 parts of Work. Failure to do so to Architect's satisfaction is grounds for withholding 12 progress payment and final payment. 13 6) Submittal: Submit as -built drawings with record drawings. As -built drawings will be 14 returned to Contractor after Architect's review and acceptance of record drawings. 15 b. Upon completion of the Work, the Contractor shall provide, at his expense, one complete 16 set of revised contract drawings on reproducible diazo mylar and one complete set of 17 blue- or black -line white prints. Submit record drawings to the Architect for approval and 18 transmittal to the Owner. 19 2. Record Drawings: Legibly mark each item to record actual construction including: 20 a. Concealed Work: Make it possible, using these drawings, to correctly and easily locate, 21 identify and establish orientations, sizes, routings, directions and other features of work 22 which will be concealed underground and /or in finished building. 23 b. General: Following requirements apply to record drawings. 24 1) Quality: Do drawings carefully and neatly by competent draftsman and in form 25 approved by Architect. Use ink marking pen of type specifically for mylars. 26 2) Additional Drawings: Provide as necessary for clarification. 27 3) Identity: Stamp each sheet "RECORD DRAWINGS" and date same. 28 4) Submittal: Submit record drawings, one (1) set of mylars and three (3) sets of blue 29 lines. 30 c. Measured horizontal and vertical locations of underground utilities and appurtenances, 31 referenced to permanent surface improvements. 32 d. Field changes of dimension and detail. 33 e. Details not on original Contract drawings. 34 3. Specifications. 35 a. Record Manual: Maintain one complete copy of Project Manual, expanded to include 36 Addenda, and Modifications issued in printed form during construction. Mark these 37 documents to show substantial variations in actual Work performed in comparison with 38 text of manual. Give particular attention to substitutions, selection of options and similar 39 information on elements that are concealed or cannot otherwise be readily discerned 40 later by direct observation. Note related record drawing information and Product Data. 41 b. Record Product Data: Maintain one copy of each Project Data submittal. Mark these 42 documents to show significant variations in actual work performed in comparison with 43 information submitted. Include variations in products delivered to site, and from 44 manufacturer's installation instructions and recommendations. Give particular attention to 45 concealed products and portions of Work, which cannot otherwise be readily discerned 46 later by direct observation. Note related Change Orders and mark -up of record drawings 47 and manual on Product Data. 48 c. Record Samples: Immediately prior to date or dates of Substantial Completion, meet at 49 site with Architect and Owner's personnel to determine which of submitted samples that 50 have been maintained during progress of Work are to be transmitted to Owner for record 51 purposes. Comply with delivery to Owner's sample storage area. 29016 1 Fort Stevens i Mill Pond CLOSEOUT SUBMITTALS 01780-4 ' Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 d. Record Changes: Note the following related items:Addenda, with "ADD- (No.) ". Note 2 related accepted and unaccepted Alternates, with "ALT- (No.) ". Note related ' 3 Modifications; with "RFI- (No.), AS[-(No.). CCD- (No.), and COP- (No.) ". 4 1) Items added by Addendum. 5 2) Accepted Alternate Bid items. ' 6 3) Modifications made by: RFI- (No.), ASI- (No.), CCD- (No.), and COP- (No.). 7 e. Upon completion of the Work, submit two copies of the record Specifications to the 8 Architect for approval and transmittal to the Owner. 9 4. Addenda. ' 10 5. Change Orders and other modifications to the Contract. 11 B. Ensure entries are complete and accurate, enabling future reference by Yelm Community Schools. ' 12 C. Store record documents separate from documents used for construction. 13 D. Record information concurrent with construction progress. 14 E. Specifications: Legibly mark and record at each product section description of actual products ' 15 installed, including the following: 16 1. Changes made by Addenda and modifications. ' 17 F. Record Drawings and Shop Drawings: Legibly mark each item to record actual construction 18 including: 19 1. Field changes of dimension and detail. ' 20 2. Details not on original Contract drawings. DATA 21 3.03 OPERATION AND MAINTENANCE 22 A. For Each Product or System: List names, addresses and telephone numbers of Subcontractors ' 23 and suppliers, including local source of supplies and replacement parts. 24 B. Product Data: Mark each sheet to clearly identify specific products and component parts, and data 25 applicable to installation. Delete inapplicable information. ' 26 C. Drawings: Supplement product data to illustrate relations of component parts of equipment and 27 systems, to show control and flow diagrams. Do not use Project Record Documents as 28 maintenance drawings. 29 D. Typed Text: As required to supplement product data. Provide logical sequence of instructions for 30 each procedure, incorporating manufacturer's instructions. ' 31 32 E. Submittal schedule: 1. Preliminary Draft: 33 a. Submit two (2) copies of proposed format, approximately thirty (30) days before 34 substantial completion 35 b. Architect will review and return one (1) copy with comments 36 c. Final Submittal: 37 1) Submit, in final form, one (1) copy of complete data fifteen (15) days prior to 38 Substantial Completion inspection. Copy will be returned with comments. 39 2) Submit four (4) copies in approved final form at Substantial Completion inspection. 40 3.04 OPERATION AND MAINTENANCE DATA FOR MATERIALS AND FINISHES 41 A. For Each Product, Applied Material, and Finish: 42 1. Product data, with catalog number, size, composition, and color and texture designations. 43 2. Information for re- ordering custom manufactured products. 44 B. Instructions for Care and Maintenance: Manufacturer's recommendations for cleaning agents and ' 45 methods, precautions against detrimental cleaning agents and methods, and recommended 46 schedule for cleaning and maintenance. ' 2901s1FOrtStevens, wlPon, CLOSEOUT SUBMITTALS 01780 -5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.06 OPERATION AND MAINTENANCE DATA FOR EQUIPMENT AND SYSTEMS 2 A. For Each Item of Equipment and Each System: 3 C. 1. Description of unit or system, and component parts. 4 2. Identify function, normal operating characteristics, and limiting conditions. 5 3. Include performance curves, with engineering data and tests. 6 D. 4. Complete nomenclature and model number of replaceable parts. 7 B. Operating Procedures: Include start-up, break -in, and routine normal operating instructions and 8 E. sequences. Include regulation, control, stopping, shut -down, and emergency instructions. Include 9 summer, winter, and any special operating instructions. 10 C. Maintenance Requirements: Include routine procedures and guide for preventative maintenance 11 G. and trouble shooting; disassembly, repair, and reassembly instructions, and alignment, adjusting, 12 balancing, and checking instructions. 13 D. Provide servicing and lubrication schedule, and list of lubricants required. 14 E. Include manufacturer's printed operation and maintenance instructions. 15 F. Include sequence of operation by controls manufacturer. 16 G. Provide original manufacturer's parts list, illustrations, assembly drawings, and diagrams required 17 for maintenance. 18 H. Additional Requirements: As specified in individual product specification sections. 19 3.06 OPERATION AND MAINTENANCE MANUALS 20 A. Prepare instructions and data by personnel experienced in maintenance and operation of 21 described products. 22 B. Prepare data in the form of an instructional manual. 23 C. Binders: Commercial quality, 8 -112 by 11 inch three D side ring binders with durable plastic covers: 24 2 inch maximum ring size. When multiple binders are used, correlate data into related consistent 25 groupings. 26 D. Cover: Identify each binder with typed or printed title OPERATION AND MAINTENANCE 27 INSTRUCTIONS; identify title of Project; identify subject matter of contents. 28 E. Provide tabbed dividers for each separate product and system, with typed description of product 29 and major component parts of equipment. 30 F. Text: Manufacturer's printed data, or typewritten data on 24 pound paper. 31 G. Drawings: Provide with reinforced punched binder tab. Bind in with text; fold larger drawings to 32 size of text pages. 33 H. Arrange content by systems under section numbers and sequence of Table of Contents of this 34 Project Manual. 35 I. Contents: Prepare a Table of Contents for each volume, with each product or system description 36 identified, in three parts as follows: 37 1. Part 1: Directory listing names, addresses, and telephone numbers of Architect (Erickson 38 McGovern), Contractor, Subcontractors, and major equipment suppliers. 39 2. Part 2: Operation and maintenance instructions, arranged by system and subdivided by 40 specification section. For each category, identify names, addresses, and telephone numbers 41 of Subcontractors and suppliers. Identify the following: 42 a. Significant design criteria. 43 b. List of equipment. 44 c. Parts list for each component. 45 d. Operating instructions. 290161 Fort Stevens i Mill Pons; CLOSEOUT SUBMITTALS 01780-6 I 1 1 1 1 1 1 1 1 Fort Stevens t Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 e. Maintenance instructions for equipment and systems. 2 f. Maintenance instructions for special finishes, including recommended cleaning methods 3 and materials, and special precautions identifying detrimental agents. 4 3. Part 3: Project documents and certificates, including the following: 5 a. Shop drawings and product data. 6 b. Air and water balance reports. 7 c. Certificates. 8 J. Table of Contents: Provide title of Project; names, addresses, and telephone numbers of Architect 9 (Erickson McGovern), Consultants, and Contractor with name of responsible parties; schedule of 10 products and systems, indexed to content of the volume. 11 3.07 WARRANTIES AND BONDS 12 A. Definitions: 13 1. "Guarantee" and "warranty" are used interchangeably. 14 2. "Standard product warranties" are preprinted, written warranties published by individual 15 manufacturers for particular products and are specifically endorsed by the manufacturer to the 16 Owner 17 3. "Special warranties" are written warranties required by or incorporated into the contract 18 documents either to extend time limits provided by standard warranties or to provide greater 19 rights for the Owner. 20 B. Obtain warranties and bonds, executed in duplicate by responsible Subcontractors, suppliers, and 21 manufacturers, within 10 days after completion of the applicable item of work. Except for items put 22 into use with Yelm Community Schools's permission, leave date of beginning of time of warranty 23 until the Date of Substantial completion is determined. 24 C. Verify that documents are in proper form, contain full information, and are notarized. 25 D. Co- execute submittals when required. 26 E. Retain warranties and bonds until time specified for submittal. 27 F. Manual: Bind in commercial quality 8 -1/2 by 11 inch three D side ring binders with durable plastic 28 covers. 29 G. Cover: Identify each binder with typed or printed title WARRANTIES AND BONDS, with title of 30 Project; name, address and telephone number of Contractor and equipment supplier, and name of 31 responsible company principal. 32 N. Table of Contents: Neatly typed, in the sequence of the Table of Contents of the Project Manual, 33 with each item identified with the number and title of the specification section in which specified, 34 and the name of product or work item. 35 I. Separate each warranty or bond with index tab sheets keyed to the Table of Contents listing. 36 Provide full information, using separate typed sheets as necessary. List Subcontractor, supplier, 37 and manufacturer, with name, address, and telephone number of responsible principal. 38 J. Disclaimers and Limitations: 39 1. Manufacturer's disclaimers and limitations on product warranties shall not relieve the 40 contractor of the general warranty on the work under this contract that incorporates the 41 products nor does it relieve suppliers, manufacturers, and subcontractors required to 42 countersign special warranties with the contractor. 43 2. The contractor is obligated to comply with warranties under the contract or at law regardless of 44 the terms and conditions of warranties of supplier, manufacturer and subcontractors extended 45 to the contractor. 1 29616, lor[ Slevem I M,11 Pond CLOSEOUT SUBMITTALS 01780-7 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 K. Warranty Obligations: 2 1. Restore or remove and replace warranted work to its originally specified condition at such time 3 during warranty as it does not comply with or fulfill terms of warranty. Restore or remove and 4 replace other work which has been damaged by failure of warranted work or which must be 5 removed and replaced to gain access to warranted work 6 2. Except as other wise indicated or required by governing regulations, warranties do not cover 7 damage to building contents (other than work or contract) which results from failure of 8 warranted work. 9 3. Cost of restoration or removal and replacement is contractor's obligation without regard to 10 whether Owner has already benefited from use of ailing work. 11 L. Owner's Recourse: 12 1. Warranties and warranty periods do not diminish implied warranties and do not deprive Owner 13 of actions, rights, and remedies otherwise available for Contractor's failure to fulfill 14 requirements of the Contract Documents or rights and causes of action of or by the Owner 15 available at law. Owner reserves the right to reject coincidental product warranties considered 16 to be conflicting with or detracting from requirements of the Contract Documents. 17 END OF SECTION 29016 1 Fort Stevens i Mill Pond CLOSEOUT SUBMITTALS 01780 -8 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 05500 2 3 METAL FABRICATIONS 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Shop fabricated steel and aluminum items. Includes: 7 1. Rough hardware. 8 2. Miscellaneous framing and supports. 9 1.02 RELATED REQUIREMENTS 10 A. Section 06100 - Rough Carpentry. 11 B. Section 06200 - Finish Carpentry. 12 C. Section 09900 - Paints and Coatings: Paint finish. 13 1.03 REFERENCE STANDARDS 14 A. AAMA 611 - Voluntary Specification for Anodized Architectural Aluminum; American Architectural 15 Manufacturers Association, 1998. 16 B. ASTM A 123/A 123M - Standard Specification for Zinc (Hot -Dip Galvanized) Coatings on Iron and 17 Steel Products, 2002. 18 C. ASTM A 307 - Standard Specification for Carbon Steel Bolts and Studs, 60,000 PSI Tensile 19 Strength; 2007b. 20 D. ASTM B 209 - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate, 2007. 21 E. ASTM B 209M - Standard Specification for Aluminum and Aluminum -Alloy Sheet and Plate [Metric], 22 2007, 23 F. ASTM B 210 - Standard Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes, 24 2004, 25 G. ASTM B 210M - Standard Specification for Aluminum and Aluminum -Alloy Drawn Seamless Tubes 26 (Metric); 2005. 27 H. ASTM B 211 - Standard Specification for Aluminum and Aluminum -Alloy Bar, Rod, and Wire; 2003. 28 I. ASTM B 211 M - Standard Specification for Aluminum and Aluminum -Alloy Bar, Rod, and Wire 29 (Metric), 2003. 30 J. ASTM B 221 - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, 31 Wire, Profiles, and Tubes; 2008. 32 K. ASTM B 221 M - Standard Specification for Aluminum and Aluminum -Alloy Extruded Bars, Rods, 33 Wire, Profiles, and Tubes [Metric], 2007. 34 L. AWS A2.4 - Standard Symbols for Welding, Brazing, and Nondestructive Examination; American 35 Welding Society, 2007. 36 M. AWS D1.1/D1.1 M - Structural Welding Code - Steel, American Welding Society, 2008. 37 N. AWS D1.2/D1.2M - Structural Welding Code - Aluminum; American Welding Society, 2003, and 38 Errata 2004. 39 O. SSPC -Paint 15 - Steel Joist Shop Primer, Society for Protective Coatings; 1999 (Ed. 2004). 40 P. SSPC -Paint 20 - Zinc -Rich Primers (Type I, "Inorganic," and Type II, "Organic "). Society for 41 Protective Coatings; 2002 (Ed. 2004). 1 21016 1 For, Stevens / K11 Pond METAL FABRICATIONS 05500-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1.04 SUBMITTALS 2 A. See Section 01300 - Administrative Requirements, for submittal procedures. 3 B. Shop Drawings: Indicate profiles, sizes, connection attachments, reinforcing, anchorage, size and 4 type of fasteners, and accessories. Include erection drawings, elevations, and details where 5 applicable. 6 1. Indicate welded connections using standard AWS A2.4 welding symbols. Indicate net weld 7 lengths. 8 C. Welders' Certificates: Submit certification for welders employed on the project, verifying AWS 9 qualification within the previous 12 months. 10 1.05 QUALITY ASSURANCE 1 1 A. Fabricator Qualifications: Firm experienced in producing metal fabrications similar to those 12 indicated for this Project with a record of successful in- service performance, and with sufficient 13 production capacity to produce required units without delaying the Work. This fabrication firm shall 14 meet all applicable provisions of the Welding Standards as listed in the following paragraph. 15 B. Welding Standards: Comply with applicable provisions of AWS D1.1 "Structural Welding Code - 16 Steel," AWS D1.2 "Structural Welding Code - Aluminum," AWS D1.3 "Structural Welding Code - 17 Sheet Steel," WABO and ICBO. 18 1. Certify that each welder has satisfactorily passed AWS qualification tests for welding 19 processes involved and, if pertinent, has undergone recertification. 20 1.06 PROJECT CONDITIONS 21 A. Field Measurements: Check actual locations of walls and other construction to which metal 22 fabrications must fit by accurate field measurements before fabrication. Show recorded 23 measurements on final shop drawings. Coordinate fabrication schedule with construction progress 24 to avoid delaying the Work. 25 1. Where field measurements cannot be made without delaying the Work, guarantee dimensions 26 and proceed with fabricating products without field measurements. Coordinate construction to 27 ensure that actual dimensions correspond to guaranteed dimensions. Allow for trimming and 28 fitting. 29 PART PRODUCTS 30 2.01 MATERIALS - STEEL 31 A. Fasteners: 32 1. Bolts, Nuts, and Washers: Regular hexagon -head bolts, ASTM A307, Grade A (ASTM F 568, 33 Property Class 4.6), with hex nuts, ASTM A 563 (ASTM A 563M), and where indicated, flat 34 washers. 35 2. Machine Screws: ANSI 1318.6.3. 36 3. Lag Bolts: ANSI 1318.2.1 (ANSI 1318.2.3.8M). 37 4. Wood Screws: Flat head, carbon steel, ASNI 1318.6.1. 38 5. Plain Washers: Round, carbon steel, ASNI B18.22.1 (ANSI B18.22M). 39 6. Lock Washers: Helical, spring type, carbon steel, ASNI B18.21.1. 40 7. Expansion Anchors: Anchor bolt and sleeve assembly of material indicated below with 41 capability to sustain, without failure, a load equal to 6 times the load imposed when installed in 42 unit masonry and equal to 4 times the load imposed when installed in concrete as determined 43 by testing per ASTM E 488 conducted by a qualified independent testing agency. 44 a. Material: Carbon steel components zinc - plated to comply with ASTM B 633, Class Fe /Zn 45 5. 46 b. Toggle Bolts: FS FF -B -588, tumble -wing type, class and style as required. 47 B. Shop and Touch -Up Primer: SSPC -Paint 15, complying with VOC limitations of authorities having 48 jurisdiction. 290161 Fort Stevens / mil Pond METAL FABRICATIONS 05500-2 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 C. Touch -Up Primer for Galvanized Surfaces: SSPC -Paint 20, Type I - Inorganic, complying with 2 VOC limitations of authorities having jurisdiction. 3 2.02 MATERIALS -ALUMINUM 4 A. Extruded Aluminum: ASTM B 221 (ASTM B 221 M), 6063 alloy, T6 temper. 5 B. Sheet Aluminum: ASTM B 209 (ASTM B 209M), 5052 alloy, H32 or H22 temper. 6 C. Aluminum -Alloy Drawn Seamless Tubes: ASTM B 210 (ASTM B 210M), 6063 alloy, T6 temper. 7 D. Aluminum -Alloy Bars: ASTM B 211 (ASTM B 211 M), 6061 alloy, T6 temper. 8 E. Bolts, Nuts, and Washers: Stainless steel. 9 F. Welding Materials: AWS D1.21D1.2M, type required for materials being welded. 10 2.03 FABRICATION 1 1 A. Fit and shop assemble items in largest practical sections, for delivery to site. 12 B. Fabricate items with joints tightly fitted and secured. 13 C. Continuously seal joined members by intermittent welds and plastic filler. 14 D. Grind exposed joints flush and smooth with adjacent finish surface. Make exposed joints butt tight, 15 flush, and hairline. Ease exposed edges to small uniform radius. 16 E. Exposed Mechanical Fastenings: Flush countersunk screws or bolts, unobtrusively located; 17 consistent with design of component, except where specifically noted otherwise. 18 F. Supply components required for anchorage of fabrications. Fabricate anchors and related 19 components of same material and finish as fabrication, except where specifically noted otherwise. 20 G. Shear and punch metals cleanly and accurately. Remove burrs. 21 H. Ease exposed edges to a radius of approximately 1/32 inch (1 mm), unless otherwise indicated. 22 Form bent metal corners to smallest radius possible without causing grain separation or otherwise 23 impairing work. 24 I. Weld corners and seams continuously to comply with the following: 25 1. Use materials and methods that minimize distortion and develop strength and corrosion 26 resistance of base metals. 27 2. Obtain fusion without undercut or overlap. 28 3. Remove welding flux immediately. 29 4. At exposed connections, finish exposed welds and surfaces smooth and blended so that no 30 roughness shows after finishing, and contour of welded surface matches those adjacent. 31 5. Form exposed connections with hairline joints, flush and smooth, using concealed fasteners 32 wherever possible. Use exposed fasteners of type indicated or, if not indicated, Phillips flat - 33 head (countersunk) screws or bolts. Locate joints where least conspicuous. 34 6. Provide for anchorage of type indicated; coordinate with supporting structure. Fabricate and 35 space anchoring devices to secure metal fabrications rigidly in place and to support indicated 36 loads. 37 7. Shop Assembly: Preassemble items in shop to greatest extent possible to minimize field 38 splicing and assembly. Disassemble units only as necessary for shipping and handling 39 limitations. Use connections that maintain structural value of joined pieces. Clearly mark 40 units for reassembly and coordinated installation. 41 8. Cut, reinforce, drill, and tap metal fabrications as indicated to receive finish hardware, screws, 42 and similar items. 43 9. Fabricate joints that will be exposed to weather in a manner to exclude water, or provide weep 44 holes where water may accumulate. 1 290161 Fort Stevens /Mill Pona METAL FABRICATIONS 05500-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2.04 ROUGH HARDWARE 2 A. Fabricate items to sizes, shapes, and dimensions required. Furnish malleable -iron washers for 3 24 heads and nuts that bear on wood structural connections, and furnish steel washers elsewhere. 4 2.05 MISCELLANEOUS FRAMING AND SUPPORTS 5 A. General: Provide steel framing and supports for applications indicated that are not a part of 6 27 structural steel framework as required to complete the Work. 7 B. Galvanize miscellaneous framing and supports in the following locations: 8 B. 1. Exterior locations. 9 C. 2. Interior locations where indicated. 10 2.06 FINISHES - STEEL 11 A. Prime paint all steel items. 12 B. Clean surfaces of rust, scale, grease, and foreign matter prior to finishing. 13 C. Shop Primer for Ferrous Metal: Fast curing, lead and chromate free, universal modified alkyd 14 35 primer complying with performance requirements of FS TT -P -664, selected for good resistance to 15 36 normal atmospheric corrosion, compatibility with finish paint systems indicated, and capability to 16 37 provide a sound foundation for field applied topcoats despite prolonged exposure. 17 D. Galvanizing Repair Paint: High zinc dust content paint for regalvanizing welds in galvanized steel, 18 39 with dry film containing not less than 94 percent zinc dust by weight, and complying with DOD -P- 19 40 21035 or SSPC -Paint 20. 20 E. Bituminous Paint: Cold applied asphalt mastic complying with SSPC -Paint 12, except containing 21 no asbestos fibers. 22 F. Prime Painting: One coat. 23 G. Galvanizing of Structural Steel Members: Galvanize after fabrication to ASTM A 123/A 123M 24 requirements. 25 H Galvanizing of Non - structural Items: Galvanize after fabrication to ASTM A 123/A 123M 26 requirements. 27 2.07 FINISHES -ALUMINUM 28 A Exterior Aluminum Surfaces. Class I natural anodized. 29 B. Interior Aluminum Surfaces: Class I natural anodized. 30 C. Class I Natural Anodized Finish: AAMA 611 AA- Ml 2C22A41 Clear anodic coating not less than 31 0.7 mils thick. 32 2.08 FABRICATION TOLERANCES 33 A. Squareness: 1/8 inch maximum difference in diagonal measurements. 34 B. Maximum Offset Between Faces: 1/16 inch. 35 C. Maximum Misalignment of Adjacent Members: 1/16 inch. 36 D. Maximum Bow: 1/8 inch in 48 inches. 37 E. Maximum Deviation From Plane: 1/16 inch in 48 inches. 38 PART 3 EXECUTION 39 3.01 EXAMINATION 40 A. Verify that field conditions are acceptable and are ready to receive work. 290161 Fort Stevens i Mo Pono METAL FABRICATIONS 05500-4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.02 PREPARATION 2 A. Clean and strip primed steel items to bare metal where site welding is required. 3 B. Supply setting templates to the appropriate entities for steel items required to be cast into concrete 4 or embedded in masonry. 5 C. Coordinate and furnish anchorages, setting drawings, diagrams, templates, instructions, and 6 directions for installing anchorages, including concrete inserts, sleeves, anchor bolts, and 7 miscellaneous items having integral anchors that are to be embedded in concrete or masonry 8 construction. Coordinate delivery of such items to Project site. 9 3.03 INSTALLATION 10 A. Install items plumb and level, accurately fitted, free from distortion or defects. 1 1 B. Provide for erection loads, and for sufficient temporary bracing to maintain true alignment until 12 completion of erection and installation of permanent attachments. 13 C. Field weld components indicated. 14 1. Perform field welding in accordance with AWS D1.1/D1.1 M. 15 D. Obtain approval prior to site cutting or making adjustments not scheduled. 16 E. After erection, prime welds, abrasions, and surfaces not shop primed or galvanized, except 17 surfaces to be in contact with concrete. 18 F. Cutting, Fitting, and Placement: Perform cutting, drilling, and fitting required for installing 19 miscellaneous metal fabrications. Set metal fabrication accurately in location, alignment. and 20 elevation; with edges and surfaces level, plumb, true, and free of rack; and measured from 21 established lines and levels. 22 G. Provide temporary bracing or anchors in formwork for items that are to be built into concrete 23 masonry or similar construction. 24 H. Fit exposed connections accurately together to form hairline joints. Weld connections that are not 25 to be left as exposed joints but cannot be shop - welded because of shipping size limitations. Do not 26 weld, cut, or abrade the surfaces of exterior units that have been hot -dip galvanized after 27 fabrication and are intended for bolted or screwed field connections. 28 3.04 ADJUSTING AND CLEANING 29 A. Touch -up Painting: Immediately after erection, clean field welds, bolted connections, and abraded 30 areas of shop paint, and paint exposed areas with same material as used for shop painting to 31 comply with SSPC -PA 1 requirements for touching up shop painted surfaces. 32 1. Apply by brush or spray to provide a 2.0 mil (0.05 mm) minimum dry film thickness. 33 2. Touch -up Painting: Cleaning and touch -up painting of field welds, bolted connections, and 34 abraded areas of the shop paint on miscellaneous metal is specified in Division 9 Section 35 'Painting." 36 3. For galvanized surfaces, clean welds, bolted connections, and abraded areas, and apply 37 galvanizing repair paint to comply with ASTM A 780. 38 END OF SECTION 1 290161 Fort Stevens i Mill Pond METAL FABRICATIONS 06600-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 SECTION 06100 2 3 ROUGH CARPENTRY 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Structural dimension lumber framing. 7 B. Sheathing. 8 C. Roof - mounted curbs. 9 D. Roofing nailers. 10 E. Preservative treated wood materials. 11 F. Miscellaneous framing and sheathing. 12 G. Fasteners and anchors. 13 H. Wood nailers and curbs for roofing and items installed on roof. 14 I. Concealed wood blocking, nailers, and supports. 15 J. Miscellaneous wood nailers, furring, and grounds. 16 K. Water- resistive barrier over wall sheathing. ) 7 1.02 RELATED REQUIREMENTS 18 A. Section 05500 - Metal Fabrications: Miscellaneous steel connectors and support angles for wood 19 framing. 20 B. Section 07260 - Weather Barriers: Water- resistive barrier over sheathing. 21 C. Section 07311 - Asphalt Shingles 22 D. Section 07550 - Modified Asphalt Membrane 23 E. Section 07620 - Sheet Metal Flashing and Trim: Sill (lashings. 24 1.03 REFERENCE STANDARDS 25 A. AFPA (WFCM) - Wood Frame Construction Manual for One- and Two - Family Dwellings; American 26 Forest and Paper Association: 2001. 27 B. ASTM A 153/A 153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 28 Hardware; 2005. 29 C. ASTM E 84 - Standard Test Method for Surface Burning Characteristics of Building Materials; 30 2008. 31 D. PS 1 - Structural Plywood; 2007. 32 E. PS 20 - American Softwood Lumber Standard, National Institute of Standards and Technology 33 (Department of Commerce); 2005. 34 F. RIS (GR) - Standard Specifications for Grades of California Redwood Lumber, Redwood Inspection 35 Service; 2000. 36 G. SPIB (GR) - Grading Rules; Southern Pine Inspection Bureau, Inc., 2002. 37 H. WCLIB (GR) - Standard Grading Rules for West Coast Lumber No. 17; West Coast Lumber 38 Inspection Bureau; 2004, and supplements. 39 I. WWPA G -5 - Western Lumber Grading Rules: Western Wood Products Association, 2005. 1 290161 Fort Stevens 1 Mill Pond ROUGH CARPENTRY 06100-1 9 10 11 12 13 14 15 16 17 K 19 20 21 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide technical data on wood preservative materials, underlayment, air - infiltration barriers, and metal framing anchors. C. Manufacturer's Certificate: Certify that wood products supplied for rough carpentry meet or exceed specified requirements. D. Warranty of chemical treatment manufacturer for each type of treatment. 1.05 QUALITY ASSURANCE A. Lumber: Comply with PS 20 and approved grading rules and inspection agencies. 1. Acceptable Lumber Inspection Agencies: RIS. B. Exposed -to -View Rough Carpentry: Submit manufacturer's certificate that products meet or exceed specified requirements, in lieu of grade stamping. C. Fire- Retardant Treated Wood: Mark each piece of wood with producer's stamp indicating compliance with specified requirements. D. Preservative- Treated Wood: Provide lumber and plywood marked or stamped by an ALSC- accredited testing agency, certifying level and type of treatment in accordance with AWPA standards. 1.06 DELIVERY, STORAGE, AND HANDLING A. General: Cover wood products to protect against moisture. Support stacked products to prevent deformation and to allow air circulation. PART PRODUCTS 22 2.01 GENERAL REQUIREMENTS 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 A. Dimension Lumber: Comply with PS 20 and requirements of specified grading agencies. 1. If no species is specified, provide any species graded by the agency specified; if no grading agency is specified, provide lumber graded by any grading agency meeting the specified requirements. 2. Grading Agency: Any grading agency whose rules are approved by the Board of Review, American Lumber Standard Committee (www.alsc.org) and who provides grading service for the species and grade specified; provide lumber stamped with grade mark unless otherwise indicated. B. Lumber fabricated from old growth timber is not permitted. C. Lumber Standards: Comply with DOC PS 20, "American Softwood Lumber Standard," and with applicable grading rules of inspection agencies certified by ALSC's Board of Review. D. Inspection Agencies: Inspection agencies, and the abbreviations used to reference them, include the following: 1. WCLIB - West Coast Lumber Inspection Bureau. 2. WWPA - Western Wood Products Association. 3. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection agency evidencing compliance with grading rule requirements and identifying grading agency, grade, species, moisture content at time of surfacing, and mill. 4. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, or omit grade stamps and provide grade - compliance certificates issued by inspection agency. 29016 1 Fort Stevens / Mill Pond ROUGH CARPENTRY 06100-2 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 E. Where nominal sizes are indicated, provide actual sizes required by DOC PS 20 for moisture ' 2 content specified. Where actual sizes are indicated, they are minimum dressed sizes for dry 3 lumber. 4 1. Provide dressed lumber, S4S, unless otherwise indicated. ' 5 2. Provide dry lumber with 19 percent maximum moisture content at time of dressing for 2 -inch 6 nominal (38 -mm actual) thickness or less, unless otherwise indicated. 7 2.02 DIMENSION LUMBER FOR CONCEALED APPLICATIONS ' 8 A. Grading Agency: Western Wood Products Association (WWPA). 9 B. Grade: See Structural General Notes. t10 C. Sizes: Nominal sizes as indicated on drawings, S4S. 11 D. Moisture Content: S -dry or MC19. ' 12 E. Sizes: Framing members shall be as shown on the drawings. 13 F. Structural Blocking: See Structural Drawings for structural blocking. 14 G. Miscellaneous Framing, Blocking, Nailers, Grounds, and Furring: ' 15 1. Lumber: S4S, No. 2 or Standard Grade. 16 2. Boards: Standard or No. 3. 17 2.03 EXPOSED DIMENSION LUMBER 18 A. Grading Agency: West Coast Lumber Inspection Bureau (WCLIB). 19 B. Sizes: Nominal sizes as indicated on drawings, S4S. (See Structural Notes.) ' 20 C. Moisture Content: S -dry or MC19. 21 D. For exposed framing lumber, provide material complying with the following requirements: 22 1. Definition: Exposed framing refers to dimension lumber that is not concealed by other t 23 construction and is indicated to receive a stained or natural finish, i.e., exposed backing for 24 fascia and rake boards. 25 2. Grading: Material hand - selected at factory from lumber of species and grade indicated below 26 that complies with "Appearance" grade requirements of ALSC National Grading Rule; issue ' 27 inspection certificate of inspection agency for selected material. 28 a. For miscellaneous wood trim not included as standing or running trim, use Douglas Fir 29 Industrial Clear "C Industrial" MG per WCLB No. 17, Pg. 111, Par. 151 -c. ' 30 E. Sizes: Framing members shall be as shown on drawings. 31 2.04 MISCELLANEOUS LUMBER 32 A. General: Provide lumber for support or attachment of other construction, including rooftop 33 equipment curbs and support bases, cant strips, bucks, nailers, blocking, furring, grounds, 34 stripping, and similar members. ' 35 B. Fabricate miscellaneous lumber from dimension lumber of sizes indicated and into shapes shown. 36 C. Moisture Content: 19 percent maximum for lumber items not specified to receive wood ' 37 preservative treatment. No. 3 Standard lumber ALSC's NGR's of 38 D. Grade: For dimension lumber sizes, provide or grade per 39 any species. For board -size lumber, provide No. 3 Common grade per NELMA, NLGA, or WWPA, ' 40 No. 2 grade per SPIB; or Standard grade per NLGA, WCLIB, or WWPA of any species. 290161 Fort Stevens I wil Pono ROUGH CARPENTRY 06100-3 2 3 4 5 6 7 8 9 10 12 13 14 15 16 17 18 19 F 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 2.05 CONSTRUCTION PANELS A. Structural -Use Panel Standards: Shall be plywood. Shall comply with PS 1 "U.S. Product Standard for Construction and Industrial Plywood" for plywood panels and, for products not manufactured under PS 1 provisions, with APA - The Engineered Wood Association "Performance Standard and Policies for Structural Use Panels," Form No. E445. 1. General: Where structural use panels are indicated for the following concealed types of applications, provide APA Performance Rated Panels of Span Rating per Structural Notes on drawings. a. Roof Sheathing (Plywood only): 1) Required to be tongue and groove (T &G). 2) Non - structural sheathing for rigid insulation application shall be 7/16" plywood - (Plywood only). B. Trademark: Furnish construction panels that are each factory- marked with APA trademark evidencing compliance with grade requirements. C. Roof Sheathing, for exposed soffit areas: APA PRP- 108 /APA PRPR -108, Form B455, Structural I Rated Sheathing, Exterior Exposure Class, and as follows: 1. Thickness: 7/16 ". 2. Grade: A/C. a. Provide "A" side to exposure (down). 2.06 ACCESSORIES A. Fasteners and Anchors: 1. Metal and Finish: Hot - dipped galvanized steel per ASTM A 153/A 153M for high humidity and preservative- treated wood locations, unfinished steel elsewhere. 2. Metal Framing Anchors (Connectors and Fasteners): a. General: Provide galvanized steel framing anchors of structural capacity, type, size indicated, and as follows: 1) Research or Evaluation Reports: Provide products for which model code research or evaluation reports exist that are acceptable to authorities having jurisdiction and that evidence compliance of metal framing anchors for application indicated with building code in effect for Project. 2) Allowable Design Loads: Provide products with allowable design loads, as published by manufacturer, that meet or exceed those indicated. Manufacturer's published values shall be determined from empirical data or by rational engineering analysis, and demonstrated by comprehensive testing performed by a qualified independent testing agency. 3) Galvanized Steel Sheet: Hot -dip, zinc-coated steel sheet complying with ASTM standards for galvanized G60, G185, and G90 coating designation; structural, commercial, or lock- forming quality, as standard with manufacturer for type of anchor indicated. See Structural General Notes for acceptable connectors and fasteners to be used in conjunction with various preservative wood treatments. b. Nails: FS FF -N -105. 1) Use Stainless Steel nails at pressure and fire treated sheathing. c. Power- Driven Fasteners: CABO NER -272. d. Wood Screws: ASME B18.6.1. e. Lag Bolts: ASME B18.2.1. (ASME B18.2.3.8M) f. Bolts: Steel bolts complying with ASTM A 307, Grade A (ASTM F 568, Property Class 4.6); with ASTM A 563 (ASTM A 563M) hex nuts and, where indicated, flat washers. 290161 Fort Stevens / Mill Pond ROUGH CARPENTRY 06100-4 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern ' 1 PART 3 EXECUTION 2 3.01 PREPARATION 3 A. Coordinate installation of rough carpentry members specified in other sections. ' 4 3.02 INSTALLATION -GENERAL 5 A. Select material sizes to minimize waste. 6 B. Reuse scrap to the greatest extent possible; clearly separate scrap for use on site as accessory 7 components, including: shims, bracing, and blocking. ' 8 9 3.03 FRAMING INSTALLATION A. General: 10 1. Discard units of material with defects that impair quality of rough carpentry and that are too 11 small to use with minimum number of joints or optimum joint arrangement. ' 12 2. Set rough carpentry to required levels and lines, with members plumb, true to line, cut, and 13 14 fitted. 3. Fit rough carpentry to other construction; scribe and cope as required for accurate fit. 15 Correlate location of furring, nailers, blocking, grounds, and similar supports to allow 16 17 attachment of other construction. 4. Apply field treatment complying with AWPA M4 to cut surfaces of preservative- treated lumber ' 18 19 and plywood. 5. Securely attach rough carpentry work to substrate by anchoring and fastening as indicated, 20 complying with the following 21 a. CABO NER -272 for power- driven staples, P- nails, and allied fasteners. 22 b. Published requirements of metal framing anchor manufacturer. 23 c. 'Table 2304.9.1 - Fastening Schedule" of the International Building Code. 24 6. Use common wire nails, unless otherwise indicated. Use finishing nails for finish work. Select 25 fasteners of size that will not fully penetrate members where opposite side will be exposed to 26 view or will receive finish materials. Make tight connections between members. Install ' 27 fasteners without splitting wood; predrill as required. 28 7. Use hot -dip galvanized or stainless -steel nails where rough carpentry is exposed to weather, t 29 30 in ground contact. 8. Countersink nail heads on exposed carpentry work and fill holes with wood filler. 31 9, Wood Nailers, Blocking, and Sleepers: 32 a. Install wood nailers, blocking, and sleepers where shown and where required for 33 attaching other work. Form to shapes shown and cut as required for true line and level of ' 34 attached work. Coordinate locations with other work involved. 35 b. Attach to substrates to support applied loading. Recess bolts and nuts flush with 36 surfaces, unless otherwise indicated. Build into masonry during installation of masonry ' 37 work. Where possible, anchor to formwork before concrete placement. 38 B. Select material sizes to minimize waste. 39 C. Reuse scrap to the greatest extent possible, clearly separate scrap for use on site as accessory ' 40 components, including: shims, bracing, and blocking. 41 D. Set structural members level, plumb, and true to line. Discard pieces with defects that would lower 42 required strength or result in unacceptable appearance of exposed members. ' 43 E. Make provisions for temporary construction loads, and provide temporary bracing sufficient to 44 maintain structure in true alignment and safe condition until completion of erection and installation 45 of permanent bracing. ' 46 F. Install structural members full length without splices unless otherwise specifically detailed. 29016 1 Fort Stevens / Mill Pona ROUGH CARPENTRY 06100-6 1 2 3 4 5 6 7 8 9 10 it 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern G. Comply with member sizes, spacing, and configurations indicated, and fastener size and spacing indicated, but not less than required by applicable codes and AFPA Wood Frame Construction Manual. H. Construct double joist headers at floor and ceiling openings and under wall stud partitions that are parallel to floor joists, use metal joist hangers unless otherwise detailed. I. Frame wall openings with two or more studs at each jamb; support headers on cripple studs. 3.04 BLOCKING, NAILERS, AND SUPPORTS A. Provide framing and blocking members as indicated or as required to support finishes, fixtures, specialty items, and trim. See Section 06114 - Wood Blocking and Curbing. 3.05 INSTALLATION OF ACCESSORIES AND MISCELLANEOUS WOOD A. Coordinate installation of wood decking, wood chord metal joists, glue laminated structural units, prefabricated wood trusses, and plywood web joists. B. Curb roof openings except where prefabricated curbs are provided. Form corners by alternating lapping side members. 1. Curbs for equipment to be minimum of 8" above finished roof. C. Coordinate curb installation with installation of decking and support of deck openings. 3.06 INSTALLATION OF CONSTRUCTION PANELS A. General: Comply with applicable recommendations contained in APA Form No. E30, "APA Design /Construction Guide: Residential & Commercial," for types of structural -use panels and applications indicated. B. Fastening Methods: Fasten panels as indicated below: 1. Sheathing: Nail and glue to framing. C. Roof Sheathing: Secure panels with long dimension perpendicular to framing members, with ends staggered and over firm bearing. 1. Use sheathing clips between roof framing members. 2. Provide solid edge blocking between sheets. 3. Nail panels to framing; staples are not permitted. 3.07 TOLERANCES A. Framing Members: 1/4 inch from true position, maximum. B. Variation from Plane (Other than Floors): 1/4 inch in 10 feet maximum, and 1/4 inch in 30 feet maximum. 3.08 QUALITY CONTROL TESTING DURING CONSTRUCTION A. General: The Owner will employ a testing agency to perform tests and observations and to submit reports as required per Section 01400 - Quality Requirements. 3.09 OBSERVATION FOR QUALITY CONTROL A. Nailing of plywood diaphragms: Periodic observations. B. Nailing of plywood shear walls: Periodic observations. 290161 Fort Stevens / Mill Pond ROUGH CARPENTRY 06100-6 1 2 3 4 5 6 7 8 9 10 I1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.10 CLEANING A. Waste Disposal: Comply with the requirements of Section 01500 -Temporary Facilities and Controls.. 1. Comply with applicable regulations. 2. Do not bum scrap on project site. 3. Do not burn scraps that have been pressure treated. 4. Do not send materials treated with pentachlorophenol, CCA, or ACA to co- generation facilities or "waste -to- energy" facilities. B. Do not leave any wood, shavings, sawdust, etc. on the ground or buried in fill. C. Prevent sawdust and wood shavings from entering the storm drainage system. END OF SECTION 29016 1 Fort Stevens / Mill Pond ROUGH CARPENTRY 06100-7 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 B. SECTION 06200 2 C. Section 07620 - Sheet Metal Flashing. 3 1.03 REFERENCE STANDARDS FINISH CARPENTRY 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Finish carpentry items. 7 B. Siding Board Type 8 C. Siding. 9 D. Finish carpentry miscellaneous materials. 10 PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology 1. Fasteners and anchorages. 11 (Department of Commerce); 2005. 2. Reglets - reveal molding. 12 E. Definition: Finish carpentry includes carpentry work which is exposed to view, is non - structural, 13 WWPA - Western Wood Products Association, and which is not specified as part of other sections. 14 1.02 RELATED REQUIREMENTS 15 A. Section 06100 - Rough Carpentry: Furring, blocking, and other carpentry work not exposed to 16 adjacent components. view. 17 B. Section 07311 - Asphalt Shingles. 18 C. Section 07620 - Sheet Metal Flashing. 19 1.03 REFERENCE STANDARDS 20 A. ANSI A208.1 - American National Standard for Particleboard; 1999. 21 B. ASTM A 153/A 153M - Standard Specification for Zinc Coating (Hot -Dip) on Iron and Steel 22 Hardware; 2005. 23 C. NHLA G -101 - Rules for the Measurement & Inspection of Hardwood & Cypress; National 24 Hardwood Lumber Association; 2007. 25 D. PS 1 - Structural Plywood, 2007. 26 E. PS 20 - American Softwood Lumber Standard; National Institute of Standards and Technology 27 (Department of Commerce); 2005. 28 F. WCLIB - West Coast Lumber Inspection Bureau. 29 G. WWPA - Western Wood Products Association, 30 1.04 ADMINISTRATIVE REQUIREMENTS 31 A. Coordinate the work with plumbing rough -in, electrical rough -in, and installation of associated and 32 adjacent components. 33 B. Sequence installation to ensure utility connections are achieved in an orderly and expeditious 34 manner. 35 1.05 SUBMITTALS 36 A. See Section 01300 - Administrative Requirements for submittal procedures. 37 B. Product Data: 38 C. Samples: Submit two samples of wood Vim 12 inches long. 1 210161 lod Stevens I M01 POM FINISH CARPENTRY 06200-1 2 3 4 5 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1.06 QUALITY ASSURANCE A. Factory-mark each piece of lumber and plywood with type, grade, mill and grading agency identification; except omit marking from surfaces to receive transparent finish, and submit mill certificate that material has been inspected and graded in accordance with requirements if it cannot be marked on a concealed surface. 1.07 DELIVERY, STORAGE, AND HANDLING A. Protect work from moisture damage. 1. Keep materials under cover and dry. Protect against exposure to weather and contact with damp or wet surfaces. Stack lumber, plywood, and other panels. Provide for air circulation within and around stacks and under temporary coverings. 2. Do not deliver interior finish carpentry until environmental conditions meet requirements specified for installation areas. If finish carpentry must be stored in other than installation areas, store only where environmental conditions meet requirements specified for installation areas. 1.06 PROJECT CONDITIONS A. Sequence installation to ensure utility connections are achieved in an orderly and expeditious manner. B. Coordinate the work with plumbing rough -in, electrical rough -in, and installation of associated and adjacent components. C. Weather Limitations: Proceed with installing exterior finish carpentry only when existing and forecasted weather conditions will permit work to be performed according to manufacturers recommendations and warranty requirements and at least one coat of specified finish to be applied without exposure to rain, snow or dampness. 24 1.09 PRIMING 25 A. Work of this Section shall be primed prior to installation as work of Section 09900 - Painting. 26 Coating with specified materials and under specified conditions may be applied either on site or off 27 site, at Contractor's option. Provide space and heat for priming and storage while prime coats are 28 drying. Painter subcontractor shall make an adequate quantity of priming material, of applicable 29 types, available to carpenters for priming job site cut ends and /or edges as the installation work 30 proceeds. 31 PART 2 PRODUCTS 32 2.01 MATERIALS —GENERAL 33 2.02 MATERIAL STANDARDS 34 A. Lumber Standards: Comply with document PS 20, "American Softwood Lumber Standard," for 35 lumber and with applicable grading rules of inspection agencies certified by American Lumber 36 Standards Committee Board of Review. 37 B. Woodworking Standard: Where indicated for a specific product, comply with specified provision of 38 the following: 39 1. Architectural Woodwork Institute (AWI) "Quality Standards." 40 C. Inspection Agencies. Inspection agencies, and other abbreviations used to reference them, include 41 the following: 42 1. NHLA - National Hardwood Lumber Association. 43 2. WCLIB -West Coast Lumber Inspection Bureau. 44 3. WWPA -Western Wood Products Association. 290161 Fort Stevens I Mill Pona FINISH CARPENTRY 06200-2 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern 1 D. Grade Stamps: Provide lumber with each piece factory marked with grade stamp of inspection ' 2 agency evidencing compliance with grading rule requirements and identifying grading agency, 3 grade, species, moisture content at time of surfacing, and mill. 4 1. For exposed lumber, furnish pieces with grade stamps applied to ends or back of each piece, ' 5 or omit grade stamps entirely and provide certificates of grade compliance issued by 6 inspection agency. 7 2.03 WOOD -BASED COMPONENTS 8 A. Wood fabricated from old growth timber is not permitted. 9 2.04 MATERIALS ' 10 A. Nominal sizes are indicated, except as shown by detailed dimensions. Provide dressed or worked 1 1 and dressed lumber, as applicable, manufactured to the actual sizes as required by PS 20 or to 12 actual sizes and pattern as shown, unless otherwise indicated. ' 13 B. Wood Moisture Content: Comply with requirements of specified inspection agencies and 14 manufacturer's recommendations for moisture content of finish carpentry and relative humidity 15 conditions existing during time of fabrication and in installation areas. ' 16 C. Lumber for Transparent Finish (Stained or Clear): Use pieces made of solid lumber stock. 17 D. Lumber for Painted Finish: At Contractor's option, use pieces which are either glued -up lumber or 18 19 made of solid lumber stock. E. For exterior finish carpentry work, use glued -up lumber complying with PS 56 for "wet -use" and 20 certified so by respective grading and inspecting agency for species and product indicated. ' 21 2.06 EXTERIOR FINISH CARPENTRY 22 A. Channel Siding (Ft. Stevens) 23 1. Size:lx6 24 2. Grade: A clear or better ' 25 3. Pattern: 105 26 4. Texture: Smooth Face 27 5. Moisture Content: Kiln -dried ' 28 6. Finish: Paint to match existing. 29 B. Bevel Siding (Mill Pond) 30 1. Size:lx6 ' 31 2. Grade: A clear or better 32 3. Pattern: Plain Bevel 33 4. Moisture Content: Kiln -dried ' 34 5. Finish: Stain to match existing 35 2.06 MISCELLANEOUS MATERIALS 36 A. Fasteners and Anchorages: Provide nails, screws and other anchoring devices of the type, size, ' 37 material and finish required for application indicated to provide secure attachment, concealed 38 where possible, and complying with applicable Federal Specifications, 39 1. Where finish carpentry is exposed on exterior or in areas of high relative humidity, provide 40 fasteners and anchorages with a hot - dipped zinc coating (ASTM A 153). ' 41 B. Sealants: Comply with requirements of Division 7 Section "Joint Sealants" for materials required 42 for sealing siding work. ' 43 2.07 ACCESSORIES 44 A. Wood Filler: Solvent base, tinted to match surface finish color. ' 29016 1 Fort Stevens i wil Pona FINISH CARPENTRY 06200-3 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 2.08 FABRICATION A. Shop assemble work for delivery to site, permitting passage through building openings. B. When necessary to cut and fit on site, provide materials with ample allowance for cutting. Provide trim for scribing and site cutting. 2.09 SHOP FINISHING A. Apply wood filler in exposed nail and screw indentations. PART 3 EXECUTION 3.01 EXAMINATION A. Verify adequacy of backing and support framing. B. Verify mechanical, electrical, and building items affecting work of this section are placed and ready to receive this work. C. Examine substrates, with Installer present, for compliance with requirements for installation tolerances and other conditions affecting installation and performance of finish carpentry. Do not proceed with installation until unsatisfactory conditions have been corrected. 3.02 INSTALLATION A. Set and secure materials and components in place, plumb and level. B. Carefully scribe work abutting other components, with maximum gaps of 1/32 inch. Do not use additional overlay trim to conceal larger gaps. 3.03 PREPARATION A Prime and backprime and /or stain, prior to installation, as work of Division 9 - Section 09900, lumber on the exterior of the building which is to be left exposed. 3.04 INSTALLTATION, GENERAL A. Do not use finish carpentry materials that are unsound, warped, improperly treated or finished, inadequately seasoned, or too small to fabricate with proper jointing arrangements. 1. Do not use manufactured units with defective surfaces, sizes, or patterns. B. Install finish carpentry plumb, level, true, and aligned with adjacent materials. Use concealed shims where required for alignment. 1. Scribe and cut finish carpentry to fit adjoining work. Refinish and seal cuts as recommended by manufacturer. 2. Anchor finish carpentry work with countersunk, concealed fasteners and blind nailing as required for a complete installation. Except where prefinished matching fastener heads are required, use fine finishing nail for exposed railings, countersunk and filled flush with colored caulking compound, and matching final finish where transparent is indicated. 3. Install to tolerance of 1/8 inch in 96 inches (3 mm in 2400 mm) for plumb and level. Install adjoining finish carpentry with 1/32 -inch (0.8 -mm) maximum offset for flush installation and 1/16 -inch (1.5 -mm) maximum offset for reveal installation. 4. Coordinate finish carpentry with materials and systems in or adjacent to standing and running trim and rails. Provide cutouts for mechanical and electrical items that penetrate exposed surfaces of trim and rails. 40 3.05 PREPARATION FOR SITE FINISHING 41 A. Set exposed fasteners. Apply wood filler in exposed fastener indentations. Sand work smooth. ' 290161 Fort Stevens / Mill Pond FINISH CARPENTRY 06200-4 I Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.06 TOLERANCES 2 A. Maximum Variation from True Position: 1/16 inch. 3 B. Maximum Offset from True Alignment with Abutting Materials: 1/32 inch. 4 3.07 ADJUSTING 5 A. Repair existing damaged or defective finish carpentry where possible to eliminate functional or b visual defects. Where not possible to repair, replace finish carpentry. Adjustjoinery for uniform 7 appearance. 8 3.08 CLEANING 9 A. Clean finish carpentry on exposed and semi - exposed surfaces. Touch -up factory- applied finishes 10 to restore damaged or soiled areas. 11 3.09 PROTECTION 12 A. Provide final protection and maintain conditions that ensure finish carpentry is without damage or 13 deterioration at the time of Substantial Completion. 14 END OF SECTION 1 291161 For, StevensIM,11POnd FINISH CARPENTRY 06200 -5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 07311 2 3 ASPHALT SHINGLES 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Composition SBS asphalt shingle roofing. 7 B. SBS underlayment membrane. 8 C. Flexible sheet membranes for eave protection, underlayment, and valley protection. 9 1. Protection Membrane: Self adhering (ice and water shield) protection membrane for eaves, 10 valleys, and as shown on drawings. 11 D. Associated metal flashings and accessories. 12 1.02 RELATED REQUIREMENTS 13 A. Section 06100 - Rough Carpentry: Roof sheathing. 14 B. Section 06200 - Finish Carpentry: Exterior siding. 15 C. Section 07550 - Modified Asphalt: Membrane. 16 D. Section 07620 - Sheet Metal Flashing and Trim: Edge and cap flashings. 17 1.03 REFERENCE STANDARDS 18 A. ASTM D 1970 - Standard Specification for Self- Adhering Polymer Modified Bituminous Sheet 19 Materials Used as Steep Roofing Underlayment for Ice Dam Protection; 2001. 20 B. ASTM D 3161 - Standard Test Method for Wind- Resistance of Asphalt Shingles (Fan- Induced 21 Method); 2008b. 22 C. ASTM D 3462 - Standard Specification for Asphalt Shingles Made From Glass Felt and Surfaced 23 With Mineral Granules; 2007. 24 D. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free, 2007. 25 E. ASTM D 4601 - Standard Specification for Asphalt- Coated Glass Fiber Base Sheet Used in 26 Roofing, Current Edition. 27 F. ASTM E 108 - Standard Test Methods for Fire Tests of Roof Coverings; Current Edition. 28 G. NRCA MS104 - The NRCA Steep Roofing Manual; National Roofing Contractors Association, 29 2009, Fifth Edition, with Interim updates. 30 H. NRCA MS104 - The NRCA Steep Roofing Manual; National Roofing Contractors Association 2009. 31 I. SMACNA (ASMM) - Architectural Sheet Metal Manual, Sheet Metal and Air Conditioning 32 Contractors' National Association; Sixth Edition. 33 J. UL (RMSD) - Roofing Materials and Systems Directory; Underwriters Laboratories Inc.; current 34 edition. 35 1.04 PROJECT MEETINGS 36 A. Pre - Installation Conference: Schedule meeting after approval of Submittals by Architect and no 37 less than ten (10) days prior to mobilization for roofing installation with Owner, Contractor, roofing 38 installer, flashing installer, roofing system manufacturer's representative, and Architect in 39 attendance. 1 290161 Fort Stevens I M,II Pono ASPHALT SHINGLES 07311 -1 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern B. Agenda: Review Submittals, Drawings, Specifications, and roofing schedule. Do walkover inspection of substrates. Review damage, base and metal flashing (joints, turns, Intersections, and termination) for each roof area. C. Progress Meetings: Schedule by Architect, as required, with Owner, Owner's Inspector, Contractor, roofing installer, flashing installer, roofing system manufacturer's representative, and Architect in attendance. 1. Agenda: a. Review of work progress. 1) Field observations, problems which impede progress. 2) Ascertainment of construction schedule. 3) Corrective and repair measures to maintain projected work schedule. 4) Review of new and existing roof mounted equipment. 5) Maintenance of quality and work standards. D. Punch -List Inspections: Schedule with Architect upon Substantial Completion of roofing /flashing systems, with Owner, Owner's Inspector, contractor, roofing installer, flashing installer, roofing system manufacturer's representative, and Architect in attendance. 1. Agenda: a. Walkover inspection. Identification of problems. 2. Punch -List: a. Compile punchlist of items required for completion and /or correction; sign and mail punchlist to manufacturer's headquarters. E. Back -Check Inspection: Architect will confirm satisfactory completion /correction of punchlist. F. Issuance of Warranty: Compile post installation procedures and submit manufacturer's final endorsement for issuance of special warranty. G. Two -Year Inspection: Contract manufacturer, during ninety (90) day period immediately preceding two (2) year anniversary of guarantee date, to arrange for mandatory two -year inspection. Have inspection attended by Owner, Architect, Contractor, roofing installer, and roofing system manufacturer's representative. Compile two -year inspection punchlist and distribute to attendees. Upon completion of items on two -year inspection punchlist and distribute to roofing system manufacturer's headquarters, verifying that items are in accordance with manufacturer's recommendations 1.05 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating material characteristics. C. Samples: Submit two samples of each shingle color indicating color range and finish texture /pattern; for color selection. D. Manufacturer's Instructions: Indicate installation criteria and procedures. E. Manufacturer's Certificate: Certify that products meet or exceed specified requirements. 1.06 QUALITY ASSURANCE A. Perform Work in accordance with the recommendations of NRCA Steep Roofing Manual. 41 B. Products Required to Comply with Fire Resistance Criteria: UL listed and labeled. 42 1. Fire Test Response Classification: Where products with a fire test response classification are 43 specified, provide asphalt shingles identical to those tested according to ASTM E 108 or 44 UL 790 and listed by UL or another testing and inspecting agency acceptable to authorities 45 having jurisdiction. Identify each bundle of asphalt shingles with appropriate markings 46 indicating fire test response classification of applicable testing and inspecting agency. 290161 Fort Stevens i Miu Pond ASPHALT SHINGLES 07311-2 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern ] C. Wind Resistance Test Characteristics Where wind resistant asphalt shingles are indicated, 2 provide products identical to those tested according to ASTM D 3161 or UL 997 and passed. ' 3 Identify each bundle of asphalt shingles with appropriate markings of applicable testing and 4 inspecting agency. 5 D. Installer Qualifications: Roofer engage with minimum experience 10 years and is approved by the t 6 specified shingle manufacturer to perform shingle roofing work specializing in the installation of 7 roofing systems similar to that required for this project. Installer must also be a member in good 8 standing with the State and National Roofing Contractors Association. ' 9 1. Bidder to provide evidence they are an approved installer by the manufacturer of the specified 10 shingles at time of their bid. ' 11 12 1.07 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to Project site in manufacturer's unopened bundles, rolls or containers, with labels 13 intact. 14 B. Handle and store materials at Project site to prevent water damage, staining, or other physical ' 15 damage. Store roll goods on end. Comply with manufacturer's recommendations for job site 16 storage, handling, and protection. 17 C. Protect insulation materials from physical damage and from deterioration by moisture, soiling, and ' 18 other sources. Store inside and in a dry location. Comply with manufacturer's recommendations 19 for handling, storage, and protection during installation. 20 21 D. Protect plastic insulation as follows: 1. Do not expose to sunlight, except to extent necessary for period of installation and 22 23 concealment. 2. Protect against ignition at all times. Do not deliver plastic insulating materials to project site ' 24 25 ahead of installation time. 3. Complete installation and concealment of plastic materials as rapidly as possible in each area 26 of construction. ' 27 1.08 ENVIRONMENTAL REQUIREMENTS 28 A. Do not install shingles or eave protection membrane when surface temperatures are below 45 ' 29 30 degrees F. B. Substrate: Proceed with shingle work only after substrate construction and penetrating work have 31 been completed. 32 C. Weather Limitations: Proceed with installing asphalt shingles only when existing and forecasted ' 33 weather conditions will permit work to be performed according to manufacturers' recommendations 34 and warranty requirements, and when substrate is completely dry. ' 35 D. Installation of roofing is roofing contractor's acceptance of substrate. 36 1.09 WARRANTY 37 A. General Warranty: The special warranty specified in this Article shall not deprive the Owner of ' 38 other rights the Owner may have under other provisions of the Contract Documents and shall be in requirements 39 addition to, and run concurrent with, other warranties made by the Contractor under 40 of the Contract Documents. ' 41 B. Special Warranty: Submit a written warranty signed by manufacturer and contractor agreeing to 42 pay for repair or replacement of asphalt shingles that fail in materials or manufacturing defects 43 within the specified warranty period. Failures include, but are not limited to, deformation or 44 deterioration of asphalt shingles beyond normal weathering (and guarantee against blow -off in t 45 46 winds of up to 100 MPH). 1. Warranty Period: Manufacturer's standard warranty starting after date of Substantial 47 Completion.The warranty period shall be no less than Forty (35) Years. ' 48 2. 3M Algae resistant granuler, 20 year warranty. 21X16 j Fort Stevens i Mill Pond ASPHALT SHINGLES 07311 -3 1 8 9 10 11 12 13 14 15 16 17 18 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern C. NDL (No Dollar Limit) Warranty: Provide a 10 -year no dollar limit roof system warranty signed by the manufacture and contractor covering workmanship, materials and installation. 1.10 EXTRA MATERIALS A. See Section 01600 -Product Requirements, for additional provisions. B. Provide 400 sq ft of extra shingles of each color specified. PART PRODUCTS 2.01 SHINGLES A. Manufacturers: 1. Atlas Roofing Corporation: www.atlasroofing.com. 2. Malarkey Roofing Company;: www.malarkeyroofing.com. 3. Substitutions: See Section 01600 - Product Requirements. B. Asphalt Shingles: Mineral - surfaced, self - sealing, three tab shingle made with SBS modified asphalt and fire - retardant fillers on polyglass fiber mat, complying with ASTM D 3462; Class A fire resistance. 1. Weight: 235 Ib /100 sq ft. 2. Self- sealing type. 3. Style: Square. 4. Color: To be selected from manufacturers standard colors. 19 2.02 SHEET MATERIALS 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 A. Underlayment Protection Membrane: Self- adhering polymer- modified asphalt sheet complying with ASTM D 1970; minimum 40 mil total thickness; with strippable treated release paper and sanded polyethylenepolyethylene sheet top surface. 1. Provide SBS modified rubberized asphalt material reinforced to withstand puncture and severe stress. Membrane to be tacky on one side (with release film) to provide good bonding to the substrate. a. Manufacturer: 1) Malarkey 401 2) Wrap's "Rainproof'. 3) Mirafi Miradri WIP 100. 4) Grace "Ice and Water Shield ". b. Provide at the following locations, unless noted otherwise on drawings: 1) Install over entire roof. 2) 4" up roof penetrations. 3) Roof to sidewall up minimum 8 ". B. Slip Sheet: Provide 301b asphalt saturated organic felts to be used as a slip sheet if contractor elects to use an unsanded self adhering polymer modified underlayment. 2.03 ACCESSORIES A. Roofing Nails: Standard round wire shingle type, of hot - dipped zinc coated steel, 12 gage, 0.105 inch shank diameter, 318 inch head diameter, of sufficient length to penetrate through roof sheathing or 3/4 inch into roof sheathing or decking. 1. Use hot - dipped galvanized nails when nailing shingles through the ice and water guard. a. Where nails are in contact with flashing, prevent galvanic action by providing nails made from the same metal as that of the flashing. 2. Use stainless steel nails when nailing shingles through the fire /pressure treated. B. Plastic Cement: ASTM D 4586, asphalt roof cement. C. EPDM Pipe Boot: Similar to Deck -Mate 2DM with clamp color gray. 29016 / Fort Stevens / Mill Pond ASPHALT SHINGLES 07311 -4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2.04 METAL FLASHINGS 2 A. Metal Flashings: Provide sheet metal eave edge, gable edge, ridge, ridge vents, open valley 3 flashing, dormer flashing, and other flashing indicated. 4 B. Sheet Metal: Prefinished galvanized steel, as specified in Section 07620. 5 2.05 RIGID INSULATION 6 A. Insulation: 2 Layers of Polyisocyanurate Foam Board Insulation: ASTM C1289, Type II, Class T, 7 Grade 2, felt or glass fiber mat facer on both major surfaces. 8 1. Atlas Roofing Corporation: www,atlasroofing.com. 9 a. AC foam - II HCFC foam. 10 2. John Mansville: www.jm.com /insulation. 11 a. John Mansville Energy 3. 12 3. Hunter Panels: www.hpanels.com. 13 a. Panel H Shield. 14 4. Substitutions: See Section 01600 - Product Requirements. 15 B. Composite Insulation: Cosisting of Polyisocyanurate Foam Board Insulation and a top surface of 16 7/16" plywood. 17 PART 3 EXECUTION 18 3.01 EXAMINATION 19 A. Verify existing conditions prior to beginning work. 20 B. Verify that deck is of sufficient thickness to accept fasteners. 21 C. Verify that roof penetrations and plumbing stacks are in place and flashed to deck surface. 22 D. Verify roof openings are correctly framed. 23 E. Verify deck surfaces are dry, free of ridges, warps, or voids. 24 3.02 PREPARATION 25 A. Seal roof deck joints wider than 1/16 inch with deck tape. 26 B. At areas where eave protection membrane is to be adhered to substrate, fill knot holes and surface 27 cracks with latex filler. 28 C. Broom clean deck surfaces before installing underlayment or eave protection. 29 D. Coordinate installation with flashings and other adjoining work to ensure proper sequencing. Do 30 not install roofing materials until all vent stacks and other penetrations through roof sheathing have 31 been installed and are securely fastened against movement. 32 3.03 INSTALLATION -GENERAL 33 A. Comply with manufacturer's instructions and recommendations but not less than those 34 recommended by "The NRCA Steep -Slope Roofing Manual, 2009." 35 1. Fasten asphalt shingles to roof sheathing by hand nailing (only). 36 B. Install insulation that is undamaged, dry, unsoiled, and has not been exposed at any time to ice 37 and snow. 38 C. Comply with manufacturer's instruction for particular conditions of installation in each case. If 39 printed instructions are not available or do not apply to project conditions, consult manufacturer's 40 technical representative for specific recommendations before proceeding with work. 29016/ Fort Stevens /Mill Pond ASPHALT SHINGLES 07311-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 D. Extend insulation in thickness indicated to envelop entire area to be insulated. Cut and fit tightly 2 around obstructions, and fill voids with insulation. Remove projections which interfere with 3 placement. 4 E. Apply two layers of insulation of required thickness, unless otherwise shown or required to make up 5 total thickness. 6 1. Top surface to be Composite insulation, plywood side up. 7 3.04 INSTALLATION - Not used 8 A. Install eave protection membrane from eave edge to minimum 4 ft up -slope beyond interior face of 9 exterior wall. 10 3.05 INSTALLATION - UNDERLAYMENT 11 A. Place and install protection membranes (ice and water shield) as an underayment over entire field 12 of roof and other areas specified hereinabove.. 13 B. SBS Base Sheet Underlayment. 14 1. Applied directly to a properly prepared, clean and dry nailable roof deck. 15 2. Arctic Seal is to be installed over the eave metal (at the low end side of the roof), under the 16 rake metal (when used), and centered in the valleys. 17 3. Strips of the membrane can be cut to allow for installation at any roof to wall transition and as 18 a stripping ply between the roof gutter and the eave metal. 19 4. Allow the membrane to fully relax then cut into desired lengths. Position membrane and care 20 fully remove the release film. 21 5. Overlap all side and end laps a minimum of 4 ". 22 6. Offset lapped ends a minimum of 3 inches. 23 7. Apply double layer of underlayment at Milt Pond roof at area designated on drawings. 24 C. Items projecting through or mounted on roof: Weather lap and seal watertight with plastic cement. 25 D. Provide a primary continuous 36" wide membrane from top to bottom of valley. Membrane shall be 26 centered on centerline of the valley. 27 E. Provide secondary 36" wide strip on each side. Overlap primary membrane with 12" overlap (thus 28 extending total membrane coverage to 30" each side of valley). 29 F. Install metal valley flashing in accordance with SMACNA Architectural Sheet Metal Manual, and as 30 shown on drawings. 31 1. Install one layer of sheet metal flashing, minimum 48 inches wide, centered over open valley 32 and crimped to guide water. 33 3.06 INSTALLATION - METAL FLASHING AND ACCESSORIES 34 A. Install (lashings in accordance with NRCA requirements unless show otherwise on drawings. 35 B. Weather lap joints minimum 2 inches and seal weather tight with plastic cement. 36 C. Secure in place with nails at 24 inches on center in slotted holes. Conceal fastenings. 37 1. Provide continuous strip of protection membrane (ice and water shield) both sides of metal 38 flashing. 39 D. Items Projecting Through or Mounted on Roofing: Flash and seal weather tight with plastic 40 cement. 41 3.07 INSTALLATION - SHINGLES 42 A. Install shingles in accordance with manufacturer's instructions. 43 1. Fasten individual shingles (cut shingles) using 2 nails per shingle (minimum), or as required 44 by code or manufacturer, whichever is greater. 29016 1 Fort Stevens t Mill Pond ASPHALT SHINGLES 07311 -6 Fart Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2. Fasten strip shingles using 6 nails per strip, or as required by code or manufacturer, 2 whichever is greater (for specified blow -offs as noted above). 3 B. Place shingles in straight coursing pattern with 5 5/8 inch weather exposure to produce double 4 thickness over full roof area. Provide double course of shingles at eaves. 5 C. Install starter course prior to first course application. Starter course shall consist of 3 -Tab shingles 6 with the tabs removed per recommendations of the NRCA. Place with self - sealing tabs on down 7 slope side and nail with hot - dipped galvanized nails. Place nails within 5" of the eave, maximum, 8 NRCA recommendations. 9 D. Project first course of shingles 3/4 inch beyond fascia boards or as directed by shingle 10 manufacture. 1 1 E. Extend shingles 112 inch beyond face of gable edge fascia boards or as directed by shingle 12 manufacture. 13 F. Cap hips with individual shingles, maintaining 5 5/8 inch weather exposure. Place to avoid 14 exposed nails. 15 1. After installation, place one daub of plastic cement, one inch diameter under each individual 16 shingle tab exposed to weather, to prevent lifting. 17 G. Vents: Install ridge, wall, and hip vents according to manufacturer's instructions. 18 H. Coordinate installation of roof mounted components or work projecting through roof with weather 19 tight placement of counterflashings. 20 I. Complete installation to provide weather tight service. 21 3.08 PROTECTION 22 A. Do not permit traffic over finished roof surface. 23 B. Replace any damaged materials installed under this Section with new materials that meet specified 24 requirements. 25 END OF SECTION 1 290161 Fort Stevens /Mill Pond ASPHALT SHINGLES 07311 -7 I J 1 1 1 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 07550 MODIFIED ASPHALT MEMBRANE 4 PART1 GENERAL 1.01 SECTION INCLUDES A. Modified bituminous roofing membrane, system application. B. Modified bituminous roofing membrane, conventional application. 8 C. Insulation, flat. 9 D. Vapor retarders. 10 E. Deck sheathing. 11 F. Base flashings. 12 G. Roofing accessories. 13 1.02 RELATED REQUIREMENTS 14 A. Section 06100 - Rough Carpentry: Wood nailers and curbs. 15 B. Section 07595 - Preparation for Re- Roofing 16 1.03 REFERENCE STANDARDS 17 A. General: Reference in these Specifications to standards, test methods, codes etc., are implied to 18 mean latest edition of each such standard adopted. Following is abbreviated list of associations, 19 institutions, and societies which may be used as references throughout these Specifications: 20 1. American National Standards Institute 21 a. Washington, DC (202) 293 -8020 22 2. American Society for Testing and Materials 23 a. Philadelphia, PA (215) 299 -5585 24 3. Factory Mutual Engineering and Research 25 a. Norwood, MA (617) 762 -4300 26 4. FED SPEC - General Services Administration 27 a. Specification Standards 28 b. Washington, DC (202) 708 -9205 29 5. International Code Council 30 a. Falls Church, VA (888) 422 -7233 31 6. National Roofing Contractors Association 32 a. Rosemont, IL (708) 299 -9070 33 7. Occupational Safety and Health Administrations 34 a. Washington, DC (202) 523 -8036 35 8. Roofing Industry Educational Institute 36 a. Englewood, CO (303) 790 -7200 37 9. SMACNA - Sheet Metal and Air Conditioning Contractors 38 a. National Association 39 b. Merrifield, VA (703) 790 -9890 40 10. Single Ply Roofing Industry 41 a. Waltham, MA (781) 647 -7026 42 11. Southwest Research Institute 43 a. San Antonio, TX (512) 648 -5111 44 12. Underwriters Laboratories 45 a. Northbrook, IL (708) 272 -8800 1 29016 1 Fort Stevens 111,11 Pono MODIFIED ASPHALT MEMBRANE 07550-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 B. ASTM D 41 - Standard Specification for Asphalt Primer Used in Roofing, Dampproofing, and 2 Waterproofing; 2005. 3 C. ASTM D 312 - Standard Specification for Asphalt Used in Roofing; 2000 (Reapproved 2006). 4 D. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free; 2007. 5 E. NRCA ML104 - The NRCA Roofing and Waterproofing Manual; National Roofing Contractors 6 Association. Sixth Edition, with interim updates. 7 1.04 PROJECT MEETINGS 8 A. Pre - Installation Conference: Schedule meeting after approval of Submittals by Architect and no 9 less than ten (10) days prior to mobilization for roofing installation with Owner, Owner's Inspector, 10 Contractor, roofing installer, flashing installer, roofing system manufacturer's representative, and 1 1 Architect in attendance. 12 B. Agenda: Review Submittals, Drawings, Specifications, and roofing schedule. Do walkover 13 inspection of substrates. Review damage, base and metal (lashings Ooints, turns, Intersections, 14 and termination) for each roof area. 15 C. Progress Meetings: Schedule by Architect, as required, with Owner, Owner's Inspector, Contractor, 16 roofing installer, flashing installer, roofing system manufacturer's representative, and Architect in 17 attendance. 18 1. Agenda: 19 a. Review of work progress. 20 1) Field observations, problems which impede progress. 21 2) Ascertainment of construction schedule. 22 3) Corrective and repair measures to maintain projected work schedule. 23 4) Review of new and existing roof mounted equipment 24 5) Maintenance of quality and work standards. 25 D. Punch -List Inspections: Schedule with Architect upon Substantial Completion of roofing /flashing 26 systems, with Owner, Owner's Inspector, Contractor, roofing installer, flashing installer, roofing 27 system manufacturer's representative, and Architect in attendance. 28 1. Agenda: 29 a. Walkover inspection. Identification of problems. 30 2. Punch -List: 31 a. Compile punchlist of items required for completion and /or correction; sign and mail 32 punchlist to manufacturer's headquarters. 33 E. Back -Check Inspection: Architect will confirm satisfactory completion /correction of punchlist 34 F. Issuance of Warranty: Compile post installation procedures and submit manufacturer's final 35 endorsement for issuance of special warranty. 36 G. Two -Year Inspection: Contract manufacturer, during ninety (90) day period immediately preceding 37 two (2) year anniversary of guarantee date, to arrange for mandatory two -year inspection. Have 38 inspection attended by Owner, Architect, Contractor, roofing installer, and roofing system 39 manufacturers representative. Compile two -year inspection punchlist and distribute to attendees. 40 Upon completion of items on two -year inspection punchlist and distribute to roofing system 41 manufacturer's headquarters, verifying that items are in accordance with manufacturer's 42 recommendations. 43 1.05 SUBMITTALS 44 A. See Section 01300 - Administrative Requirements, for submittal procedures. 45 S. Product Data: Provide manufacturer's catalog data for membrane materials and bitumen materials, 46 including but not limited to base flashing materials, insulation, vapor retarder, and surfacing. 29016 1 Fort Stevens / Mill Pond MODIFIED ASPHALT MEMBRANE 07550-2 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern 1 1 290161 Fort &8 .nsIK11 Pono MODIFIED ASPHALT MEMBRANE 07550-3 1 C. Shop Drawings: Indicate joint or termination detail conditions, conditions of interface with other 2 materials, setting plan for tapered insulation, and mechanical fastener layout. 3 D. Samples: Submit two samples 12 x 12 inches in size illustrating granule surfaced sheet, colored 4 coated sheet, and insulation. ' 5 E. Manufacturer's qualification data. 6 1. Submit manufacturer's written confirmation of installer as an approved applicator of specified 7 system of roofing flashing. ' 8 F. Installer's qualification data. 9 G. Manufacturer's Installation Instructions: Indicate special procedures and perimeter fastening 10 requirements are required by SPRI /ANSI. ' 11 H. Manufacturer's Field Reports: Indicate procedures followed, ambient temperatures, humidity, wind 12 velocity during application, and supplementary instructions given. ' 13 I. Warranty: Submit manufacturer warranty and ensure forms have been completed in Yelm 14 Community Schools's name and registered with manufacturer. 15 1.06 QUALITY ASSURANCE ' 16 A. Perform work in accordance with NRCA Roofing and Waterproofing Manual, manufacturer's 17 instructions, and SPRI / ANSI. 18 B. Manufacturer Qualifications: Company specializing in manufacturing the products specified in this t 19 section with minimum 15 years of experience. 20 C. Approved Installer Qualifications: Company specializing in performing the work of this section with 21 minimum 10 years experience and approved by manufacturer. 22 1.07 DELIVERY, STORAGE, AND HANDLING 23 A. Deliver products in manufacturer's original containers, dry, undamaged, with seals and labels intact ' 24 in quantities required to allow continuity of application. 25 B. Store products in weather protected environment, clear of ground and moisture, and out of direct t 26 exposure to elements. to sunlight and moisture. 27 C. Protect insulation from direct exposure 28 1.08 WARRANTY ' 29 A. See Section 01780 - Closeout Submittals, for additional warranty requirements. 30 B. Correct defective Work within a five (5) year period after Date of Substantial Completion. 31 C. Provide fifteen (15) year special warranty without monetary limits in which Contractor to cover all 32 manufacturer's material and labor. 33 1. Manufacturer / Contractor agree to repair or replace components of membrane roofing system ' 34 that fail in material or workmanship within specified warranty. 35 PART2 PRODUCTS 36 2.01 MANUFACTURERS ' 37 A. Membrane Materials: 38 1. Siplast: www.siplast.com. 39 2. Soprema: www.soprema.us. 40 3. Substitutions: See Section 01600 - Product Requirements. 1 1 290161 Fort &8 .nsIK11 Pono MODIFIED ASPHALT MEMBRANE 07550-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 B. Insulation: Polyisocyanurate Board Insulation: ASTM C 1289, Type II, Class T, Grade 2, felt or 2 glass fiber mat facer on both major surfaces. Top layer: 7116" plywood laminated surface. 3 1. Atlas Roofing Corporation: www.atlasroofing.com. 4 a. AC foam - II HCFC foam. 5 2. John Mansville: www.jm.com /insulation. 6 a. John Mansville Energy 3. 7 3. Hunter Panels: www.hpanels.com. 8 a. Panel H Shield, 9 4. Substitutions: See Section 01600 - Product Requirements. 10 2.02 ROOFING -CONVENTIONAL APPLICATION 11 A. Roofing Assembly Requirements: 12 2.03 ROOFING MEMBRANE 13 A. Consist of three (3) plies of prefabricated, fiberglass reinforced, homogeneous Styrene-Butadiene- 14 Styrene (SBS) block copolymer modified asphalt membrane secured to prepared substrate. 15 1. Use modified asphalt base sheet (per ASTM D -4601, Type II) and second ply identical in 16 design and manufacture, excluding granular surfacing, to modified asphalt cap sheet. 17 2. Fully adhere modified asphalt base sheet to prepared substrate and second ply to base sheet 18 as specified herein, achieving waterproofing capability, such as phased roof applications, with 19 modified asphalt second ply in place, can be achieved for prolonged periods of time without 20 detriment to watertight integrity of entire roof system. 21 3. Fully adhere modified asphalt cap sheet to modified asphalt second ply as specified herein. 22 a. Siplast Paradiene 20/30 CPH FR roof system, color white. 23 b. Soprema Elastophene 03 -27/42 roof system. 24 B. Flashing Membrane: Consists of prefabricated, torch on fiberglass scrim -mat reinforced, Styrene - 25 Butadiene- Styrene (SBS) block copolymer modified asphalt membrane with granular for substrate 26 as specified. 27 1. Siplast Para 450 LT 28 2. Soprema Soprelene Flam FR GTR 29 2.04 MEMBRANE AND SHEET MATERIALS 30 A. Membrane: 31 1. Base Sheet: ASTM D 6163 Type I - or II SBS modified asphalt sheet (reinforced with glass 32 fibers) smooth surfaced; suitable for application method specified: 33 a. Siplast, Paradiene Plus 34 b. Soprema, Modified Sopra G. 35 2. Second Ply: ASTM D6163, Grade S, Type I or II, SBS- modified asphalt base sheet; smooth 36 surfaced; suitable for application method specified: 37 a. Siplast Paradiene 20 HT 38 b. Soprema Elastophene HD 39 3. Granular - Surface Roofing Membrane Cap Sheet: ASTM D6163, Grade G, Type I or ll, SBS - 40 modified asphalt sheet (reinforced with glass fibers); granular surfaced; suitable for application 41 method specified: 42 a. Siplast, Paradiene 30 FR 43 b. Soprema, Elastophene, FR Granular 44 B. Base Flashing Sheet Materials (Torch Applied): 45 1. Backer Sheet: ASTM D6164, Type I or 11, SBS - modified sheet (reinforced polyester fabric) 46 smooth surfaced; suitable for application method specified 47 a. Siplast Paradiene 20 HT 48 b. Soprema Elastophene 180 FS 29016 i Fort Stevens i Mtli Pond MODIFIED ASPHALT MEMBRANE 07550 -4 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern 1 29016, Fort StevensI Mil, Pono MODIFIED ASPHALT MEMBRANE 07550-5 1 2. Granular - Surfaced Flashing Sheet (Torch applied) ASTM D6164, Grade G, Type I or 11, SBS ' 2 - modified asphalt sheet (reinforced with polyester fabric) granular surfaced; suitable for 3 application method specified: 4 a. Siplast, Parafor 50 LT ' 5 b. Soprema, Soprelene Flaw 250 FR (GR) 6 C. Roofing Adhesive: 7 1. Cold - Applied Adhesive: Roofing system manufacturers standard asphalt - based, one or two 8 part, asbestos free cold applied adhesive specially formulated for compatibility and use with ' 9 roofing membrane and base flashing 10 a. Siplast PA - 100 I I b. Soprema Soproeal 12 2. Asphalt Roofing Cement; ASTM D4586, asbestos free, of consistence required by roofing ' 13 system manufacture for application: 14 a. Siplast PA -1021 Plastic Cement ' 15 16 b. Soprema, SBS Modified Mastic D. Fasteners: 17 1. Factory- coated steel fasteners and metal or plastic plates complying with corrosion - resistance 18 provisions in FM Approvals 4470, designed for fastening roofing membrane components to 19 substrate; tested by manufacturer for required pullout strength, and acceptable to roofing 20 system manufacturer. 21 22 E. Related Components: 1. Rough Carpentry: Lumber used for nailers, curbs, cants, etc., is No.2 kiln dried (19% 23 maximum moisture content after treatment), Construction grade marked, and surfaced on four 24 (4) sides. Treat lumber with Wolman Salts (wood to retain 0.25 lbs. dry salt per cubic foot of 25 wood), or approved. 26 2. Lead Drain Flashing: Lead flashing for drains, formable type weighing minimum of four (4) 27 pounds per square foot in sheets of minimum 30" x 30" dimension, or as required, complying 28 with FED SPEC No. QQ -L -201 29 3. Lead Pipe Flashings: Lead pipe flashing, sleeves pre- formed and soldered with minimum 4" ' 30 perimeter flange and sleeve opening fabricated to fit closely around penetration without 31 forcing, complying with FED SPEC No. QQ -L -201. Lead sleeves of sufficient height to allow ' 32 33 minimum of 1" crimped inside of pipe stack. Option: Lead pipe flashing, turn drain down into soil stack 1". 34 4. Fabricated Metal: Fabricated metal components incorporated into roofing system, minimum 35 24 -gauge galvanized steel meeting ASTM A 924 and A 653 (A 526) Designation Z275 (G90) 36 coating (see Section 07620) ' 37 a. Metal pipe flashings consist of two (2) component assembly. 38 1) First Component: Metal roof jack having minimum 4 inch perimeter flange, and 39 sleeve opening to fit closely around penetration with out forcing, with minimum 6 ' 40 inch height. Metal laps fastened and soldered. 41 b. Second Component: Metal water -tight umbrella, fabricated to be mechanically secured 42 tightly around roof penetration and extend beyond roof jack opening by minimum radius 43 of 3 inches. Top edge of water -tight umbrella caulked using approved sealant. ' 44 5. Walktread: Consist of semi - porous mat manufactured from chopped Ethylene Propylene 45 Diene Mononer (EPDM) rubber particles bonded with synthetic resinous binder. 46 a. Thickness: 7.7 + 0.1 mm - (0.303 in. + 0.004 in.) 47 b. Weight: 5.4 + 0.05 Kg /m2 - (1.1 + 0.1 lbs. /sq.ft.) ' 48 c. Width: 78.0 cm (30.7 in.) 49 d. Siplast Trafbloc Roof Protection Material 50 51 6. Building Expansion Joints: See Section 07620. Provide modified asphalt roof portion of joints as part of this roofing work. 52 F. Flexible Flashing Material: Same material as membrane. 1 29016, Fort StevensI Mil, Pono MODIFIED ASPHALT MEMBRANE 07550-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2.05 BITUMINOUS MATERIALS 2 A. Bitumen: Asphalt, ASTM D 312 Type IV; for adhering insulation, use Type III. 3 B. Primer: ASTM D 41, asphalt type. 4 C. Roof Cement: ASTM D 4586, Type II. 5 2.06 COVER BOARDS & THERMAL BARRIER 6 A. Fasteners: Fasten cover boards to deck with screws and discs, in quantities and locations per 7 manufacturer's requirements (for general roof areas, perimeters, and corners) to meet wind uplift 8 resistance requirements. Fasteners to be approved by board Manufacturer. 9 PART 3 EXECUTION 10 3.01 EXAMINATION 11 A. Verify that surfaces and site conditions are ready to receive work. 12 B. Verify deck is supported and secure. 13 C. Verify deck is clean and smooth, flat, free of depressions, waves, or projections, properly sloped 14 and suitable for installation of roof system. 15 D. Verify deck surfaces are dry and free of snow or ice. 16 E. Verify that roof openings, curbs, and penetrations through roof are solidly set, and cant strips are in 17 place. 18 F. Beginning of installation means acceptance of surface of substrate only. 19 3.02 MEMBRANE INSTALLATION 20 A. Placement 21 1. Begin work at the low point of the roofing project area such that the direction of water flow is 22 not against the laps. The direction of the overlap shall be changed as the direction of the water 23 flow changes. 24 2. Fully adhere the modified bitumen membrane to the base sheet, interplies, or insulation, 25 starting at the low point of the roof. 26 3. Apply sheets perpendicular to the slope. The SPRI manufacturer /supplier shall be consulted 27 regarding the specific application requirements for slopes exceeding W in 12" 28 4. Cut the membrane to fit neatly around penetrations and roof projections without the formation 29 of "backwater laps." Consult the SPRI manufacturer's /supplier's flashing details. 30 5. Minimum side and end lap widths shall be in accordance with the SPRI 31 manufacturer's /supplier's requirements. Stagger end laps as specified by the SPRI 32 manufacturer supplier. 33 B. Cold Process Adhere Membranes 34 1. Roll the membrane and embed in cold process adhesive. Ensure that the adhesive is applied 35 in a quantity to provide adhesion. Consult the SPRI manufacturer /supplier for specific 36 coverage rate requirements. 37 C. Seaming 38 1. Inspect all side and end laps for evidence of complete and continuous closure. 29016 / Fort Stevens / Mill Pond MODIFIED ASPHALT MEMBRANE 07550-6 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.03 FLASHING AND ACCESSORIES 2 A. General 3 1. Follow the SPRI manufactures /supplier's specifications and details, or the SPRI details when 4 applicable to the manufacturer /supplier, in all flashing applications. 5 2. Follow the SPRI manufacturer's /supplier's specifications where the flashing membrane 6 changes direction (e.g. where the parapet meets the roof deck). 7 3. Fasten the top of the installed membrane flashing under metal counterflashing, coping cap, 8 etc., in accordance with the requirements of the SPRI manufacturer/supplier. 9 4. Coordinate installation of roof drains, sumps and related (lashings. 10 B. Torch - Applied Flashing 1 1 1. Unroll the membrane and position to allow proper overlap. The roll shall then be re- rolled, 12 except for the starter end. Heat the sheet to achieve bitumen flow so that proper adhesion is 13 obtained with the substrate and at the side and end laps. Apply pressure to the membrane to 14 ensure contact and good bonding. Caution must be exercised to avoid overheating or 15 underheating the roofing sheet as defined for the specific membrane by the SPRI 16 manufacturer /supplier. 17 a. Check T -joint seams to be certain they are bonded and sealed. 18 b. Observe special treatment at seams requirements by the SPRI manufacturer /supplier. 19 c. Observe safety precautions as open flames are used. 20 C. Edge Flashing 21 1. Set any metal flanges which are incorporated into the roof assembly on top of the completed 22 modified bitumen roof system according to approved SPRI manufacturer /supplier's installation 23 detail. 24 a. Base Flashing 25 2. Install membrane flashing at all vertical projections. A cant shall be used to break the sharp 26 angle between the parapet and the roof deck. Construct corners in the flashing in the manner 27 specified by the SPRI manufacturer /supplier. 28 D. Vertical Terminations 29 1. Mechanically fasten the top of vertical membrane (lashings to the wall or curb in accordance 30 with the SPRI manufacturer's /suppliers requirements. Metal counter - flashing is recommended 31 to protect the top termination of the flashing membrane. Seal all counterflashing to the wall or 32 projection as recommended by the SPRI manufacturer /supplier. 33 E. Penetrations 34 1. Flash all roof penetrations in accordance with the SPRI manufacturer's /supplier's 35 requirements. 36 2. [If the project includes the use of metal (lashings (new or existing), insert installation 37 requirements here.] 38 a. Expansion Joints 39 3. Flash all expansion joints in accordance with the SPRI manufacturer /supplier's requirements. 40 3.04 WATER CUT -OFFS 41 A. Ensure that water does not flow beneath the completed sections of the membrane system. At the 42 end of each day install water -cut off consisting of two plies of felts or one ply of coated base sheet 43 installed in a mopping of asphalt extending onto the deck a minimum of 6 inches. Cover all 44 exposed edges of insulation. Completely remove cut -off before resuming work. 45 B. The integrity of the water cut -off is the sole responsibility of the roofing contractor 1 290161Forstevens /MiliPon, MODIFIED ASPHALT MEMBRANE 07550 -7 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.05 MEMBRANE REPAIR A. Reseal any seam area in which laps are not fully adhered in accordance with the requirements of the SPRI manufacturer /supplier. B. Repair all misaligned or inadequately lapped seams, buckles, blisters, non - adhered areas, punctures and other types of membrane damage in accordance with the requirements of the SPRI manufacturer /supplier. C. Consult the SPRI /NRCA Manual of Inspection, Maintenance and Emergency Repair of Single -Ply Roofing System, 1992 and the ARMA/NRCA/SPRI Repair Manual for Low Slope Membrane Roofing, 1997. 3.06 MEMBRANE APPLICATION A. Apply membrane in accordance with manufacturer's instructions. B. Apply membrane; lap and seal edges and ends permanently waterproof. C. Apply smooth, free from air pockets, wrinkles, fish - mouths, or tears. Ensure full bond of membrane to substrate. D. At end of day's operation, install waterproof cut -off. Remove cut -off before resuming roofing. E. At intersections with vertical surfaces: 1. Extend membrane over cant strips and up a minimum of 8 inches onto vertical surfaces. 2. Apply flexible flashing over membrane. F. Around roof penetrations, mop in and seal flanges and (lashings with flexible flashing. G. Coordinate installation of roof drains and sumps and related flashings. 3.07 CLEANING A. Remove bituminous markings from finished surfaces. B. In areas where finished surfaces are soiled by bitumen or other source of soiling caused by work of this section, consult manufacturer of surfaces for cleaning advice and conform to their documented instructions. C. Repair or replace defaced or damaged finishes caused by work of this section. 3.08 PROTECTION A. Protect installed roofing and (lashings from construction operations. B. Where traffic must continue over finished roof membrane, protect surfaces using durable materials. 30 END OF SECTION 29016 /Fort Stevens /Mill Pond MODIFIED ASPHALT MEMBRANE 07550-8 Fort Stevens ! Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 07595 2 3 PREPARATION FOR RE- ROOFING 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Removal of existing roofing system and flashings In preparation for a new roofing system 7 1.02 RELATED REQUIREMENTS 8 A. Section 01100 - Summary. 9 B. Section 01270 - Unit Prices. 10 C. Section 06100 - Rough Carpentry. 1 1 D. Section 06200 - Finish Carpentry. 12 E. Section 07311 - Asphalt Shingles. 13 F. Section 07550 - Modified Asphalt Membrane. 14 G. Section 07620 - Sheet Metal Flashing and Trim. 15 1.03 PRICE AND PAYMENT PROCEDURES 16 A. Section 01230 - Alternates. 17 B. See Section 01270 - Unit Prices, for additional unit price requirements. 18 C. Existing Insulation - Partial Removal: 19 1. Basis of Measurement: By the square foot. 20 2. Basis of Payment: Includes removal of existing damaged composite insulation, replace with 21 new insulation of same thickness and type as specified. 22 D. Repair Existing Plywood Deck: 23 1. Basis of Measurement: By the square foot. 24 2. Basis of Payment: replacing existing plywood decking with new material of same thickness. 25 3. Basis of Payment: includes replacing decking with new composite insulation with plywood 26 nailable surface. 27 1.04 REFERENCE STANDARDS 28 A. ASTM C 208 - Standard Specification for Cellulosic Fiber Insulating Board, 1995 (Reapproved 29 2001). 30 1.05 ADMINISTRATIVE REQUIREMENTS 31 A. Coordinate with affected mechanical and electrical work associated with roof penetrations. 32 B. Preinstallation Meeting: Convene minimum two weeks prior to starting work of this section. 33 C. Schedule work to coincide with commencement of installation of new roofing system. 34 1.06 QUALITY ASSURANCE 35 A. Materials Removal Firm Qualifications: Company specializing in performing the work of this section 36 with minimum 5 years of experience. 37 1.07 FIELD CONDITIONS 38 A. Do not remove existing roofing when weather conditions threaten the integrity of the building 39 contents or intended continued occupancy. 40 B. Maintain continuous temporary protection prior to and during installation of new roofing system. 290161 Fort Stevens /Mill Pond PREPARATION FOR RE- ROOFING 07595 -1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 PART PRODUCTS 2 2.01 MATERIALS 3 A. Temporary Protection: Sheet fiber reinforced plastic; provide weights to retain sheeting in position. 4 PART 3 EXECUTION 5 3.01 EXAMINATION 6 A. Verify that existing roof surface is clean and ready for work of this section. 7 3.02 PREPARATION 8 A. Sweep roof surface clean of loose matter. 9 B. Remove loose refuse and dispose off site. 10 1. Remove exposed nails. 11 3.03 MATERIAL REMOVAL 12 A. Remove only existing roofing materials that can be replaced with new materials the same day. 13 B. Remove metal counter (lashings. Fold up metal counter flashings that cannot be removed to 14 permit access to top edge of base flashings and roofing. 15 C. Remove damaged portions of roofing, perimeter base flashings, flashings around roof protrusions 16 metal valleys and gutters to receive new work. 17 D. Remove damaged insulation, plywood nailer, and fasteners,. 18 E. Remove existing underlayment. 19 F. Replace damaged existing wood deck surface and insulation to provide smooth working surface for 20 new roof system. 21 3.04 FIELD QUALITY CONTROL 22 A. Independent agency inspection and testing will be provided under provisions of Section 01400. 23 B. Remove shingles and membrane to receive new work. 24 3.05 PROTECTION 25 A. Provide temporary protective sheeting over uncovered deck surfaces. 26 B. Retain sheeting in position with weights or temporary fasteners. 27 C. Provide for surface drainage from sheeting to existing drainage facilities. 28 D. Do not permit traffic over unprotected or repaired deck surface. 29 3.06 SCHEDULES 30 A. All Roof Areas: Remove existing perimeter flashings, base flashings, counter flashings, valley 31 flashings, roofing membrane, and shingles. 32 END OF SECTION 290161 Fort Stevens / Mtli Pond PREPARATION FOR RE- ROOFING 07696-2 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 07620 SHEET METAL FLASHING AND TRIM PART1 GENERAL 1.01 SECTION INCLUDES A. Fabricated sheet metal items, including flashings, counterflashings, gutters, downspouts, sheet metal roofing, and other items indicated on Drawings. 1. Roof- drainage systems. 2. flashing. 3. Metal flashing. 1.02 RELATED REQUIREMENTS A. Section 07311 - Asphalt Shingles: Flashings associated with shingle roofing. B. Section 07550 - Modified Asphalt Membrane. C. Section 07900 - Joint Sealers. D. Section 09900 - Paints and Coatings: Field painting. 1.03 REFERENCE STANDARDS A. AAMA 2603 - Voluntary Specification, Performance Requirements and Test Procedures for Pigmented Organic Coatings on Aluminum Extrusions and Panels; 2002. B. AAMA 2605 - Voluntary Specification, Performance Requirements and Test Procedures for Superior Performing Organic Coatings on Aluminum Extrusions and Panels; 2005. C. ASTM A 653/A 653M - Standard Specification for Steel Sheet, Zinc - Coated (Galvanized) or Zinc - Iron Alloy- Coated (Galvannealed) by the Hot -Dip Process; 2007. D. ASTM B 32 - Standard Specification for Solder Metal, 2004. E. ASTM B 749 - Standard Specification for Lead and Lead Alloy Strip, Sheet, and Plate Products; 2003. F. ASTM D 4586 - Standard Specification for Asphalt Roof Cement, Asbestos -Free, 2007. G. NRCA - National Roofing Contractor's Association; Architectural Metal Flashing, Condensation Control and Reroofing, 2010. H. SMACNA (ASMM) - Architectural Sheet Metal Manual; Sheet Metal and Air Conditioning Contractors' National Association; Sixth Edition. 1.04 SUBMITTALS A. See Section 01300 - Administrative Requirements, for submittal procedures. B. Product Data including manufacturer's material and finish data, installation instructions, and general recommendations for each specified flashing material and fabricated product. C. Shop Drawings: Indicate material profile, jointing pattern, jointing details, fastening methods, flashings, terminations, and installation details. 1. Shop Drawings of each item specified showing layout, profiles, methods of joining, and anchorage details. Include all flashing and sheet metal units and others as required for a complete watertight and weathertight building. Provide layouts at 114 inch scale and details at 3inch scale. 1 29016/ Fort Stevens /Mill Pond SHEET METAL FLASHING AND TRIM 07620-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 D. Samples: Submit two samples in size illustrating metal finish color, as follows:. 2 1. 8 -inch- (200 -mm -) square Samples of specified sheet materials to be exposed as finished 3 surfaces. 4 2. 12 -inch- (300 -mm -) long Samples of factory- fabricated products exposed as finished Work. 5 Provide complete with specified factory finish. 6 1.05 PERFORMANCE REQUIREMENTS 7 A. General: Install sheet metal flashing and trim to withstand wind loads, structural movement, 8 thermally induced movement, and exposure to weather without failing. 9 1.06 QUALITY ASSURANCE 10 A. Perform work in accordance with SMACNA Architectural Sheet Metal Manual requirements and 1 1 standard details, except as otherwise indicated. 12 B. Fabricator and Installer Qualifications: Company specializing in sheet metal work with 3 years of 13 documented experience. 14 1.07 DELIVERY, STORAGE, AND HANDLING 15 A. Stack material to prevent twisting, bending, and abrasion, and to provide ventilation Slope metal 16 sheets to ensure drainage. 17 B. Prevent contact with materials that could cause discoloration or staining. 18 1.08 PROJECT CONDITIONS 19 A. Coordinate Work of this Section with interfacing and adjoining Work for proper sequencing of each 20 installation. Ensure best possible weather resistance, durability of Work, and protection of 21 materials and finishes. 22 1.09 PROJECT CLOSEOUT 23 A. Guarantee: Guarantee exterior work watertight and weathertight for two years from date of final 24 completion. 25 PART 2 PRODUCTS 26 2.01 SHEET MATERIALS 27 A, Galvanized Steel: ASTM A 653 /A 653M, with G90/Z275 zinc coating; minimum 0.02 inch thick 28 base metal. 29 B. Pre- Finished Flashing: 30 1. Base Metal: 31 a. Material: 32 1) Steel conforming ASTM A792 Zincalume /Galvalume, minimum yield 50,000 psi, 33 thickness [choose one], 22 gauge. 34 2) Protective Coating: 35 (a) Conform to ASTM A792, AZ50 (Zincalume / Galvalume). 36 b. Exterior Finish: (choose one) 37 1) DuraTech 5000 (Polyvinylidine Fluoride), full 70% Kynar 500 /Hylar 5000 consisting 38 of a baked -on 0.15 -0.20 mil corrosion resistant primer and a baked -on 0.70 -0.80 mil 39 finish coat with a specular gloss of 10 -30% when tested in accordance with ASTM 40 D- 523 -89 at 60 degrees. 41 c. Interior Finish: 42 1) Primer Coat Material: Corrosion- resistant primer; primer coat dry film thickness: 43 0.15 mils; finish coat material: polyester paint, finish coat dry film thickness:0.35 44 mils. 45 2) Color: Off -White to Light Gray. 46 290161 Fort Stevens /Mill Pona SHEET METAL FLASHING AND TRIM 07620-2 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 d. Color: (choose one) 2 1) Manufacturer's standard selection of not less than 22 colors. 3 C. Lead: ASTM B 749, 2.5 and 4 Ib /sq ft thick. 4 2.02 ACCESSORIES 5 A. Fasteners: Same material and finish as flashing metal. 6 1. Same metal as sheet metal flashing or other noncorrosive metal as recommended by sheet 7 metal manufacturer. Match finish of exposed heads with material being fastened. 8 B. Mastic Sealant: Polyisobutylene; nonhardening, nonskinning, nondrying, nonmigrating sealant. 9 C. Primer: Zinc chromate type. 10 D. Protective Backing Paint: Zinc molybdate alkyd. 11 E. Sealant: Specified in Section 07900. 12 1. Generic type recommended by sheet metal manufacturer and fabricator of components being 13 sealed and complying with requirements for joint sealants as specified. 14 F. Plastic Cement: ASTM D 4586, Type I. 15 1. Adhesives: Type recommended by flashing sheet metal manufacturer for waterproof and 16 weather- resistant seaming and adhesive application of flashing sheet metal. 17 G. Metal Accessories: Provide sheet metal clips, straps, anchoring devices, and similar accessory 18 units as required for installation of Work, matching or compatible with material being installed; 19 noncorrosive, size and thickness required for performance. 20 H. Solder: ASTM B 32, Sn50 (50/50) type. 21 2.03 FABRICATION 22 A. Sheet Metal Fabrication Standard: Shop- fabricate work to greatest extent possible. Fabricate ' 23 24 sheet metal flashing and trim to comply with recommendations of SMACNA's "Architectural Sheet Metal Manual" that apply to the design, dimensions, metal, and other characteristics of the item 25 indicated. Comply with material manufacturer instructions and recommendations for forming 26 material. ' 27 B. Form sections true to shape, accurate in size, square, and free from distortion or defects. 28 C. Form pieces in longest possible lengths. ' 29 D. Hem exposed edges on underside 1/2 inch; miter and seam corners. 30 E. Form material with flat lock seams, except where otherwise indicated. At moving joints, use sealed 31 lapped, bayonet -type or interlocking hooked seams. ' 32 F. Fabricate corners from one piece with minimum 18 inch long legs; seam for rigidity, seal with 33 sealant. t 34 35 G. Fabricate vertical faces with bottom edge formed outward 1/4 inch (6 mm) and hemmed to form drip. 36 H. Fabricate flashings to allow toe to extend 1 1/2 inches over roofing edge. Return and brake edges. 37 I. Fabricate sheet metal flashing and trim that fit substrates and result in waterproof and weather - ' 38 resistant performance once installed. Verify shapes and dimensions of surfaces to be covered 39 before fabricating sheet metal. 40 J. Form exposed sheet metal Work that is without excessive oil canning, buckling, and tool marks and ' 41 that is true to line and levels indicated, with exposed edges folded back to form hems. 42 K. Seams: Fabricate nonmoving seams in sheet metal with flat -lock seams. Tin edges to be seamed, ' 43 form seams, and solder. 290161 Fort Stevens l MUi Pond SHEET METAL FLASHING AND TRIM 07620-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 L. Expansion Provisions: Space movement joints at maximum of 10 feet (3 m) with no joints allowed 2 within 24 inches (610 mm) of corner or intersection. Where lapped or bayonet -type expansion 3 provisions in Work cannot be used or would not be sufficiently weatherproof and waterproof, form 4 expansion joints of intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with 5 mastic sealant (concealed within joints). 6 M. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate elastomeric 7 sealant to comply with SMACNA standards. 8 N. Separate metal from noncompatible metal or corrosive substrates by coating concealed surfaces at 9 locations of contact with asphalt mastic or other permanent separation as recommended by 10 manufacturer. I 1 O. Conceal fasteners and expansion provisions where possible. Exposed fasteners are not allowed 12 on faces of sheet metal exposed to public view. 13 P. Fabricate cleats and attachment devices from same material as sheet metal component being 14 anchored or from compatible, noncorrosive metal recommended by sheet metal manufacturer. 15 1. Size: As recommended by SMACNA manual or sheet metal manufacturer for application but 16 never less than thickness of metal being secured 17 2.04 GUTTER AND DOWNSPOUT FABRICATION 18 A. Gutters: Profile as indicated. 19 1. Gutters: Shall be fabricated from 22 gauge galvanized steel with a baked -on fluoropolymer 20 finish seamless roll formed sections of 50' maximum lengths. Shape to be as shown and in 21 sizes as detailed on drawings. 22 2. Shall be of free floating design supported without penetrations by suspension from galvanized 23 support brackets at 2' -0" o.c. maximum. Reinforce top of gutter with galvanized tie - straps at 24 2' -0" o.c., staggered with support brackets. Secure as detailed on drawings. Finish support 25 bracket and top reinforcing with a baked -on fluoropolymer finish. Provide for expansion at 26 ends of gutter runs. 27 3. Joints of gutters shall be lapped a minimum of 4 inches, sealed and riveted. Seal with 28 elastomeric rubber sealant "Flexible Seal" as manufactured by A.C. Products, or approved. 29 (253) 843 -1577. 30 4. Furnish end caps, corner units, downspout outlets, support brackets, spacers, joint covers, 31 baffles and other necessary accessories as required. 32 5. Finish: 33 a. Finish shall be selected from manufactures standard selection of not less than 22 colors. 34 B. Downspouts: Profile as indicated. 35 1. Downspouts: Provide at locations shown on drawings 4" nominal (4 -1/2" O.D.) PVC schedule 36 40 pipe downspouts and related elbows and fittings. Furnish 12 ga. x 1112" downspout 37 hangers, not less than one top and bottom and one each ten feet (maximum) of vertical run. 38 Furnish screws, of type approved for wall material behind hanger. Provide cleanout at each 39 downspout. 40 C. Splash Pan: Shall be fabricated from 22 gauge pre - primed galvanized sheet metal as shown on 41 the drawings or similar to Figure 1 -36, alternate section of the SMACNA Architectural Sheet Metal 42 Manual with the following dimensions. 43 1. Back height: 4 inches. 44 2. Back width: 8 inches. 45 3. Sides: Taper from 4" down to 1 ". 46 4. Front width: 18 inches. 47 5. Length: 24 inches. 48 a. Provide three corrugations equally spaced four inches apart starting four inches from 49 outer lip with length one inch short of the pan width. Corrugations to be Yz' x Yz" angles, 50 with both legs down, and fabricated from same material as pan. 51 b. Color: As selected by Architect to match roof color. 290161 Fort Stevens I Mill Pond SHEET METAL FLASHING AND TRIM 07620-4 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 D. Downspout Boots: Fernco, Inc. - 1056 Series. 2 1. Size to accommodate each pipe. 3 E. Seal metal joints. 4 2.05 FINISH 5 A. Factory Finish, Sheet Metal: Provide manufacturer's standard baked -on factory finish on sheet 6 metal flashing units. 7 1. Metal Counter Flashing, and Base Flashing (If Any). 8 2. Rake Flashing. 9 3. Eave Flashing. 10 4. Gutters. 11 5. Step Flashing. 12 6. Miscellaneous Wall Flashing. 13 7. Miscellaneous Sheet Metal Accessories. 14 a. Finish as listed below: 15 1) Fluoropolymer Coating: 16 (a) Exterior coating to be full- strength 70% "Kynar 500" coating baked -on with a dry 17 film thickness of 1.0 mil, 30% reflective glass (ASTM D 523), over minimum 0.2 18 mil baked -on modified epoxy primer. 19 (b) Back -side coating to consist of .15 mil epoxy primer and .35 mil off -white 20 backer. 21 (1) Color: As selected by Architect from manufacturer's full line of standard 22 colors. See Section 09999 for color selection, sizes, and other selection 23 information. 24 PART 3 EXECUTION 25 3.01 EXAMINATION 26 A. Verify roof openings, curbs, pipes, sleeves, ducts, and vents through roof are solidly set, reglets in 27 place, and nailing strips located. 28 1. Examine substrates and conditions under which sheet metal flashing and trim are to be 29 installed and verify that Work may properly commence. Do not proceed with installation until 30 unsatisfactory conditions have been corrected. 31 B. Verify roofing termination and base (lashings are in place, sealed, and secure. 32 3.02 PREPARATION 33 A. Install starter and edge strips, and cleats before starting installation. 34 B. Back paint concealed metal surfaces with protective backing paint to a minimum dry film thickness 35 of 15 mil. 36 3.03 INSTALLATION 37 A. General: Unless otherwise indicated, install sheet metal flashing and trim to comply with 38 performance requirements, manufacturer's installation instructions, and SMACNA's "Architectural 39 Sheet Metal Manual." Anchor units of Work securely in place by methods indicated, providing for 40 thermal expansion of metal units, conceal fasteners where possible, and set units true to line and 41 level as indicated. Install Work with laps, joints, and seams that will be permanently watertight and 42 weatherproof. 43 1. Install exposed sheet metal Work that is without excessive oil canning, buckling, and tool 44 marks and that is true to line and levels indicated, with exposed edges folded back to form 45 hems. Install sheet metal flashing and trim to fit substrates and to result in waterproof and 46 weather- resistant performance Verify shapes and dimensions of surfaces to be covered 47 before fabricating sheet metal. 1 290161 Fort Stevens t Wit Pond SHEET METAL FLASHING AND TRIM 07620-5 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 2. Expansion Provisions: Provide for thermal expansion of exposed sheet metal Work. Space 2 movement joints at maximum of 10 feet (3 m) with no joints allowed within 24 inches (610 mm) 3 of comer or intersection. Where lapped or bayonet -type expansion provisions in Work cannot 4 be used or would not be sufficiently weatherproof and waterproof, form expansion joints of 5 intermeshing hooked flanges, not less than 1 inch (25 mm) deep, filled with mastic sealant 6 (concealed within joints). 7 3. Soldered Joints: Clean surfaces to be soldered, removing oils and foreign matter. Pre -tin 8 edges of sheets to be soldered to a width of 1 -1/2 inches (38 mm), except where pre- tinned 9 surface would show in finished Work. 10 a. Do not use torches for soldering. Heat surfaces to receive solder and flow solder into 11 joint. Fill joint completely. Completely remove flux and spatter from exposed surfaces. 12 b. Sealed Joints: Form nonexpansion, but movable, joints in metal to accommodate 13 elastomeric sealant to comply with SMACNA standards. Fill joint with sealant and form 14 metal to completely seal joint. 15 c. Use joint adhesive for nonmoving joints specified not to be soldered. 16 d. Seams: Fabricate nonmoving seams in sheet metal with flat -lock seams. Tin edges to 17 be seamed, form seams, and solder. 18 e. Separations: Separate metal from noncompatible metal or corrosive substrates by 19 coating concealed surfaces, at locations of contact, with asphalt mastic or other 20 permanent separation as recommended by manufacturer. 21 1) Bed flanges of Work in a thick coat of roofing cement where required for waterproof 22 performance. 23 f. Counterflashings: Coordinate installation of counterflashings with installation of 24 assemblies to be protected by counterflashing. Install counterflashings in reglets or 25 receivers. Secure in a waterproof manner by means of snap -in installation and sealant, 26 lead wedges and sealant, interlocking folded seam, or blind rivets and sealant. Lap 27 counterflashing joints a minimum of 2 inches (50 mm) and bed with sealant. 28 g. Roof - Drainage System: Install drainage items fabricated from sheet metal, with straps, 29 adhesives, and anchors recommended by SMACNA's Manual or the item manufacturer, 30 to drain roof in the most efficient manner. Coordinate roof -drain flashing installation with 31 roof - drainage system installation. Coordinate flashing and sheet metal items for steep - 32 sloped roofs with roofing installation. 33 h. Equipment Support Flashing: Coordinate equipment support flashing installation with 34 roofing and equipment installation. Weld or seal flashing to equipment support member. 35 i. Roof - Penetration Flashing: Coordinate roof - penetration flashing installation with roofing 36 and installation of items penetrating roof. Install flashing as follows: 37 1) Turn lead flashing down inside vent piping, being careful not to block vent piping 38 with flashing. 39 2) Seal and clamp flashing to pipes penetrating roof, other than lead flashing on vent 40 piping. 41 B. Secure flashings in place using concealed fasteners. Use exposed fasteners only where permitted 42 C. Apply plastic cement compound between metal flashings and felt flashings. 43 D. Fit flashings tight in place. Make corners square, surfaces true and straight in planes, and lines 44 accurate to profiles. 45 E. Solder metal joints for full metal surface contact. After soldering, wash metal clean with 46 neutralizing solution and rinse with water. 47 F. Secure gutters and downspouts in place using concealed fasteners. 48 G. Connect downspouts to downspout boots. Seal connection watertight 49 H. Set splash pans under downspouts. 29016/ Fort Stevens IMill Pono SHEET METAL FLASHING AND TRIM 07620-6 I �J 1 1 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 1. Splash Pans: Install where downspouts discharge on low- sloped roofs, unless otherwise shown. 2 Set in roof cement or sealant compatible with roofing membrane. 3 3.04 CLEANING AND PROTECTION 4 A. Clean exposed metal surfaces, removing substances that might cause corrosion of metal or 5 deterioration of finishes. 6 B. Provide final protection and maintain conditions that ensure sheet metal flashing and trim Work 7 during construction is without damage or deterioration other than natural weathering at the time of 8 Substantial Completion. 9 END OF SECTION 29016 1 1 ort 51ewns I Mtli Pond SHEET METAL FLASHING AND TRIM 07620-7 I i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 SECTION 07900 JOINT SEALERS PART1 GENERAL 1.01 SECTION INCLUDES Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern A. Sealants and joint backing. B. This Section includes joint sealers for the following locations: 1. Exterior joints in vertical surfaces and non - traffic horizontal surfaces as indicated below. a. Control and expansion joints in wood. b. Control and expansion joints between metal to metal. c. Joints between different materials listed above. d. Perimeter joints between materials listed above and metal. e. Other joints as indicated. C. Precompressed foam sealers. 1.02 DEFINITIONS A. Joint sealer, caulk, and sealant shall be interchangeable in the specifications and the drawings. 1.03 RELATED REQUIREMENTS A. Section 06100 - Rough Carpentry, sealing of joints to limit infiltration. B. Section 06200 - Finish Carpentry 1.04 REFERENCE STANDARDS A. ASTM C 1193 - Standard Guide for Use of Joint Sealants, 2009. B. ASTM D 1667 - Standard Specification for Flexible Cellular Materials-- Poly(Vinyl Chloride) Foam (Closed - Cell); 2005. 1.06 SUBMITTALS A. See Section 01300 -Administrative Requirements, for submittal procedures. B. Product Data: Provide data indicating sealant chemical characteristics. 1.06 QUALITY ASSURANCE A. Applicator Qualifications: Company specializing in performing the work of this section with minimum 3 years experience. 1.07 SYSTEM PERFORMANCES A. Provide joint sealers that have been produced and installed to establish and maintain watertight and airtight continuous seal without causing staining or deterioration of joint substrates. 1.08 DELIVERY, STORAGE, AND HANDLING A. Deliver materials to project site in original unopened containers or bundles with labels informing about manufacturer, product name and designation, color, expiration period for use, pot life, curing time, and mixing instructions for Multi- component materials. B. Store and handle materials in compliance with manufacturers' recommendations to prevent their deterioration or damage due to moisture, high or low temperatures, contaminants, or other causes. 1.09 FIELD CONDITIONS A. Maintain temperature and humidity recommended by the sealant manufacturer during and after installation. 29016 1 Fort Stevens I Mill Pond JOINT SEALERS 07900-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern B. Joint Width Conditions: Do not proceed with installation of joint sealers where joint widths are less than allowed by joint sealer manufacturer for application indicated. C. Joint Substrate Conditions: Do not proceed with installation of joint sealers until contaminants capable of interfering with their adhesion are removed from joint substrates. 5 1.10 COORDINATION 6 A. Coordinate the work with all sections referencing this section. 7 B. Sequence installation of joint sealers to occur not less than 21 nor more than 30 days after 8 completion of concrete and masonry waterproofing, unless otherwise indicated. 9 1.11 WARRANTY 10 A. See Section 01780 - Closeout Submittals, for additional warranty requirements. 1 1 B. Correct defective work within a five year period after Date of Substantial Completion. 12 C. Warranty: Include coverage for installed sealants and accessories which fail to achieve airtight 13 seal, exhibit loss of adhesion or cohesion, or do not cure. 14 PART2 PRODUCTS 15 2.01 MATERIALS, GENERAL 16 A. Compatibility: Provide joint sealers, joint fillers and other related materials that are compatible with 17 one another and with joint substrates under conditions of service and application, as demonstrated 18 by sealant manufacturer based on testing and field experience. 19 B. Colors: Provide color of exposed joint sealers indicated or, if not otherwise indicated, as selected 20 by Architect from manufacturer's standard colors. 21 2.02 MANUFACTURERS 22 A. Silicone Sealants: 23 1. Bostik Inc. www.bostik-us.com. 24 2. Pecora Corporation: www.pecora.com. 25 3. BASF Construction Chemicals - Building Systems: www.chemrex.com. 26 4. GE Plastics: www.geplastics.com. 27 5. Degussa Building Systems /Sonneborn: www.chemrex.com. 28 6. Substitutions: See Section 01600 - Product Requirements. 29 B. Polyurethane Sealants: 30 1. Bostik Inc: www.bostik - us.com. 31 2. Pecora Corporation: www.pecora.com. 32 3. Degussa Building Systems /Sonneborn: www.chemrex.com. 33 4. Substitutions: See Section 01600 - Product Requirements. 34 C. Polysulfide Sealants: 35 1. Pecora Corporation: www.pecora.com. 36 2. BASF Construction Chemicals - Building Systems: www.chemrex.com. 37 3. Substitutions: See Section 01600 - Product Requirements. 38 D. Butyl Tape & Sealants: 39 1. Bostik Inc: www.bostik - us.com. 40 2. Pecora Corporation: www.pecora.com. 41 3. Substitutions: See Section 01600 - Product Requirements. 42 E. Preformed Compressible Foam Sealers: 43 1. EMSEAL Joint Systems, Ltd: www.emseal.com. 44 2. Sandell Manufacturing Company, Inc: www.sandellmfg.com. 45 3. Substitutions: See Section 01600 - Product Requirements. 29016 i Fort Stevens i Mm Pond JOINT SEALERS 07900-2 Fort Stevens f Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern I 1 290,6, Fort Stevens /Mill Pond JOINT SEALERS 07900-3 1 2.03 SEALANTS ' 2 A. General Purpose Exterior Sealant: Polyurethane; ASTM C 920, Grade NS, Class 25, Uses M, G, 3 and A; single component. 4 1. Applications: Use for: 5 a. Control, expansion, and soft joints in wood. 6 b. Joints between metal and other materials. 7 c. Other exterior joints for which no other sealant is indicated. 8 B. Exterior Expansion Joint Sealer: Precompressed foam sealer; urethane with.water- repellent. 9 1. Color: as selected. 10 2. Size as required to provide weathertight seal when installed. 11 3. Provide product recommended by manufacturer for traffic - bearing use. ' 12 4. Applications: Use for: 13 a. Exterior wall expansion joints. ' 14 15 C. Exterior Metal Lap Joint Sealant: Butyl or polyisobutylene, nondrying, nonskinning, noncuring. 1. Applications: Use for: 16 a. Concealed sealant bead in sheet metal work. 17 b. Concealed sealant bead in siding overlaps. ' 18 2.04 ACCESSORIES 19 A. Primer: Non - staining type, recommended by sealant manufacturer to suit application. 1 20 B. Joint Cleaner. Non - corrosive and non - staining type, recommended by sealant manufacturer; 21 compatible with joint forming materials. 22 C. Joint Backing: Round foam rod compatible with sealant; ASTM D 1667, closed cell PVC; oversized 23 30 to 50 percent larger than joint width. 24 D. Bond Breaker: Pressure sensitive tape recommended by sealant manufacturer to suit application. 25 PART 3 EXECUTION ' 26 3.01 EXAMINATION 27 A. Verify that substrate surfaces are ready to receive work. 28 B. Verify that joint backing and release tapes are compatible with sealant. 29 3.02 PREPARATION ' 30 A. Remove loose materials and foreign matter that could impair adhesion of sealant. 31 B. Clean and prime joints in accordance with manufacturer's instructions. 32 1. Joint Priming: Prime joint substrates where indicated or where recommended by joint sealer ' 33 manufacturer based on preconstruction joint sealer- substrate tests or prior experience. Apply 34 primer to comply with joint sealer manufacturer's recommendations. Confine primers to areas 35 of joint sealer bond, do not allow spillage or migration onto adjoining surfaces. 36 C. Perform preparation in accordance with manufacturer's instructions and ASTM C 1193. 37 D. Protect elements surrounding the work of this section from damage or disfigurement. 38 1. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining ' 39 surfaces which otherwise would be permanently stained or damaged by such contact or by 40 cleaning methods required to remove sealant smears. Remove tape immediately after tooling 41 without disturbing joint seal. I 1 290,6, Fort Stevens /Mill Pond JOINT SEALERS 07900-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.03 INSTALLATION 2 A. Perform work in accordance with sealant manufacturer's requirements for preparation of surfaces 3 and material installation instructions. 4 B. Perform installation in accordance with ASTM C 1193. 5 C. Install bond breaker where joint backing is not used. 6 1. Install bond breaker tape between sealants and joint - fillers, compression seals or back of 7 joints where adhesion of sealant to surfaces at back of joints would result in sealant failure. 8 D. Install sealant free of air pockets, foreign embedded matter, ridges, and sags. 9 E. Apply sealant within recommended application temperature ranges. Consult manufacturer when 10 sealant cannot be applied within these temperature ranges. 11 F. Tool joints concave. 12 G. Precompressed Foam Sealant: Do not stretch; avoid joints except at corners, ends, and 13 intersections; install with face 1/8 to 1/4 inch below adjoining surface. 14 H. Compression Gaskets: Avoid joints except at ends, corners, and intersections; seal all joints with 15 adhesive, install with face 1/8 to 114 inch below adjoining surface. 16 I. Installation of Sealant Backings: Install sealant backings to comply with the following requirements: 17 1. Install joint fillers of type indicated to provide support of sealants during application and at 18 position required to produce the cross sectional shapes and depths of installed sealants 19 relative to joint widths which allow optimum sealant movement capability. 20 a. Do not leave gaps between ends of joint fillers. 21 b. Do not stretch, twist, puncture or tear joint fillers. 22 c. Remove absorbent joint fillers which have become wet prior to sealant application and 23 replace with dry material. 24 3.04 CLEANING 25 A. Clean adjacent soiled surfaces 26 3.05 PROTECTION 27 A. Protect sealants until cured 28 1. Protect joint sealers during and after curing period from contact with contaminating 29 substances or from damage resulting from construction operations or other causes so that 30 they are without deterioration or damage at time of Substantial Completion. If, despite such 31 protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint 32 sealers immediately and reseal joints with new materials to product joint sealer installations 33 with repaired areas indistinguishable from original work. 34 END OF SECTION 29016 i Fort Stevens i Mill Pono JOINT SEALERS 07900-4 iI 1 1 F] I 1 1 1 1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern SECTION 09900 3 PAINTS AND COATINGS - (NEW CONSTRUCTION) 4 PART1 GENERAL 5 1.01 SECTION INCLUDES 6 A. Surface preparation. 7 B. Field application of paints, stains, varnishes, and other coatings. 8 C. All labor, materials, tools and other equipment, services and supervision required to complete all 9 interior and exterior painting and decorating work as indicated on Finish Schedules and to the full 10 extent of the drawings and specifications. 1 1 D. Work under this contract shall also include, but not necessarily be limited to: 12 1. Accent Painting: 13 a. Approximately 15% or less of total area will consist of "medium to deep colors" which 14 may require one additional coat above those specified for custom or premium finishes. 15 2. Surface preparation of substrates as required for acceptance of painting, including cleaning, 16 small crack repair, patching, caulking, and making good surfaces and areas to the limits 17 defined under MPI preparation requirements. 18 3. Specific pre- treatments noted herein or specified in the MPI Architectural Painting 19 Specification Manual. 20 4. Priming (except where pre - primed with an approved primer under other Sections of work) and 21 painting of structural steel, miscellaneous metal, ornamental metal and primed steel 22 equipment. 23 5. Priming and back - priming of wood materials as noted herein or specified in the MPI 24 Architectural Painting Specification Manual. 25 6. Painting of all semi - concealed areas (e.g. projecting edges above and below sight lines). 26 7. Re- painting of existing surfaces and finishes when adjacent to new painting and coating work 27 where applicable including surface preparation, prime and finish coats. 28 8. Provision of safe and adequate ventilation as required over and above temporary ventilation 29 supplied by others, where toxic and /or volatile / flammable materials are being used. 30 9. Refer to drawings and schedules (e.g., Finish Schedule) for type, location and extent of 31 finishes required, and include all touch -ups and field painting necessary to complete work 32 shown, scheduled or specified. 33 10. This Section along with the drawings forms part of the Contract documents and is to be read, 34 interpreted and coordinated with all other parts. 35 E. Surfaces Not To Be Painted: 36 1. Pre - Finished Items: Unless otherwise indicated, do not include painting when factory- finishing 37 or installer finishing is specified for such items as (but not limited to) roofing, brick, glass, 38 plastic laminate toilet enclosures, acoustic materials, architectural woodwork and casework, 39 and finish mechanical and electrical equipment, including sprinkler heads, light fixtures, 40 switchgear and distribution cabinets. 41 2. Concealed Surfaces: Unless otherwise indicated, painting is not required on surfaces such as 42 walls or ceilings in concealed areas and generally inaccessible areas, foundation spaces, 43 furred areas, utility tunnels, pipe spaces, duct shafts and elevator shafts. 44 3. Finished Metal Surfaces: Unless otherwise indicated, metal surfaces of anodized aluminum, 45 stainless steel, chromium plate, copper, bronze and similar finished materials will not require 46 finish painting. 47 4. Operating Parts: Unless otherwise indicated, moving parts of operating units, mechanical and 48 electrical parts, such as valve and damper operators, linkages, sensing devices, motor and 49 fan shafts will not require finish painting. 50 5. Do not paint over any code required labels, such as Underwriters' Laboratories and Factory 51 Mutual, or any equipment identification, performance rating, name, or nomenclature plates. 1 21016 1 Fort Stevens i Mill Pono PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-1 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 F. Records of Paints Used: Contractor shall retain in good condition all paint schedules, marked 2 plans and paint samples used forjob quality and color control. These are to be turned over to the 3 Owner at the end of the job. 4 1. COLOR SCHEDULES which are provided to the Contractor are frequently, due to the 5 Contractor's preference of paint supplier, "crossed over" with colors being matched by another 6 paint supplier (other than the supplier whose colors were specified). 7 2. Since it is not possible to predict what supplier and therefore which product numbers will be 8 used to complete a job, the color schedule (master) has extra blanks under each color for the 9 insertion of product information which must be supplied by the paint contractor when a 10 scheduled color may have to be mixed in more than one product type to paint different 11 surfaces. 12 3. For example: Walls are scheduled to be painted color "x ". If metal louvers set in these walls 13 require a different product type other than the type scheduled for the walls, use the blank 14 space under "x" in the schedule to record the paint product and its number, thereby facilitating 15 the Owner's purchase of the proper product when maintenance is required. 16 4. See sample at end of this section. 17 G. See Schedule - Surfaces to be Finished, at end of Section. 18 1.02 RELATED SECTIONS 19 A. Division 0, Section 00700 - General Conditions and Section 00800 - Supplementary Conditions and 20 Division 1 - General Requirements form an integral part of this Section of Work. Painting contractor 21 shall refer to these and all other related parts. 22 B. Unless otherwise noted, the following work or conditions are not included under this Section of 23 work: 24 1. Section 01500 - Temporary Facilities and Controls (temporary heat, lighting, scaffolds, etc.). 25 2. Section 06200 - Finish Carpentry. 26 1.03 REFERENCES 27 A. Except as hereinafter specified, for materials and workmanship, conform to the "Architectural 28 Painting Specification Manual" hereinafter referred to as "MPI," as published by The Masters 29 Painters and Decorators Association. 30 B. 40 CFR 59, Subpart D - National Volatile Organic Compound Emission Standards for Architectural 31 Coatings; U.S. Environmental Protection Agency, current edition. 32 C. ASTM D 16 - Standard Terminology for Paint, Related Coatings, Materials, and Applications; 2003. 33 1.04 DEFINITIONS 34 A. Conform to MPI and ASTM D 16 for interpretation of terms used in this section. 35 1.05 SUBMITTALS 36 A. See Section 01300 - Administrative Requirements, for submittal procedures. 37 B. Product Data: Provide data on all finishing products, including VOC content. 38 C. Samples: Submit three painted samples, illustrating selected colors and textures for each color 39 and system selected with specified coats cascaded. Submit on index weight paper stock, 8 1/2x11 40 inch in size. 41 D. Samples for wood surfaces: Samples for surfaces to be stained or clear finished shall be 42 submitted on no less than 6 inch lengths of material representative of the surface to be stained 43 and /or clear coated. 44 1. Three samples required. 45 E. Submit two sets of Material Safety Data Sheets (MSDS) prior to commencement of work for review 46 and for posting at job site as required. 290161 Fort Stevens r Mill Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-2 L 1 1 1 1 Fort Stevens if Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 F. At project completion provide an itemized list complete with manufacturer, paint type and color 2 coding for all colors used for Owner's later use in maintenance. See Paint Record Requirements at 3 the end of this Section. 4 G. At project completion provide properly packaged maintenance materials as noted herein and obtain 5 a signed receipt. 6 1.06 QUALITY ASSURANCE 7 A. This Contractor shall have a minimum of five (5) years proven satisfactory experience and shall 8 show proof before commencement of work that he will maintain a qualified crew of painters 9 throughout the duration of the work. When requested, Contractor shall provide a list of the last 10 three comparable jobs including, name and location, specifying authority / project manager, start / 11 completion dates and value of the painting work. 12 B. Only qualified journeymen who have a Tradesman Qualification Certificate of Proficiency shall be 13 engaged in painting and decorating work. Apprentices may be employed provided they work under 14 the direct supervision of a qualified journeyman in accordance with trade regulations. 15 C. All materials, preparation and workmanship shall conform to the standards contained in the latest 16 edition of the Master Painters Institute (MPI) Architectural Painting Specification Manual (hereafter 17 referred to as the MPI. 18 D. Painting Manual as issued by the local MPI Accredited Quality Assurance Association having 19 jurisdiction. 20 E. All paint manufacturers and products used shall be as listed under the Approved Product List 21 section of the MPI Painting Manual. 22 F. UNDER NO CIRCUMSTANCES WILL PAINT APPLICATION BE PERMITTED WITHOUT 23 SPECIFIED SAMPLE APPROVAL. ANY PRODUCT APPLIED WHICH IS NOT ACCORDING TO 24 SPECIFICATIONS AND SIGNED OFF FOR PROPER COLOR WILL BE SUBJECT TO REMOVAL 25 AND REPAINT AT THE CONTRACTOR'S EXPENSE. 26 1.07 REGULATORY REQUIREMENTS 27 A. Conform to applicable code for flame and smoke rating requirements for products and finishes. 28 B. Conform to the latest edition of Industrial Health and Safety Regulations issued by applicable 29 authorities having jurisdiction in regard to site safety (ladders, scaffolding, ventilation, etc.). 30 C. Conform to requirements of local authorities having jurisdiction in regard to the storage, mixing, 31 application and disposal of all paint related materials. 32 1.08 MOCK -UP 33 A. See Section 01400 - Quality Requirements, for general requirements for mock -up. 34 B. When requested by the Architect, provide duplicate minimum 300 mm (12 ") square samples of 35 surfaces or acceptable facsimiles requested painted with specified paint or coating in colors, gloss 36 /sheen and textures required to MPI Painting Manual standards for review and approval. When 37 approved, samples shall become acceptable standard of quality for appropriate on -site surface with 38 one of each sample retained on -site. 39 C. When requested by the Architect, prepare and paint designated surface, area, room or item (in 40 each color scheme) to requirements specified herein, with specified paint or coating showing 41 selected colors, gloss / sheen, textures and workmanship to MPI Painting Manual standards for 42 review and approval. When approved, surface, area, room and /or items shall become acceptable 43 standard of finish quality and workmanship for similar on -site work. 44 D. Mock -up may remain as part of the Work 29116 / For/ Stevens / Mill Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-3 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1.09 DELIVERY, STORAGE, AND PROTECTION 2 A. Deliver products to site in sealed and labeled containers; inspect to verify acceptability. 3 1. Deliver all painting materials in sealed, original labeled containers bearing manufacturer's 4 name, brand name, type of paint or coating and color designation, standard compliance, 5 materials content as well as mixing and /or reducing and application requirements. 6 B. Container Label: Include manufacturer's name, type of paint, brand name, lot number, brand code, 7 coverage, surface preparation, drying time, cleanup requirements, color designation, and 8 instructions for mixing and reducing. 9 C. Paint Materials: Store at minimum ambient temperature of 45 degrees F and a maximum of 90 10 degrees F, in ventilated area, and as required by manufacturer's instructions. 11 1. Store all paint materials in original labeled containers in a secure (lockable), dry, heated and 12 well ventilated single designated area meeting the minimum requirements of both paint 13 manufacturer and authorities having jurisdiction and at a minimum ambient temperature of 450 14 F (7° C). Only material used on this project to be stored on site. 15 D. Where toxic and /or volatile / explosive / flammable materials are being used, provide adequate 16 fireproof storage lockers and take all necessary precautions and post adequate warnings (e.g. no 17 smoking) as required. 18 E. Take all necessary precautionary and safety measures to prevent fire hazards and spontaneous 19 combustion and to protect the environment from hazard spills. Materials that constitute a fire 20 hazard (paints, solvents, drop clothes, etc.) shall be stored in suitable closed and rated containers 21 and removed from the site on a daily basis. 22 1.10 ENVIRONMENTAL REQUIREMENTS 23 A. Do not apply materials when surface and ambient temperatures are outside the temperature 24 ranges required by the paint product manufacturer. 25 1. UNLESS specifically pre- approved by the specifying body, (Paint Inspection Agency) and the 26 applied product manufacturer, perform no painting or decorating work when the ambient air 27 and substrate temperatures are below 50° F (10° C) for both interior and exterior work. 28 2. Perform no painting or decorating work unless adequate continuous ventilation and sufficient 29 heating facilities are in place to maintain ambient air and substrate temperatures above 30 minimum requirements for 24 hours before, during and after paint application. Provide 31 supplemental ventilating and heating equipment if ventilation and heating from existing system 32 is inadequate to meet minimum requirements. 33 3. Perform no painting or decorating work when the relative humidity is above 85% or when the 34 dew point is less than 5° F (3° C) variance between the air / surface temperature. 35 4. Perform no painting or decorating work when the maximum moisture content of the substrate 36 exceeds: 37 a. 15% for wood. 38 5. Conduct all moisture tests using a properly calibrated electronic Moisture Meter, except test 39 concrete floors for moisture using a simple cover patch test. 40 6. Apply paint only to dry, clean, properly cured and adequately prepared surfaces in areas 41 where dust is no longer generated by construction activities such that airborne particles will 42 not affect the quality of finished surfaces. 43 7. Perform no painting or decorating work unless a minimum lighting level of 323 Lux (30 foot 44 candies) is provided on surfaces to be painted or decorated. 45 1.11 SCHEDULING 46 A. Schedule painting operations to prevent disruption of and by other trades. 47 B. Schedule painting operations to prevent disruption of occupants in and about the building. Obtain 48 written authorization from Consultant / Owner for changes in work schedule. 290161 Fort Stevens I Mill Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-4 ' Fort Stevens / Mill Pond Yelm Community Schools - No. 02 ' Erickson McGovern 1 29016, Fort Stevens/ Mil, Pom PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-5 1 C. Painting in occupied facilities to be carried out during hours in accordance with Owner's operating ' 2 requirements (during silent hours)(on weekends). Schedule work such that painted surfaces will 3 have dried before occupants are affected. ' 4 D. Phasing of work shall be in accordance with the requirements of Sections 01100 - Summary. 5 1.12 EXTRA MATERIALS - NOT USED 6 7 PART PRODUCTS 2.01 MANUFACTURERS 8 A. Subject to compliance with requirements, provide products of one of the following or approved: 9 1. Benjamin Moore ' 10 2. ICI Dulux 11 3. Parker Paint 12 4. Sherwin- Williams ' 13 B. Unless otherwise specified conform to Standards of MPI for materials; this includes paint, varnish, 14 stain, enamel, lacquer, fillers and related paint products and materials not specifically indicated, but 15 required for prime, intermediate and finish coats. ' 16 C. Substitutions: See Section 01600 - Product Requirements. 17 2.02 PAINTS AND COATINGS - GENERAL ' 18 A. Paints and Coatings: Ready mixed, except field - catalyzed coatings. Prepare pigments: 19 1. To a soft paste consistency, capable of being readily and uniformly dispersed to a 20 homogeneous coating. 21 2. For good flow and brushing properties. 22 3. Capable of drying or curing free of streaks or sags. 23 B. Materials: 24 1. All materials (primers, paints, coatings, varnishes, stains, lacquers, fillers, thinners, solvents, ' 25 etc.) shall be in accordance with the MPI Painting Manual Approved Product listing and shall 26 be from a single manufacturer for each system used. 27 2. Other paint materials such as linseed oil, shellac, etc. shall be the highest quality product of an ' 28 approved manufacturer listed in the MPI Painting Manual and shall be compatible with other 29 coating materials as required. 30 3. All paint materials shall have good flowing and brushing properties and shall dry or cure free ' 31 32 of blemishes or sags. 4. Where required, paints and coatings shall meet flame spread and smoke developed ratings 33 designated by local Code requirements and /or authorities having jurisdiction. 34 C. Volatile Organic Compound (VOC) Content: ' 35 1. Provide coatings that comply with the most stringent requirements specified in the following: 36 a. 40 CFR 59, Subpart D-- National Volatile Organic Compound Emission Standards for 37 Architectural Coatings. 38 2. Determination of VOC Content: Testing and calculation in accordance with 40 CFR 59, 39 Subpart D (EPA Method 24), exclusive of colorants added to a tint base and water added at 40 project site; or other method acceptable to authorities having jurisdiction. 41 D. Chemical Content: The following compounds are prohibited: t 42 1. Aromatic Compounds: In excess of 1.0 percent by weight of total aromatic compounds 43 (hydrocarbon compounds containing one or more benzene rings). 44 2. Acrolein, acrylonitrile, antimony, benzene, butyl benzyl phthalate, cadmium, di (2- ethylhexyl) ' 45 phthalate, di -n -butyl phthalate, di -n -octyl phthalate, 1,2- dichlorobenzene, diethyl phthalate, 46 dimethyl phthalate, ethylbenzene, formaldehyde, hexavalent chromium, isophorone, lead, 47 mercury, methyl ethyl ketone, methyl isobutyl ketone, methylene chloride, naphthalene, ' 48 toluene (methylbenzene), 1,1,1 - trichloroethane, vinyl chloride. 1 29016, Fort Stevens/ Mil, Pom PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-5 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 2.03 EQUIPMENT A. Painting and Decorating Equipment: to best trade standards for type of product and application. B. Spray Painting Equipment: of ample capacity, suited to the type and consistency of paint or coating being applied and kept clean and in good working order at all times. 2.04 MIXING AND TINTING A. Unless otherwise specified herein or pre- approved, all paint shall be ready -mixed and pre- tinted. Re -mix all paint in containers prior to and during application to ensure break -up of lumps, complete dispersion of settled pigment, and color and gloss uniformity. B. Paste, powder or catalyzed paint mixes shall be mixed in strict accordance with manufacturer's written instructions. C. Where thinner is used, addition shall not exceed paint manufacturer's recommendations. Do not use kerosene or any such organic solvents to thin water -based paints. D. Thin paint for spraying according in strict accordance with paint manufacturer's instructions. If directions are not on container, obtain instructions in writing from manufacturer and provide copy of instructions to Consultant. 2.05 FINISH AND COLORS A. Unless otherwise specified herein, all painting work shall be in accordance with MPI "Custom" Grade finish requirements. B. Colors shall be as selected by the Architect from a manufacturer's full range of colors. 1. Provide stains and paint colors to match existing adjacent surfaces. 2. Except as noted herein or indicated on the Finish Schedule, walls and ceiling surfaces shall be painted in accordance with the following criteria: 3. all areas (except as noted): washable latex eggshell finish over a prime / sealer coat. 2.06 GLOSS AND SHEEN RATING A. Paint gloss shall be defined as the sheen rating of applied paint, in accordance with the following MPI values' Gloss Level Description Units @ 60 degrees Units @ 85 degrees G1 Matte or Flat finish 0 to 5 10 max. G2 Velvet finish 0 to 10 10 t0 35 G3 Eggshell finish 10 to 25 10 to 35 G4 Satin finish 20 to 35 35 min. G5 Semi -Gloss finish 35 to 70 G6 Gloss finish 70 to85 G7 High-Gloss finish >85 B. Gloss level ratings of all painted surfaces shall be as specified herein. 2.07 ACCESSORY MATERIALS A. Accessory Materials: Linseed oil, shellac, turpentine, paint thinners and other materials not specifically indicated but required to achieve the finishes specified; commercial quality. B. Patching Material: Latex filler. C. Fastener Head Cover Material: Latex filler. 29016 1 For: Stevens i Mill Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-6 L 1 1 1 1 1 Fort Stevens I Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 PART 3 EXECUTION 2 3.01 EXAMINATION 3 A. Verify that surfaces are ready to receive Work as instructed by the product manufacturer. 4 B. Examine surfaces scheduled to be finished prior to commencement of work. Report any condition 5 that may potentially affect proper application. 6 1. Do not proceed with work until unsatisfactory conditions have been corrected in a manner 7 acceptable to Applicator. 8 C. Do not paint over dirt, rust, scale, grease, moisture, scuffed surfaces, or conditions otherwise 9 detrimental to formation of a durable paint film. 10 D. Starting of painting work will be construed as Applicator's acceptance of surfaces and conditions 11 within any particular area. 12 E. Test shop - applied primer for compatibility with subsequent cover materials. 13 3.02 PREPARATION 14 A. Surface Appurtenances: Remove or mask electrical plates, hardware, light fixture trim, 15 escutcheons, and fittings prior to preparing surfaces or finishing. 16 1. Remove hardware, hardware accessories, machined surfaces, plates, lighting fixtures, and 17 similar items in place and not to be finish- painted, or provide surface- applied protection prior 18 to surface preparation and painting operations. Remove, if necessary, for complete painting of 19 items and adjacent surfaces. Following completion of painting of each space or area, reinstall 20 removed items. 21 B. Surfaces: Correct defects and clean surfaces which affect work of this section. Remove or repair 22 existing coatings that exhibit surface defects. 23 1. Remove oil and grease prior to mechanical cleaning. Program cleaning and painting so that 24 dust and other contaminants from cleaning process will not fall onto wet, newly - painted 25 surfaces. 26 C. Marks: Seal with shellac those which may bleed through surface finishes. 27 D. Impervious Surfaces: Remove mildew by scrubbing with solution of tetra - sodium phosphate and 28 bleach. Rinse with clean water and allow surface to dry. 29 E. Galvanized Surfaces to be Painted: Remove surface contamination and oils and wash with 30 solvent. Apply coat of etching primer. 31 F. Uncoated Steel and Iron Surfaces to be Painted: Remove grease, mill scale, weld splatter, dirt, 32 and rust. Where heavy coatings of scale are evident, remove by hand wire brushing or 33 sandblasting, clean by washing with solvent. Apply a treatment of phosphoric acid solution, 34 ensuring weld joints, bolts, and nuts are similarly cleaned. Prime paint entire surface; spot prime 35 after repairs. 36 G. Shop- Primed Steel Surfaces to be Finish Painted: Sand and scrape to remove loose primer and 37 rust. Feather edges to make touch -up patches inconspicuous. Clean surfaces with solvent. Prime 38 bare steel surfaces. Re -prime entire shop - primed item. ' 39 H. Exterior Wood to Receive Opaque Finish: Remove dust, grit, and foreign matter. Seal knots, pitch 40 streaks, and sappy sections. Fill nail holes with tinted exterior calking compound after prime coat 41 has been applied. Back prime concealed surfaces before installation. 1 42 I. Exterior Wood to Receive Transparent Finish: Remove dust, grit, and foreign matter; seal knots, 43 pitch streaks, and sappy sections with sealer. Fill nail holes with tinted exterior calking compound 44 after sealer has been applied. Prime concealed surfaces. 29016/ Fort Stevens 1 M,11 Pone PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-7 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 3.03 APPLICATION 2 A. Apply products in accordance with manufacturer's instructions. 3 1. Priming and coats of paint specified are in addition to shop - priming and surface treatment 4 specified under other sections of work. 5 2. Omit first coat (primer) on metal surfaces which have been shop - primed and touch -up painted, 6 unless otherwise indicated. 7 3. Transition Coat: When a system is called for over a previous coating with which it is not 8 entirely compatible (by either its chemical type or condition), a special type of primer may be 9 required to assure good adhesion and "tying" the new system to the old. 10 4. Prime Coats: Apply prime coat to material which is required to be painted or finished, and 11 which has not been prime coated by others. 12 a. Recoat primed and sealed surfaces where there is evidence of suction spots or unsealed 13 areas in first coat, to assure a finish coat with no burn - through or other defects due to 14 insufficient sealing. 15 5. Spot Priming: Items that have been factory primed or shop primed and are damaged in 16 shipment or during the construction process may require spot priming where indicated in paint 17 schedule. Paint contractor shall verify that the spot primer specified is compatible with the 18 shop primer applied during the fabrication process. 19 6. Provide finish coats which are compatible with prime paints used. 20 7. Paint colors, surface treatments, and finishes are indicated in "schedules" of the contract 21 documents. 22 8. Scheduling Painting: Apply first coat material to surfaces that have been cleaned, retreated or 23 otherwise prepared for painting as soon as practicable after preparation and before 24 subsequent surface deterioration. 25 a. Allow sufficient time between successive coatings to permit proper drying. Do not recoat 26 until paint has dried to where it feels firm, does not deform or feel sticky under moderate 27 thumb pressure, and application of another coat of paint does not cause lifting or loss of 28 adhesion of the undercoat. 29 b. Minimum Coating Thickness: Apply materials at not less than manufacturer's 30 recommended spreading rate, to establish a total dry film thickness as indicated or, if not 31 indicated, as recommended by coating manufacturer. 32 c. Apply additional coats when undercoats, stains or other conditions show through final 33 coat of paint, until paint film is of uniform finish, color and appearance. Give special 34 attention to insure that surfaces, including edges, corners, crevices, welds, and exposed 35 fasteners receive a dry film thickness equivalent to that of flat surfaces. 36 d. Pigmented (Opaque) Finishes: Completely cover to provide an opaque, smooth surface 37 of uniform finish, color, appearance and coverage. Cloudiness, spotting, holidays, laps, 38 brush marks, runs, sags, ropiness or other surface imperfections will not be acceptable. 39 e. Vary color of successive paint and enamel coats to a distinguishable difference but 40 similar to finish coat. 41 f. Sand lightly between each succeeding enamel or varnish coat 42 g. Spray Paint Application: Surfaces coated by spraying method shall be backrolled 43 immediately after application to redistribute paint film for a more consistent and even 44 coverage. Leave no evidence of rolling, such as laps, irregularity in texture, skid marks, 45 or other surface imperfections. 46 h. Completed Work: Painter responsible for improper workmanship or misuse of finishing 47 materials; refinish at Painter's expense and leave in first class condition, as approved by 48 Architect. Surfaces damaged after painting and decorating is completed shall be the 49 responsibility of the General Contractor and repaired at General Contractor's expense to 50 condition approved by Architect. 51 i. Coating application prior to installation: For exterior wood siding, standing and running 52 trim, i.e. fascia, rake boards or other miscellaneous type of finish wood trim, apply a coat 53 or primer or stain, dependent upon specified finish, to all surfaces and cut ends which will 54 be concealed after installation. 29016 1 Fort Stevens i Mill Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-8 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 j. For surfaces receiving 2 coats of stain, apply as follows: Initial application method at 2 I. contractor's discretion. However, the stain is then to be back brushed with flat iron 3 brushes to work stain well into the surface of the material. No substitute methods. 4 B. Two (2) Coat Finish: For applications that are specified to receive (2) two finish coats, apply as 5 1 follows: 6 1. The first coat shall be applied at a 50% tinting of the color selected. 7 K. 2. Architect or Owner shall be contacted between coats to verify and approve first application. 8 3. The second coat shall be applied at a 100% tinting of the color selected. 9 C. Where adjacent sealant is to be painted, do not apply finish coats until sealant is applied. 10 D. Do not apply finishes to surfaces that are not dry. Allow applied coats to dry before next coat is 11 applied. 12 E. Apply each coat to uniform appearance. Apply each coat of paint slightly darker than preceding 13 coat unless otherwise approved. 14 F. Vacuum clean surfaces of loose particles. Use tack cloth to remove dust and particles just prior to 15 applying next coat. 16 G. Substrate defects shall be made good and sanded by others ready for painting particularly after the 17 first coat of paint. Start of finish painting of effective surfaces (e.g. gypsum board) shall indicate 18 acceptance of substrate and any costs of making good defects shall be borne by the painter 19 including re- painting of entire defective surface (no touch -up painting). 20 H. Sand, clean, dry, etch, neutralize and /or test all surfaces under adequate illumination, ventilation 21 and temperature requirements. 22 I. Do not paint unless substrates are acceptable and /or until all environmental conditions (heating, 23 ventilation, lighting and completion of other subtrade work) are acceptable for applications of 24 products. 25 1 Apply paint or stain in accordance with MPI Painting Manual (Premium) (Custom) Grade finish 26 requirements. 27 K. Apply paint and decorating material in a workmanlike manner using skilled and trade qualified 28 applicators as noted under Quality Assurance. 29 L. Apply paint and coatings within an appropriate time frame after cleaning when environmental 30 conditions encourage flash- rusting, rusting, contamination or the manufacturer's paint 31 specifications require earlier applications. 32 M. Painting coats specified are intended to cover surfaces satisfactorily when applied at proper 33 consistency and in accordance with manufacturer's recommendations. 34 N. Tint each coat of paint progressively lighter to enable confirmation of number of coats. 35 O. Unless otherwise approved by the painting inspection agency, apply a minimum of four coats of 36 paint where deep or bright colors are used to achieve satisfactory results. 37 P. Sand and dust between each coat to provide an anchor for next coat and to remove defects visible 38 from a distance up to 1000 mm (39 "). 39 Q. Do not apply finishes on surfaces that are not sufficiently dry. Unless manufacturer's directions 40 state otherwise, each coat shall be sufficiently dry and hard before a following coat is applied. 41 R. Prime coat of stain or varnish finishes may be reduced in accordance with manufacturer's 42 directions. 43 S. Paint finish shall continue through behind all wall mounted items (e.g- chalk and tack boards). 1 29016 i Fort Stevens i Mail Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-9 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 3.04 FIELD QUALITY CONTROL 2 A. See Section 01400 - Quality Requirements, for general requirements for field inspection. 3 B. All surfaces, preparation and paint applications shall be inspected. 4 C. Painted surfaces shall be considered to lack uniformity and soundness if any of the following 5 defects are apparent to the Painting Inspection Agency inspector: 6 1. Runs, sags, hiding or shadowing by inefficient application methods. 7 2. Evidence of poor coverage at rivet heads, plate edges, lap joints, crevices, pockets, corners 8 and re- entrant angles. 9 3. Damage due to touching before paint is sufficiently dry or any other contributory cause. 10 4. Damage due to application on moist surfaces or caused by inadequate protection from the 11 weather. 12 5. Damage and /or contamination of paint due to wind blown contaminants (dust, sand blast 13 materials, salt spray, etc.). 14 D. Painted surfaces rejected shall be made good at the expense of the Contractor. Small affected 15 areas may be touched up; large affected areas or areas without sufficient dry film thickness of paint 16 shall be repainted. Runs, sags of damaged paint shall be removed by scraper or by sanding prior 17 to application of paint. 18 E. Protection 19 1. Protect all newly painted exterior surfaces from rain and snow, condensation, contamination, 20 dust, salt spray and freezing temperatures until paint coatings are completely dry. Curing 21 periods shall exceed the manufacturer's recommended minimum time requirements. 22 2. Erect barriers or screens and post signs to warn of or limit or direct traffic away or around work 23 area as required. 24 3.05 CLEANING 25 A. Collect waste material which may constitute a fire hazard, place in closed metal containers, and 26 remove daily from site. 27 B. Clean -Up 28 1 Remove all paint where spilled, splashed, splattered or sprayed as work progresses using 29 means and materials that are not detrimental to affected surfaces. 30 2. During progress of work, remove from site discarded paint materials, rubbish, cans and rags 31 at end of each work day. 32 3. Upon completion of painting work, clean window glass and other paint spattered surfaces. 33 Remove spattered paint by proper methods of washing and scraping, using care not to scratch 34 or otherwise damage finished surfaces. 35 4. Keep work area free from an unnecessary accumulation of tools. equipment, surplus materials 36 and debris. 37 5. Remove combustible rubbish materials and empty paint cans each day and safely dispose of 38 same in accordance with requirements of authorities having jurisdiction. 39 6. Clean equipment and dispose of wash water / solvents as well as all other cleaning and 40 protective materials (e.g. rags, drop cloths, masking papers, etc.), paints, thinners, paint 41 removers / strippers in accordance with the 42 7. Safety requirements of authorities having jurisdiction. 43 8. Repainting of Existing Finishes: 44 9. Refer to MPI Maintenance Repainting Manual and Section [insert appropriate section number] 45 for repainting of existing finishes. 46 10. Use finish coat of respective new surface paint system for minor repair of existing finishes. 47 Use system primer where existing finishes are damaged down to bare surface. 29016/ Fort Stevens/ Mni Pone PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-10 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 1 C. Protection: Protect work of other trades, whether to be painted or not, against damage by painting 2 and finishing work. Correct any damage by cleaning, repairing or replacing, and repainting, as 3 acceptable to Architect. 4 1. Provide "Wet Paint' signs as required to protect newly painted finishes. Remove temporary 5 protective wrappings provided by others for protection of their work, after completion of 6 painting operations. 7 2. At completion of work of other trades, touch -up and restore all damaged or defaced painted 8 surfaces. 9 3.06 SCHEDULE - SURFACES TO BE FINISHED 10 A. Do Not Paint or Finish the Following Items: 11 1. Items fully factory- finished unless specifically noted. 12 2. Fire rating labels, equipment serial number and capacity labels. 13 -B. Paint the surfaces described below under Schedule - Paint Systems. 14 C. Mechanical and Electrical: Use paint systems defined for the substrates to be finished. 15 1. Paint all insulated and exposed pipes occurring in finished areas to match background 16 surfaces, unless otherwise indicated. 17 2. Paint shop - primed items occurring in finished areas. 18 3. Paint interior surfaces of air ducts and convector and baseboard heating cabinets that are 19 visible through grilles and louvers with one coat of flat black paint to visible surfaces. 20 4. Paint dampers exposed behind louvers, grilles, and convector and baseboard cabinets to 21 match face panels. 22 3.07 SCHEDULE - PAINT SYSTEMS 23 A. Exterior Paint and Coating Systems: 24 1. Paint EXTERIOR surfaces in accordance with the following MPI Painting Manual 25 requirements: 26 a. Galvanized Metal: (not chromate passivated) - For high contact / high traffic areas 27 (miscellaneous. steel, pipes, etc.) - For low contact / low traffic areas (overhead decking, 28 downspout brackets, ducts, gutters, flashing, etc.) 29 1) EXT 5.313 Alkyd finish. 30 (a) Coats: 31 (1) Latex Galvanized Primer / 1 Coat / Product - #26 32 (2) Alkyd Gloss Enamel -Finish Coat/ 2 Coats/ Product -#94 33 b. Pre- Primed Metal: (flashing and gutters) 34 1) EXT 5.313 Alkyd finish. 35 (a) Coats: 36 (1) Spot Prime 37 (2) Cementitious Galvanized Metal Primer / 1 Coat / Product - #26 38 (3) Alkyd Gloss Enamel -Finish Coat/ 2 Coats/ Product -#94 39 c. Wood Paneling: (plywood siding, fascias, soffits, etc.) 40 1) EXT 6.4K - Latex finish (over latex primer). 41 (a) Latex Primer / 1 Coat / Product - #6 42 (b) Semi Gloss Waterborne Finish 12 Coats / Product #11. 43 (1) The first coat shall be applied at a 50% tinting of the color selected. 44 (2) Architect or Owner shall be contacted between coats to verify and approve 45 first application. 46 (3) The second coat shall be applied at a 100% tinting of the color selected. 1 29016/ Fort Stevens i Mnl Pond PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-11 1 2 3 4 5 6 7 8 9 10 11 12 Fort Stevens / Mill Pond Yelm Community Schools - No. 02 Erickson McGovern 2. Note The Following For Exterior Paint: a. Downspouts: Shall be painted out same color as their background. PVC downspouts painting preparations: Fine sand to degloss and provide tooth. Provide one coat primer. ICI Devoe, Devguard #4160, or equivalent and two finish coats 100% acrylic satin enamel. (Tint primer coat similar to top coat for best hide). b. Paintout: All miscellaneous mechanical, vents, louvers, or other detail against brick will receive a brick matching paint, all similar items against neutral walls shall paint out as required USING APPROPRIATE PRODUCT FOR SURFACE TYPE. No metal or other surfaces requiring special paint will be accepted if painted with improper product (e.g. latex over unprimed metal). c. Spot prime all factory or shop primed items damaged in shipment or installation with primer compatible to existing primer and top coats. 13 END OF SECTION 290561 Fort Stevens I Mill Pone PAINTS AND COATINGS - (NEW CONSTRUCTION) 09900-12 1