Loading...
15-023.00 River City Painting of Spokane: Precinct Exterior Painting 15 CONSTRUCTION AGREEMENT River City Painting of Spokane Inc. THIS CONSTRUCTIONAGREEMENT (the "Agreement") is made by and between the City of Spokane Valley, a code City of the State of Washington("City") and River City Painting of Spokane Inc., ("Contractor")jointly referred to as the"Parties". IN CONSIDERATION of the terms and conditions contained herein the Parties agree as follows: 1. Work to Be Performed. Contractor shall do all work and furnish all labor, supervision,tools,materials, supplies and equipment and other items necessary for the construction and completion of the Precinct Exterior Painting Project(the"Work")in accordance with documents described in Exhibit 1 and in accordance with this Agreement (which are by this reference incorporated herein and made part hereof (the "Contract Documents")),and shall perform any changes in the work in accordance with the Contract Documents. The terms and provisions in this Agreement shall control over any inconsistent or incompatible terms in any other Contract Document. Contractor shall, for the amount set forth in paragraph 4,below, assume and be responsible for the cost and expense of all work required for constructing and completing the Work and related activities provided for in the Contract Documents to City's satisfaction,within the time limits prescribed in the Contract Documents. The City Manager,or designee,shall administer and be the primary contact for Contractor. Upon notice from City,Contractor shall promptly commence work,complete the same in a timely manner,and cure any failure in performance under this Agreement. Unless otherwise directed by City,all work shall be performed in conformance with the Contract Documents, and all City,State and federal standards,codes,ordinances,regulations and laws as now existing or as may be adopted or amended. 2. Time for Performance. Contractor shall commence the Work within 10 days of receipt of a notice to proceed and shall complete the Work by April 30, 2015 with the understanding that the paint can only be applied when the temperature is within the recommended range for the product. Contract time may be extended in accordance with this Agreement and the Contract Documents. 3. Liquidated Damages. TIME IS OF THE ESSENCE FOR THIS CONTRACT. Delays cause inconvenience to the residents of City and cost taxpayers undue sums of money, adding time needed for administration,engineering,inspection and supervision. It is impractical for City to calculate the actual cost of delays. Accordingly, Contractor agrees to pay liquidated damages for failure to achieve Substantial Completion(as defined in the Contract Documents)which shall be in the amount of$100.00 per day. These liquidated damages are not a penalty, but are fixed and agreed upon by and between Contractor and City because of the impracticability and difficulty of fixing and ascertaining the actual damages that City would sustain in the event that the Work is not completed in accordance with the Contract Documents. Liquidated damages may be retained by City and deducted from payments otherwise due to the Contractor. 4. Compensation. In consideration of Contractor performing the Work, City agrees to pay Contractor in accordance with the Contract Documents the sum of$9,215,plus Washington State Sales Tax of$801.71,for a total of$10,016.71,based on the bid submitted by Contractor,and as may be adjusted in accordance with the Contract Documents. This sum includes the base bid and additive alternate bid items#1 and#2. Construction Agreement Page 1 of 6 5.Payment. Contractor may elect to be paid in monthly installments,upon presentation of an application for payment in a form satisfactory to City. Applications for payment shall be sent to the City Finance Department at the below stated address. Pursuant to Chapter 60.28 RCW,five percent of the compensation due Contractor shall be retained by City. City reserves the right to withhold payment under this Agreement which is determined in the reasonable judgment of the City Manager or designee to be noncompliant with the Contract Documents,City standards, City Code, and federal or state standards. 6. Notice. Notice other than applications for payment shall be given in writing as follows: TO THE CITY: TO THE CONTRACTOR: Name: Christine Bainbridge, City Clerk Name: River City Painting of Spokane Inc. Phone: (509)921-1000 Phone: (509)487-0095 Address: 11707 East Sprague Ave, Suite 106 Address: 1818 W. Francis#106 Spokane Valley, WA 99206 Spokane,WA 99205 7.Applicable Laws and Standards. The Parties,in the performance of this Agreement,agree to comply with all applicable federal, state, and local laws, codes and regulations. 8. Certification Regarding Debarment, Suspension, and Other Responsibility Matters — Primary Covered Transactions. A.By executing this Agreement,the Consultant certifies to the best of its knowledge and belief,that it and its principals: 1. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any federal department or agency; 2. Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission or fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (federal, state, or local)transaction or contract under a public transaction;violation of federal or state antitrust statues or commission of embezzlement,theft,forgery,bribery,falsification or destruction of records,making false statements, or receiving stolen property; 3. Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (federal, state, or local) with commission of any of the offenses enumerated in paragraph(A)(2)of this certification; and 4. Have not within a three-year period preceding this application/proposal had one or more public transactions(federal, state,or local)terminated for cause or default. B. Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this Agreement. 9.Prevailing Wages on Public Works. Contractor,any subcontractor,or other person doing work under this Agreement, shall comply with the requirements of RCW 39.12, and shall pay each employee an amount not less than the Prevailing Rate of Wage, as specified by the Industrial Statistician of the Washington State Department of Labor and Industries("L&I"). If employing labor in a class not shown,Contractor shall request a determination of the correct wage rate for the class and locality from the Industrial Statistician. Contractor Construction Agreement Page 2 of 6 shall provide a copy of any such determinations to City. Before commencing,during,and upon completion of the work,Contractor shall file all forms and pay all fees required by L&I and shall indemnify and hold City harmless from any claims related to its failure to comply with RCW 39.12. The following information is provided pursuant to RCW 39.12.030: A. State of Washington prevailing wage rates applicable to this public works project, published by L&I are located at the L&I website address: https://fortress.wa.gov/lni/wagelookup/prvWagelookup.aspx B. This Project is located in Spokane County. C. The effective prevailing wage date is the same date as the bid due date as referenced in the original request for bids and as may be revised by addenda. A copy of the applicable prevailing wage rates is also available for viewing at the offices of City located at 11707 East Sprague, Suite 106,Spokane Valley,WA 99206. Upon request,City will mail a hard copy of the applicable prevailing wages for this project. 10.Relationship of the Parties. It is understood,agreed and declared that Contractor shall be an independent contractor,and not the agent or employee of City,that City is interested in only the results to be achieved,and that the right to control the particular manner,method and means in which the services are performed is solely within the discretion of Contractor. Any and all employees who provide services to City under this Agreement shall be deemed employees solely of Contractor. Contractor shall be solely responsible for the conduct and actions of all its employees under this Agreement and any liability that may attach thereto. 11.Ownership of Documents. All drawings,plans,specifications,and other related documents prepared by Contractor under this Agreement are and shall be the property of City, and may be subject to disclosure pursuant to RCW 42.56 or other applicable public record laws. 12.Records. The City or State Auditor or any of their representatives shall have full access to and the right to examine during normal business hours all of Contractor's records with respect to all matters covered in this Agreement. Such representatives shall be permitted to audit,examine and make excerpts or transcripts from such records and to make audits of all contracts,invoices,materials,payrolls and record of matters covered by this contract for a period of three years from the date fmal payment is made hereunder. 13.Warranty. Unless provided otherwise in the Contract Documents,Contractor warrants that all Work and materials performed or installed under this Agreement are free from defect or failure for a period of one year following fmal acceptance by City,unless a supplier or manufacturer has a warranty for a greater period,which warranty shall be assigned or transferred to City. In the event a defect or failure occurs in work or materials, Contractor shall, within the warranty period, remedy the same at no cost or expense to City. This warranty provision shall not be construed to establish a period of limitation with respect to Contractor's other obligations under this Agreement. 14.Contractor to Be Licensed And Bonded. Contractor shall be duly licensed,registered and bonded by the State of Washington at all times this Agreement is in effect. Construction Agreement Page 3 of 6 15. Insurance. Contractor shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by Contractor, its agents,representatives, or employees. A. Minimum Scope of Insurance. Contractor shall obtain insurance of the types described below: 1.Automobile liability insurance covering all owned,non-owned,hired,and leased vehicles. Coverage shall be written on Insurance Services Office(ISO)form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2.Commercial general liability insurance shall be written on ISO occurrence form CG 00 01 and shall cover liability arising from premises,operations,independent contractors,products- completed operations,stop gap liability,personal injury and advertising injury,and liability assumed under an insured contract. The commercial general liability insurance shall be endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85. There shall be no endorsement or modification of the commercial general liability insurance for liability arising from explosion,collapse or underground property damage. City shall be named as an insured under Contractor's commercial general liability insurance policy with respect to the work performed for City using ISO Additional Insured endorsement CG 2010 10 01 and Additional Insured-Completed Operations endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage. 3.Workers' compensation coverage as required by the industrial insurance laws of the State of Washington. B. Minimum Amounts of Insurance. Contractor shall maintain the following insurance limits: 1.Automobile liability insurance with a minimum combined single limit for bodily injury and property damage of$1,000,000 per accident. 2.Commercial general liability insurance shall be written with limits no less than$1,000,000 each occurrence, $2,000,000 general aggregate, and a $2,000,000 products-completed operations aggregate limit. C. Other Insurance Provisions. The insurance policies are to contain, or be endorsed to contain,the following provisions for automobile liability,professional liability and commercial general liability insurance: 1. Contractor's insurance coverage shall be primary insurance with respect to City. Any insurance, self-insurance, or insurance pool coverage maintained by City shall be excess of Contractor's insurance and shall not contribute with it. 2. Contractor shall fax or send electronically in.pdf format a copy of insurer's cancellation notice within two business days of receipt by Contractor. D.Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M.Best rating of not less than A:VII. E. Evidence of Coverage. As evidence of the insurance coverages required by this Agreement, Construction Agreement Page 4 of 6 Contractor shall furnish acceptable insurance certificates to City at the time Contractor returns the signed Agreement. The certificate shall specify all of the parties who are additional insureds,and will include applicable policy endorsements,and the deduction or retention level. Insuring companies or entities are subject to City acceptance. If requested, complete copies of insurance policies shall be provided to City. Contractor shall be financially responsible for all pertinent deductibles,self-insured retentions, and/or self-insurance. 16.Indemnification and Hold Harmless. Contractor shall,at its sole expense,defend,indemnify and hold harmless City and its officers, agents, and employees, from any and all claims, actions, suits, liability, loss, costs,attorney's fees and costs of litigation,expenses,injuries,and damages of any nature whatsoever relating to or arising out of the wrongful or negligent acts,errors or omissions in the services provided by Contractor, Contractor's agents, subcontractors, subconsultants and employees to the fullest extent permitted by law, subject only to the limitations provided below. Contractor's duty to defend,indemnify and hold harmless City shall not apply to liability for damages arising out of such services caused by or resulting from the sole negligence of City or City's agents or employees. Contractor's duty to defend,indemnify and hold harmless City against liability for damages arising out of such services caused by the concurrent negligence of(a) City or City's agents or employees, and(b)Contractor, Contractor's agents, subcontractors, subconsultants and employees, shall apply only to the extent of the negligence of Contractor, Contractor's agents, subcontractors, subconsultants and employees. Contractor's duty to defend,indemnify and hold City harmless shall include,as to all claims,demands,losses and liability to which it applies,City's personnel-related costs,reasonable attorneys'fees,and the reasonable value of any services rendered by the office of the City Attorney,outside consultant costs,court costs,fees for collection, and all other claim-related expenses. Contractor specifically and expressly waives any immunity that may be granted it under the Washington State Industrial Insurance Act,Title 51 RCW. These indemnification obligations shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable to or for any third party under workers' compensation acts, disability benefit acts, or other employee benefits acts. Provided, that Contractor's waiver of immunity by the provisions of this paragraph extends only to claims against Contractor by City,and does not include,or extend to,any claims by Contractor's employees directly against Contractor. Contractor hereby certifies that this indemnification provision was mutually negotiated. 17. Waiver. No officer,employee, agent or other individual acting on behalf of either party has the power, right or authority to waive any of the conditions or provisions of this Agreement. No waiver in one instance shall be held to be waiver of any other subsequent breach or nonperformance. All remedies afforded in this Agreement or by law, shall be taken and construed as cumulative, and in addition to every other remedy provided herein or by law. Failure of either party to enforce at any time any of the provisions of this Agreement or to require at any time performance by the other party of any provision hereof shall in no way be construed to be a waiver of such provisions nor shall it affect the validity of this Agreement or any part thereof. 18. Assignment and Delegation. Neither party shall assign, transfer, or delegate any or all of the responsibilities of this Agreement or the benefits received hereunder without first obtaining the written consent of the other party. 19. Confidentiality. Contractor may,from time to time,receive information which is deemed by City to be confidential. Contractor shall not disclose such information without the prior express written consent of City Construction Agreement Page 5 of 6 or upon order of a Court of competent jurisdiction. 20.Disputes. All disputes arising under or related to this Agreement that cannot be resolved through informal discussion and negotiations shall be resolved by litigation filed in the Superior Court for Spokane County, unless otherwise required by applicable federal or state law. 21. Subcontractor Responsibility. As required by RCW 39.06.020, Contractor shall verify responsibility criteria for each first tier subcontractor and its subcontractors of any tier that hires other subcontractors shall verify responsibility criteria for each of its subcontractors. Verification shall include that each subcontractor,at the time of subcontract execution,meets the responsibility criteria listed in RCW 39.04.350(1)and possesses an electrical contractor license,if required by chapter 19.28 RCW,or an elevator contractor license if required by chapter 70.87 RCW. This verification requirement must be included in every subcontract of every tier. 22.Jurisdiction and Venue. This Agreement is entered into in Spokane County,Washington. Venue shall be in Spokane County, State of Washington. 23. Entire Agreement. This Agreement constitutes the entire and complete agreement between the parties and supercedes any prior oral or written agreements. This Agreement may not be changed,modified or altered except in writing signed by the Parties. 24. Anti-kickback. No officer or employee of City,having the power or duty to perform an official act or action related to this Agreement shall have or acquire any interest in this Agreement, or have solicited, accepted or granted a present or future gift, favor, service or other thing of value from any person with an interest in this Agreement. 25.Business Registration. Prior to commencement of Work under this Agreement,Contractor shall register with the City as a business. 26. Severability. If any section,sentence,clause or phrase of this Agreement should be held to be invalid for any reason by a court of competent jurisdiction,such invalidity shall not affect the validity of any other section, sentence, clause or phrase of this Agreement. 27. Exhibits. Exhibits attached and incorporated into this Agreement are: 1. Scope of Work 2. Insurance Endorsements The Parties have executed this Agreement this 2g"'-' day of November,2014. CITY OF SPOKANE VALLEY: Contractor:R1vl;t2_ C iTt' PA‘NT‘NG k N C. Mike Jackson, Ci;.f anager a ..`a 02 p 0 ncr ATTES ' APPROVED AS TO FORM: Christine Bainbridge, City Clerk / Office o�4 e City Aey Construction Agreement Page 6 of 6 ScrrY of 0 ne Parks and Recreation Department % i11 ey2426 N. Discovery Place • Spokane Valley, WA 99216 509.688.0300 ♦ Fax: 509.688.0188 ♦ parksandrec®spokanevalley.org November 6, 2014 Bid Invitation For City of Spokane Valley Parks and Recreation Department • Project Title: Precinct Exterior Paint Project • Project Description: The Police Precinct is proposing to paint the aluminum storefront and the steel bollards near the entry. The Base Bid includes the removal of all existing joint sealant around the storefront system, preparation of aluminum surfaces, priming and re-painting of all storefront. Bid Alternate #1 is the re-painting of the existing aluminum coping around the perimeter of the facility. Bid Alternate #2 is the re-painting of the stripe on the exterior CMU wall. • Project Location: The Spokane Valley Precinct is located at 12710 E. Sprague Avenue, Spokane Valley, Washington 99216. • Bidder Requirements: 1. This is a prevailing wage public works project. 2. Both a performance bond and a payment bond are due at the time the signed contract is submitted. Please use City forms that are included in this packet. 3. Successful contractor will need to have a current City of Spokane Valley business license as well as being licensed and bonded. 4. Contractor will need to coordinate access to the Precinct through the Police Department for security reasons. 5. The insurance requirements will include naming the City of Spokane Valley as additional insured and having the following minimum amounts of insurance: a. Automobile Liability - $1,000,000 per accident. b. Commercial General Liability - $1,000,000 per occurrence and $2,000,000 general aggregate and $2,000,000 products-completed aggregate limit. 6. Upon City request, the apparent low bidder shall provide evidence of sufficient facilities, equipment, experience and financial ability to ensure completion of the work. Bidders must be qualified by experience and 1 financing to do the work called for in the plans and specifications. The Owner reserves the right to take whatever action it deems necessary and reasonable, to ascertain the ability of the bidder to perform the work satisfactorily. 7. Contractor to submit documentation that they have completed at least three similar projects. • Project Completion Date This project needs to be completed by April 30, 2015. • Project Guidelines: 1. Contractor will notify the Director of Parks and Recreation Department of their planned work schedule in writing prior to beginning the project. 2. Contractor will notify the Director of Parks and Recreation Department of any work that will involve excessive noise, dust or any work that will disrupt Precinct operations. 3. City of Spokane Valley reserves the right to stop work by contractors for any reason deemed to be necessary. 4. Contractor will keep the jobsite clean and free of safety hazards during the entire project. 5. If for any reason work must be stopped by contractor, the Director of Parks and Recreation must be notified. 6. Contractor is responsible for any and all permits that are required for this project. 7. All work will adhere to the plans and specifications. 8. All applicable permits will be posted on jobsite. 9. All work must be approved by the City of Spokane Valley Parks and Recreation Department prior to completion of project. 10. Contractor will be responsible for any damage done to City property or its contents. • Bid Due Date: Written bids need to be delivered to the Spokane Valley Parks and Recreation Department no later than 12:00 pm Friday, November 14, 2014. They can be hand delivered, mailed or emailed as long as they arrive before the time deadline. The Parks and Recreation Department is located within CenterPlace at 2426 N. Discovery Place, Spokane Valley, Washington 99216. • Project Contact/Additional Information Mike Stone, Director of Parks and Recreation Phone: (509) 720-5400 Fax: (509) 688-0188 Email: mstoneOspokanevalley.orq 2 1 1/14/2014 FRI 11: 51 FAX 5094872903 River City Painting 0001/005 -MY roiots,ij 1•818. W FRANCIS#I06 SPOKANE WA. 99205 ‘,t 1. • • (509).487-0095 OFFICE (009) 487-2903 FAX /To! .RIVERCITY.PAINTINGQYAHOO.COM To: • s • Prom • • 1/43 • rax ( q) cDtgEs- Pji S • Phone:CS0 CO 720-SLI 1 • Cotes 1/)‘.1/1q . • • Re: cc; • • • ' .Vittruent El Par Review 1:1 Please Comment 13 Please Reply Cl Please Recycle • • • • • • . •, • • • • • • • . • • • • . ' • • • • • • • • • • . . . . • • • • . . • . . • . • . • • • • • . . • 11/14/2014 FRI 11:51 FAX 5094872903 River City Painting 0002/005 • BID RESPONSE DOCUMENTS BID PROPOSAL - PROJECT TITLE: Precinct Exterior Painting Project NAME OF FIRM SUBMITTING BID: k\\5-I 2 CXVT) Prkti\TVt +c. Each bid shall constitute an offer to the City SpokaneValley of as outlined herein and no bidder may withdraw his bid after the hour set for the bid closing except under the conditions explained in the Information to Bidders Section. . RECEIPT OF ADDENDA: Bidder acknowledges receipt of the following addenda: Addendum No. Date Addendum No. Date Addendum No. Date REJECTION: The City reserves the right to reject any or all proposals, portions or parts thereof and to waive all minor irregularities in bidding. Special attention will be directed to the qualifications of the bidders when considering awarding a contract, TIME TO COMPLETE: The project completion date is October 24, 2014. BID IS NOT ELIGIBLE FOR CONTRACTOR'S BOND ELECTION to withhold 50% retainage in lieu • of furnishing a Contractor's Bond (Performance and Payment Bond). Please submit a payment and performance bond on the forms supplied. SUBMITTAL: The"Bid Response Documents" Section constitutes the Bid Proposal when . completed and submitted. Please do not submit the entire Invitation to Bid manual. • FREIGHT: Bid price(s) to include all freight costs to the job site. • BASE BID — Precinct Paint Project As Identified in the Construction Documents plans and details. BASE BID = $ SS y 8.7% SALES TAX = $ �� y j TOTAL BASE BID= $ 2'7. - 1 I1/14/2014 FRI 11: 5I FAX 5094872903 River City Painting 0003/005 ADDITIVE ALTERNATE BID ITEM #1 — Re-painting of the existing aluminum coping around the perimeter of the facility As identified in the Construction Documents plans and details. • ADDITIVE ALTERNATE BID ITEM#1 = $ 1243 • 8.7% SALES TAX = $ /Q' • TOTAL ADDITIVE ALTERNATE BID ITEM #1= $ J3 321 • ADDITIVE ALTERNATE BID ITEM #2 — Re-painting of the stripe on the exterior CMU wall . •. As Identified In the Construction Documents plans and details. ADDITIVE ALTERNATE BID ITEM#2 = $ 24• 2� 8.7% SALES TAX = $ 2(0 az TOTAL ADDITIVE ALTERNATE j3ID ITEM #1= $ 263sa' . BID SUMMARY - BASE BID = $ V )C. -7-41- ADDITIVE ALTERNATE BID ITEM #1 = $ v3s'j ADDITIVE ALTERNATE BID ITEM #2 = $ 2c 3S GRAND TOTAL = $ t C /01 • • 2' 1 11/14/2014 FRI 11: 52 FAX 5094872903 River City Painting 0004/005 • REPRESENTATIONS AND CERTIFICATIONS • ANTI-KICKBACK No officer or employee of the City of Spokane Valley, having the power or duty to perform an official act or action related to this submittal, shall have or acquire any interest in this submittal, or have solicited, accepted or granted a present or future gift, favor, service, or other thing of value from or to any person involved in this submittal. • • •REPRESENTATION: In submitting this bid we represent that the bid documents have been read and understood, that the site has been visited and or that we have familiarized ourselves with the local conditions under which the work is to be performed, that by signature of this proposal we acknowledge all requirements and that we have signed all certificates contained herein. REPRESENTATION: In submitting this bid we acknowledge the requirements and conditions applicable to bid deposits in the form of a cash bid deposit or surety bond bid deposit. .I CERTIFY that no final determination of violation of RCW 50.12.070(1)(b), 50.16.070(1)(b), or 82.32.070(1)(b) has been made by the Washington State Departments of Employment Security, Labor And Industries or Revenue respectively dated within two years of the date of the opening of this bid. I understand further that no bid may be submitted, considered or contract awarded for a public work to any person or entity that has a determination of violation .of the above referenced statutes within two years from the date that a violation Is finally • . determined and the date of this bid opening. • I CERTIFY that to the best of my knowledge the information contained in this proposal is accurate and that complete p I have a e the legal authority to commit this Firm to a contractual agreement. I realize the final funding for any service is based upon budget levels and the approval of the City of Spokane Valley.• • Name: ZAC..“ �1 Person/Entiity_suubmitting bid (print) Signature: f • Title: VuuL4 PQ1S6 d(WV Date: OM BIDDER'S ADMINISTRATIVE INFORMATION 1. PERSON/ENTITY a. Name as registered with the State Of Washington: RIVe2 C-tsrr fJG, of SPoc4,41vi . b. Physical Address: 6VO' J. p f.Iu" .s(c. SPow,ANI);i v ��2174�Cro2Po e • • 3 1.1/14/2014 FRT 11i52 FAX 5094872903 River City Painting 0005/005 c. Mailing Address including zip code: f O((.IJ, fR-4i(Aa #-106 SPoi<Amil, w QVi,o_s d, Remit To Address including zip code: / e. Telephone number including area code:$Oq) (1,f) ) 7) f. Fax number including area codeOoqj tIB7 ..2G03 g. E-mail address for business correspondence: Roe& G\ 4 Aorc(VG. Cv.(kr\ h. Washington State Contractors License Number: tont License RIVERCP957NT • I. Federal Tax Identification Number: FID 76-0798129 i'Work Comp 073.299-01 • j. Washington State UBI Number: Unemp ins 305640 001 k. State Industrial Account Identification Number: !UB' 602 526 620 2. INSURANCE COMPANY: a. Name of company:B,ASi lv 6-,A0 I NSU 2, 1.1J(,�r • b. Mailing Address including zip code:Zoo (V. A2G-o kyv Ra'J. SPH+l4.LLLY� w 1 S21 c. Insurance Agent Name: DA0,3 d. Insurance Agent Telephone number Including area code:CS og) j•-��OG e. Insurance Agent Fax number including area code:C 09 g 91 -itisQ) . 3. BONDING•COMPANY: • a. Surety Name: b. Surety Mailing Address including zip code: • c. Bonding Agent Name: d. Bonding.Agent Mailing Address Including zip code: • e. Bonding Agent Telephone number Including area code: f. Bonding Agent Fax number. Including area code: • • • • • • 4 li wNW 199't "'m0 d i NA -<z -0-A3 111 I illr NI O r O O O°� M 1 $1 IgtOrigi - O �zni _iANU PiplzN � 6424z 8ig $ $A 40- z3O i �O 6° 2°TYP UU I L / f2" ' b 1NL a II a '°'e° . -0,:gUt, mkt g Toolg=qZ g-01 iD rb 01 A 821!1 1 POLICE FAG I L I TY EN1 PLAN 4 ELEVATION 0 zeaEXTERIOR PAINT Pmleanumber 1425 ARCHITECTURE /� Dale g/28/14 A202 l3 9.4an,4WA 1.. Ha1e.o CITY OF SPOKANE VALLEY Drawn by MI.s Checked by WAF Srak 7/15/2014 4:54:52 PAA H:12014\1425\04-0rawkgs/1425_F202 Entry Ekvdtlon&Pkn.dwg 66 Froemke 1 In 1111111111111111'I��F, ,�,��� w D >: 11111111111111113'k'L y 4' r 11A1it11A111A11 s' 1111111111111 �nomAfal—lilt1 ,,,,i,..i.i;.:.,1.: Rk1111111011 J, 11 H_H_H_H_L f 111111 �- PII I �Iglpl� 111�1�1. �- � E 1 @ a I�� 1s ``,I�, ..rn,:. ,1.d u [ 1 II% I� d �' d d � gggil gar Sti -141 ,r.t1.7.1".''.:, cad iilk D �� Z 1iT 11111 1 11€ 61[111 1 / _ *III 111 H`x�1111� - I/ 7;1111 ' (IIIA 1 111liQHpla ll^ ?jia 1111 s$ 17,4 kir 1 th! via 4 L I 11 — F" . l 1j !lig! RI ::::11"'''1:- 21J11 41 il 1 pli !00, a �AF rl" Aad i 4 40 b 2 ,g .1 . 4 lig a 4a mon 11 III Riga. t MN Irn r) _rem { ,J • � 11 ( ii!'xiii --,--,-, 121 --ti , kii m, 0 @ A`' 6 pi I— ;,,,n,e 1. �' 111i�1i#iEl 77772 IH J.1 Ip,316 IAIAIII All , _ Ii�� I.li.�I`,119A+HHIJIAll1A11• e 4= g _ vt:IF�!:i lllv�q�.tl l;l;l;!_I 41 1`�ilnlil — 6'4' L )z Asil1111 9p VI a ,S PI'IAH0 �'i• - x rp ''1'1'11,8.TAA 111111- (li - r.,.1111111 jAp9yA€111111 _-.1111111 Iia 116111.-. 1a� -�'IAIAIAI iHA3IA 111111L � j�jIp� 10'b•: 6.-4• ,111111EHIg 111 giS • SIT,1121 /11!il 45_ Arfil 1101,1 ''.i;';.:':14,P d 4301: li 4 iliiiiiiikilT,iwiiiiM Ailhi: gigAio A illlll 1 li!Ii191f11 , 4 I -0'! 6'4' liPti ;11211I_ 4�� 10'.6'a 6'-4•Tl+ 8 I Ipl 7p 2 g s ]sb 'L w 1: J 8I 7 ZRC A ITEC7UREA POLICE FACILITI' EXTERIOR PAINT EXTERIOR ELEVATIONS Pro1earwmner 1425 /� Dale 6/215/14 A201 CITY OF SPOKANE VALLEY Drew by tis «...._....w,.,....,,.L.. Checked by HAF scale 1/16•■1'-O• ]115120144:54:52 PM H:1201411425l04Drau1ngs\1425 A201_Exle4or ElevaRons.dwg BHI Freemke DIVISION 09-FINISHES SECTION 099113 -EXTERIOR PAINTING PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes surface preparation and the application of paint systems on the following exterior substrates: 1. Concrete masonry units(CMU):Painted band on CMU walls. 2. Steel: Concrete-filled steel bollards. B. Related Sections include the following: 1. SECTION 099600 — HIGH PERFORMANCE COATINGS, for repainting aluminum substrates(storefront frames and parapet copings). 1.3 SUBMITTALS A. Product Data: Provide manufacturers published product data on all exterior coating products including physical properties and performance characteristics. Include Material Safety Data Sheets(MSDS). B. Manufacturer's Installation Instructions: Indicate special surface preparation procedures and substrate conditions requiring special attention. C. Samples or"draw-downs"for each product and color selected. 1.4 QUALITY ASSURANCE A. MPI Standards: 1. Products: Complying with MPI standards indicated and listed in "MPI Approved Products List." 2. Preparation and Workmanship: Comply with requirements in "MPI Architectural Painting Specification Manual" for products and paint systems indicated. 1425 EXTERIOR PAINTING 099113 - 1 DIVISION 09-FINISHES 1.5 QUALIFICATIONS A. Manufacturer's Qualifications: Company with at least 10 years of experience specializing in the manufacture of architectural coatings equal to those in this section. B. Contractor's Qualifications: Manufacturer approved specialty contractor with a record of successful in-service performance and application of paints and coatings similar to the material, design, and extent of work described in this section. 1.6 DELIVERY, STORAGE,AND HANDLING A. Store materials not in use in tightly covered containers in well-ventilated areas with ambient temperatures continuously maintained at not less than 45 deg F(7 deg C). 1. Maintain containers in clean condition,free of foreign materials and residue. 2. Remove rags and waste from storage areas daily. 1.7 PROJECT CONDITIONS A. Apply paints only when temperature of surfaces to be painted and ambient air temperatures are between 50 and 95 deg F(10 and 35 deg C). B. Do not apply paints in snow, rain, fog, or mist; when relative humidity exceeds 85 percent; at temperatures less than 5 deg F (3 deg C)above the dew point;or to damp or wet surfaces. PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include,but are not limited to,the following: B. Manufacturers: Subject to compliance with requirements, provide products by one of the following: 1. Benjamin Moore&Co. 2. Columbia Paint&Coatings. 3. Parker Paint Mfg. Co.Inc. 4. Rodda Paint Co. 5. Sherwin-Williams Company(The). 2.2 PAINT, GENERAL A. Material Compatibility: 1425 EXTERIOR PAINTING 099113 -2 DIVISION 09-FINISHES 1. Provide materials for use within each paint system that are compatible with one another and substrates indicated, under conditions of service and application as demonstrated by manufacturer,based on testing and field experience. 2. For each coat in a paint system, provide products recommended in writing by manufacturers of topcoat for use in paint system and on substrate indicated. B. Colors: As selected by Architect from manufacturer's full range. 2.3 BLOCK FILLERS A. Interior/Exterior Latex Block Filler: MPI#4. 1. VOC Content: E Range of E2. 2.4 METAL PRIMERS A. Quick-Drying Alkyd Metal Primer: MPI#76. 1. VOC Content: E Range of E2. 2.5 EXTERIOR LATEX PAINTS A. Exterior Latex(Flat): MPI#10(Gloss Level 1). 1. VOC Content: E Range of E3. 2.6 QUICK-DRYING ENAMELS A. Quick-Drying Enamel(Semigloss): MPI#81 (Gloss Level 5). 1. VOC Content: E Range of E2. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine substrates and conditions, with Applicator present, for compliance with requirements for maximum moisture content and other conditions affecting performance of work. B. Maximum Moisture Content of Substrates: When measured with an electronic moisture meter as follows: 1. Masonry(Clay and CMU): 12 percent. 1425 EXTERIOR PAINTING 099113 -3 DIVISION 09-FINISHES C. Verify suitability of substrates, including surface conditions and compatibility with existing finishes and primers. D. Begin coating application only after unsatisfactory conditions have been corrected and surfaces are dry. 1. Beginning coating application constitutes Contractor's acceptance of substrates and conditions. 3.2 PREPARATION A. Comply with manufacturer's written instructions and recommendations in "MPI Architectural Painting Specification Manual" applicable to substrates and paint systems indicated. B. Remove plates,machined surfaces, and similar items already in place that are not to be painted. If removal is impractical or impossible because of size or weight of item, provide surface- applied protection before surface preparation and painting. 1. After completing painting operations, use workers skilled in the trades involved to reinstall items that were removed. Remove surface-applied protection if any. 2. Do not paint over labels of independent testing agencies or equipment name, identification,performance rating,or nomenclature plates. C. Clean substrates of substances that could impair bond of paints, including dirt, oil, grease, and incompatible paints and encapsulants. 1. Remove incompatible primers and reprime substrate with compatible primers as required to produce paint systems indicated. D. Concrete Masonry Substrates: Remove efflorescence and chalk. Do not paint surfaces if moisture content or alkalinity of surfaces to be painted exceeds that permitted in manufacturer's written instructions. E. Steel Substrates: Remove rust and loose mill scale. Clean using methods recommended in writing by paint manufacturer. 3.3 APPLICATION A. Apply paints according to manufacturer's written instructions. 1. Use applicators and techniques suited for paint and substrate indicated. 2. Paint surfaces behind movable items same as similar exposed surfaces. Before final installation,paint surfaces behind permanently fixed items with prime coat only. B. Tint each undercoat a lighter shade to facilitate identification of each coat if multiple coats of same material are to be applied. Tint undercoats to match color of topcoat, but provide sufficient difference in shade of undercoats to distinguish each separate coat. 1425 EXTERIOR PAINTING 099113 -4 DIVISION 09-FINISHES C. If undercoats or other conditions show through topcoat, apply additional coats until cured film has a uniform paint finish,color,and appearance. D. Apply paints to produce surface films without cloudiness, spotting, holidays, laps, brush marks, roller tracking,runs, sags, ropiness, or other surface imperfections. Cut in sharp lines and color breaks. 3.4 CLEANING AND PROTECTION A. At end of each workday, remove rubbish, empty cans, rags, and other discarded materials from Project site. B. After completing paint application, clean spattered surfaces. Remove spattered paints by P g pp washing,scraping,or other methods. Do not scratch or damage adjacent finished surfaces. C. Protect work of other trades against damage from paint application. Correct damage to work of other trades by cleaning, repairing, replacing, and refinishing, as approved by Architect, and leave in an undamaged condition. D. At completion of construction activities of other trades, touch up and restore damaged or defaced painted surfaces. 3.5 EXTERIOR PAINTING SCHEDULE A. CMU Substrates: 1. Latex System: MPI EXT 4.2A. a. Prime Coat: Interior/exterior latex block filler. b. Intermediate Coat: Exterior latex matching topcoat. c. Topcoat: Exterior latex(flat). B. Steel Substrates: 1. Quick-Drying Enamel System: MPI EXT 5.1A. a. Prime Coat: Quick-drying alkyd metal primer. b. Intermediate Coat: Quick-drying enamel matching topcoat. c. Topcoat: Quick-drying enamel(semigloss). END OF SECTION 099113 1425 EXTERIOR PAINTING 099113 -5 DIVISION 09-FINISHES SECTION 099600-HIGH-PERFORMANCE COATINGS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes surface cleaning,preparation,tenting and application of high-performance coating systems on the following substrates: 1. Existing aluminum storefront frames 2. Existing aluminum parapet wall coping. B. Related Sections include the following: 1. Division 07 Section 07 92 00-JOINT SEALANTS. 2. Division 09 painting Sections for general field painting. 1.3 SUBMITTALS A. Product Data: Provide manufacturers published product data on all exterior coating products including physical properties and performance characteristics. B. Manufacturer's Installation Instructions: Indicate special surface preparation procedures, and substrate conditions requiring special attention. C. Manufacturer's maintenance instructions. D. Samples for Initial Color Selection: For each type of finish-coat product indicated.. 1.4 PRE-INSTALLATION MEETINGS A. Schedule a conference and inspection to be held on-site before field application of coating systems begins.Written notification of pre-installation meeting must be sent to all parties within fourteen(14)days prior to conference. B. Conference shall be attended by Contractor, Owner's representative, Architect, coating applicators, and a representative of coating material manufacturer (Field Technician). Airfare and accommodation for Field Technician is to be paid for by the Sub-Contractor C. Topics to be discussed at meeting shall include: 1425 HIGH-PERFORMANCE COATINGS 099600- 1 DIVISION 09-FINISHES 1. A review of Contract Documents and accepted Shop Drawings shall be made and deviations or differences shall be resolved. 2. Review items such as environmental conditions, surface conditions, surface preparation, application procedures,and protection via tenting during and following application. 3. Establish which areas on-site will be available for use as storage areas and working area. 4. Pre-construction conference and inspection shall serve to clarify Contract Documents, application requirements and what work should be completed before coating application can begin. 5. Prepare and submit, to parties in attendance, a written report of pre-installation conference report shall be submitted with 3 days following conference. 1.5 QUALITY ASSURANCE A. Exterior coating materials shall be applied evenly in accordance with manufacturer's directions and printed specifications B. Finish surfaces shall respect AAMA 2605-98, 4.2. "Coating shall be visibly free from flow lines, streaks, blisters or other surface imperfections in the dry-film state on exposed surfaces when observed at a distance of 3m(10 feet) from the metal surface and inspected at an angle of 90 degrees to the surface". C. The coating shall be applied to meet the dry-film thickness specification of the manufacturer. D. Work shall be subject to acceptance by the Architect. The Contractor shall correct Work that does not comply with the specifications. 1.6 QUALIFICATIONS A. Manufacturer's Qualifications: Company with at least 20 years of experience specializing in the manufacture of high performance architectural coatings equal to those specified in this section B. Contractor's Qualifications: Manufacturer approved specialty contractor with a record of successful in-service performance and application of paints and coatings similar to the material, design,and extent of the work described in this section. 1. Proposed contractors for the work of this section must submit a successful record of com- pletion for projects of the same scale and nature, including the type of coating system spec- ified herein,to be considered qualified for approval. 2. Proposed specialty contractors for the work of this section must be submitted for approval not less than five(5)business days before the Bid due date. C. Field Technician Qualifications: Manufacturer Technician thoroughly skilled and specially trained in the means and methods for coating application. Minimum seven(7)years experience specializing in the application of high performance architectural coatings. 1425 HIGH-PERFORMANCE COATINGS 099600-2 DIVISION 09-FINISHES 1.7 DELIVERY, STORAGE,AND HANDLING A. Deliver products to site in Manufacturer's original sealed containers with labels intact and legible; inspect to verify acceptability. B. Container labels shall include manufacturer's name, type of material, brand name, lot number, brand code and color designation. C. Store materials at minimum ambient temperature of 45° F and a maximum of 90° F, in ventilated area and as required by manufacturer's storage instructions. D. Store flammable materials to protect from fire hazards and spontaneous combustion. E. Remove all materials and empty containers from the area of work at the close of each day. 1.8 ENVIRONMENTAL REQUIREMENTS A. Do not apply coatings without a tent. B. Do not apply coatings to wet or damp surfaces, or when relative humidity is outside the ranges required by the product manufacturer or when rain is imminent. C. Minimum Application Temperatures: 50° F. minimum and 90° F. maximum; unless required otherwise by manufacturer's instructions Temperature ranges shall be maintained a minimum of 24 hours prior to and 48 hours following application. D. Provide additional lighting and heat if needed to illuminate and warm and keep thy the substrate surface during coating application. 1.9 WARRANTY REQUIREMENTS A. Crack, check, or peel (lose adhesion). Contractor shall be responsible for adhesion during the first three (3) years of the warranty period. If the coating fails to comply with the values set forth herein during the fifteen(15)years of the warranty period, the manufacturer shall pay for material reasonably necessary to repaint affected areas. PART 2-PRODUCTS 2.1 ACCEPTABLE MANUFACTURERS A. Materials specified are those that have been evaluated for the specific service on this project. Products of the Tnemec Company, Inc. are listed to establish a standard of quality. Equivalent materials of other manufacturer's may be submitted a minimum ten days prior to bid date on written approval of the Architect. B. Materials specified herein shall not preclude consideration of equivalent or superior materials. Requests for substitution shall be submitted a minimum of ten days prior to Bid date . 1425 HIGH-PERFORMANCE COATINGS 099600-3 DIVISION 09-FINISHES 1. Requests for substitution shall include evidence of satisfactory past performance on exterior aluminum surfaces. 2. Substitutions will not be considered that change number of coats,the type of resin, or do not meet specified total dry film thickness and performance requirements. 2.2 MATERIALS A. Coatings: Product designed for field application containing uniformly dispersed pigments in a homogeneous coating with good flow properties; capable of air-drying or curing free of discoloration. B. Materials shall not be altered except for reducing in accordance with the recommendations of the manufacturer. C. Colors: Paints colors shall be custom tinted by the manufacturer for each finish product specified as selected by the Owner. 2.3 COATING SCHEDULE A. Metal-Aluminum. 1. Primer: Tnemec Series 27 FC Typoxy. 2. Finish Topcoat: Tnemec Series 1072,Fluoronar Satin. a. Volatile Organic Compounds:Not more than 317 grams/Litre. b. ASTM D 4141 Exterior Exposure (EMMAQUA): No less than 96% gloss retention and 0.29 DED Hunter Lab Scale color change after 1,260 MJ/m2 EMMAQUA exposure. c. ASTM D 4587 QUV:Not more than 7%gloss loss after 10,000 hours exposure. d. ASTM B 117 Salt Spray(Fog):Not less than 10,000 hours exposure. PART 3 -EXECUTION 3.1 EXAMINATION A. Verify that surfaces are ready to receive Work as reviewed by the product manufacturer. B. Examine surfaces scheduled to be finished before commencement of work Report any condition that may potentially affect proper application. 3.2 PREPARATION A. Surface Appointments: Remove or mask electrical plates, hardware, light fixtures, trim, escutcheons, and fittings prior to preparing surfaces or finishing. Store and protect from damage and reinstall after completion of the work. 1425 HIGH-PERFORMANCE COATINGS 099600 -4 DIVISION 09-FINISHES B. Surfaces: Clean exterior surfaces to be coated of dirt, dust, oil, grease, oxidized, loose and scaling paint,mildew,rust on metal and other foreign matter.Do not apply coating over existing caulking or joint sealants. To the extent possible, apply the coating system into the joint slot where sealants have been removed before the application of new joint sealants. C. Remove all portions of existing coatings that exhibit loose surface defects. Abrade existing coating to completely remove sheen and develop surface profile. D. Metal Surfaces: Remove contamination and solvent washing. Apply primer following cleaning as quickly as possible.Abrade using a brown metal finish pad to bright steel/metals. E. Prepare substrate in accordance with manufacturer's application instructions. 3.3 APPLICATION A. Apply products in accordance with manufacturer's instructions. B. Do not apply finishes to surfaces that are not dry. Allow applied coat's to dry as required before next coat is applied. C. Batch-mix multiple containers of a single color to assure a continuous balance of ingredients. D. Sand primer of any application imperfections. Clean surfaces free of loose particles using a tack cloth just prior to coating application. E. Allow applied coat to dry before next coat is applied. F. Re-install stop in the form of a bead of silicone sealant (similar color to existing stop) over finished system. This may not be necessary. 3.4 FIELD QUALITY CONTROL • A. Contractor shall field inspect the work with the Owner upon initial completion.Non-complying work shall be corrected as required. 3.5 PROTECTION A. Protect all adjacent materials and surfaces including landscaping and roofing from damage during all work including cleaning, preparation, and application of exterior coating materials. Notify the Owner of any on-site or adjacent property such as parked vehicles, bicycles, landscaping, etc, which may be damaged from coating operations overhead. Provide protection of grade-level horizontal surface to the extent possible. B. Contractor shall replace all materials in kind that are damaged during work of this section. C. Touch-up and restore damaged or defaced coated surfaces that occur as a result of the work of this section. 1425 HIGH-PERFORMANCE COATINGS 099600-5 DIVISION 09-FINISHES 3.6 CLEANING A. Remove spills and overspray from adjacent surface. B. Legally dispose of debris in accordance with local, state, and federal regulations. END OF SECTION 09 96 00 1425 HIGH-PERFORMANCE COATINGS 099600-6 DIVISION 07—THERMAL AND MOISTURE PROTECTION SECTION 079200-JOINT SEALANTS PART 1 -GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,apply to this Section. 1.2 SUMMARY A. This Section includes joint sealants for the following applications, including those specified by reference to this Section: 1. Exterior joints in the following vertical surfaces and horizontal non-traffic surfaces: a. Perimeter joints between materials and frames of storefront doors and windows. B. Related Sections include the following: 1. Division 09 Section "High-Performance Coatings" for re-sealing perimeter joints of aluminum storefront and/or aluminum coping. 1.3 PERFORMANCE REQUIREMENTS A. Provide elastomeric joint sealants that establish and maintain watertight and airtight continuous joint seals without staining or deteriorating joint substrates. 1.4 SUBMITTALS A. Product Data: For each joint-sealant product indicated. B. Samples for Initial Selection: Manufacturer's color charts consisting of strips of cured sealants showing the full range of colors available for each product exposed to view. C. Warranties: Special warranties specified in this Section. 1.5 QUALITY ASSURANCE A. Installer Qualifications: Manufacturer's authorized Installer who is approved or licensed for installation of elastomeric sealants required for this Project. B. Source Limitations: Obtain each type of joint sealant through one source from a single manufacturer. 1425 JOINT SEALANTS 079200- 1 DIVISION 07—THERMAL AND MOISTURE PROTECTION C. Preconstruction Field-Adhesion Testing: Before installingelastomeric sealants, field test their adhesion to Project joint substrates as follows: 1. Locate test joints where indicated on Project or,if not indicated,as directed by Architect. 2. Conduct field tests for each application indicated below: a. Each type of elastomeric sealant and joint substrate indicated. 3. Notify Owner seven days in advance of dates and times when test joints will be erected. 4. Arrange for tests to take place with joint-sealant manufacturer's technical representative present. a. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, in Appendix Xl in ASTM C 1193. 1) For joints with dissimilar substrates, verify adhesion to each substrate separately; extend cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 5. Report whether sealant in joint connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. For sealants that fail adhesively, retest until satisfactory adhesion is obtained. 6. Evaluation of Preconstruction Field-Adhesion-Test Results: Sealants not evidencing adhesive failure from testing, in absence of other indications of noncompliance with requirements, will be considered satisfactory. Do not use sealants that fail to adhere to joint substrates during testing. 1.6 PROJECT CONDITIONS A. Do not proceed with installation of joint sealants under the following conditions: 1. When ambient and substrate temperature conditions are outside limits permitted by joint- sealant manufacturer[or are below 40 deg F(5 deg C)]. 2. When joint substrates are wet. 3. Where joint widths are less than those allowed by joint-sealant manufacturer for applications indicated. 4. Contaminants capable of interfering with adhesion have not yet been removed from joint substrates. 1.7 WARRANTY A. Special Installer's Warranty: Installer's standard form in which Installer agrees to repair or replace elastomeric joint sealants that do not comply with performance and other requirements specified in this Section within specified warranty period. 1. Warranty Period: Two years from date of Substantial Completion. 1425 JOINT SEALANTS 079200 -2 DIVISION 07—THERMAL AND MOISTURE PROTECTION PART 2-PRODUCTS 2.1 MANUFACTURERS A. Available Products: Subject to compliance with requirements, products that may be incorporated into the Work include, but are not limited to, products listed in other Part 2 articles. 2.2 MATERIALS,GENERAL A. Compatibility: Provide joint sealants, backings, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by sealant manufacturer,based on testing and field experience. B. VOC Content of Interior Sealants: Provide interior sealants and sealant primers that comply with the following limits for VOC content when calculated according to 40 CFR 59, Subpart D (EPA Method 24): 1. Sealants: 250 g/L. C. Colors of Exposed Joint Sealants: As selected by Architect from manufacturer's full range. 2.3 ELASTOMERIC JOINT SEALANTS A. Elastomeric Sealants: Comply with ASTM C 920 and other requirements indicated for each liquid-applied chemically curing sealant specified, including those referencing ASTM C 920 classifications for type,grade,class,and uses related to exposure and joint substrates. B. Single-Component Nonsag Urethane Sealant ES-1: 1. Available Products: a. Bostik Findley;Chem-Calk 900. b. Pecora Corporation;Dynatrol I-XL. c. Sika Corporation,Inc.; Sikaflex- 15LM. d. Tremco;DyMonic. 2. Type and Grade: S(single component)and NS(nonsag). 3. Class: 25 or 50. 4. Use Related to Exposure: NT(nontraffic). 5. Uses Related to Joint Substrates: M,A,and,as applicable to joint substrates indicated. 2.4 JOINT-SEALANT BACKING A. General: Provide sealant backings of material and type that are nonstaining; are compatible with joint substrates, sealants, primers, and other joint fillers; and are approved for applications indicated by sealant manufacturer based on field experience and laboratory testing. 1425 JOINT SEALANTS 079200-3 DIVISION 07—THERMAL AND MOISTURE PROTECTION B. Elastomeric Tubing Sealant Backings: Neoprene, butyl, EPDM, or silicone tubing complying with ASTM D 1056, nonabsorbent to water and gas, and capable of remaining resilient at temperatures down to minus 26 deg F (minus 32 deg C). Provide products with low compression set and of size and shape to provide a secondary seal,to control sealant depth, and to otherwise contribute to optimum sealant performance. C. Bond-Breaker Tape: Polyethylene tape or other plastic tape recommended by sealant manufacturer for preventing sealant from adhering to rigid, inflexible joint-filler materials or joint surfaces at back of joint where such adhesion would result in sealant failure. Provide self- adhesive tape where applicable. 2.5 MISCELLANEOUS MATERIALS A. Primer: Material recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated, as determined from preconstruction joint-sealant-substrate tests and field tests. B. Cleaners for Nonporous Surfaces: Chemical cleaners acceptable to manufacturers of sealants and sealant backing materials, free of oily residues or other substances capable of staining or harming joint substrates and adjacent nonporous surfaces in any way, and formulated to promote optimum adhesion of sealants to joint substrates. C. Masking Tape: Nonstaining, nonabsorbent material compatible with joint sealants and surfaces adjacent to joints. PART 3 -EXECUTION 3.1 EXAMINATION A. Examine joints indicated to receive joint sealants, with Installer present, for compliance with requirements for joint configuration, installation tolerances, and other conditions affecting joint- sealant performance. B. Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A. Surface Cleaning of Joints: Clean out joints immediately before installing joint sealants to comply with joint-sealant manufacturer's written instructions and the following requirements: 1. Remove all foreign material from joint substrates that could interfere with adhesion of joint sealant, including dust, paints (except for permanent, protective coatings tested and approved for sealant adhesion and compatibility by sealant manufacturer), old joint sealants, oil,grease,waterproofing,water repellents,water,surface dirt, and frost. 1425 JOINT SEALANTS 079200-4 DIVISION 07—THERMAL AND MOISTURE PROTECTION 2. Clean porous joint substrate surfaces by brushing, grinding, blast cleaning, mechanical abrading, or a combination of these methods to produce a clean, sound substrate capable of developing optimum bond with joint sealants. Remove loose particles remaining after cleaning operations above by vacuuming or blowing out joints with oil-free compressed air. Porous joint substrates include the following: a. Masonry. 3. Remove laitance and form-release agents from concrete. 4. Clean nonporous surfaces with chemical cleaners or other means that do not stain, harm substrates, or leave residues capable of interfering with adhesion of joint sealants. Nonporous joint substrates include the following: a. Metal. b. Glass. B. Joint Priming: Prime joint substrates,where recommended in writing by joint-sealant manufacturer, based on preconstruction joint-sealant-substrate tests or prior experience. Apply primer to comply with joint-sealant manufacturer's written instructions. Confine primers to areas of joint-sealant bond;do not allow spillage or migration onto adjoining surfaces. C. Masking Tape: Use masking tape where required to prevent contact of sealant with adjoining surfaces that otherwise would be permanently stained or damaged by such contact or by cleaning methods required to remove sealant smears. Remove tape immediately after tooling without disturbing joint seal. 3.3 INSTALLATION OF JOINT SEALANTS A. General: Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated,unless more stringent requirements apply. B. Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications,and conditions indicated. C. Install sealant backings of type indicated to support sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1. Do not leave gaps between ends of sealant backings. 2. Do not stretch,twist,puncture,or tear sealant backings. 3. Remove absorbent sealant backings that have become wet before sealant application and replace them with dry materials. D. Install bond-breaker tape behind sealants where sealant backings are not used between sealants and backs of joints. E. Install sealants using proven techniques that comply with the following and at the same time backings are installed: 1. Place sealants so they directly contact and fully wet joint substrates. 2. Completely fill recesses in each joint configuration. 1425 JOINT SEALANTS 079200-5 DIVISION 07—THERMAL AND MOISTURE PROTECTION 3. Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. F. Tooling of Nonsag Sealants: Immediately after sealant application and before skinning or curing begins,tool sealants according to requirements specified below to form smooth, uniform beads of configuration indicated;to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint. 1. Remove excess sealant from surfaces adjacent to joints. 2. Use tooling agents that are approved in writing by sealant manufacturer and that do not discolor sealants or adjacent surfaces. 3. Provide concave joint configuration per Figure 5A in ASTM C 1193, unless otherwise indicated. 4. Provide flush joint configuration where indicated per Figure 5B in ASTM C 1193. 5. Provide recessed joint configuration of recess depth and at locations indicated per Figure 5C in ASTM C 1193. a. Use masking tape to protect surfaces adjacent to recessed tooled joints. 3.4 FIELD QUALITY CONTROL A. Field-Adhesion Testing: Field test joint-sealant adhesion to joint substrates as follows: 1. Extent of Testing: Test completed elastomeric sealant joints as follows: a. Perform 10 tests for the first 1000 feet (300 m) of joint length for each type of elastomeric sealant and joint substrate. b. Perform 1 test for each 1000 feet (300 m) of joint length thereafter or 1 test per each floor per elevation. 2. Test Method: Test joint sealants according to Method A, Field-Applied Sealant Joint Hand Pull Tab, Method B, Exposed Surface Finish Hand Pull Tab, or Method C, Field- Applied Sealant Joint Hand Pull Flap in Appendix X1 in ASTM C 1193,as appropriate for type of joint-sealant application indicated. a. For joints with dissimilar substrates, verify adhesion to each substrate separately; do this by extending cut along one side, verifying adhesion to opposite side. Repeat procedure for opposite side. 3. Inspect joints for complete fill, for absence of voids, and for joint configuration complying with specified requirements. Record results in a field-adhesion-test log. 4. Inspect tested joints and report on the following: a. Whether sealants in joints connected to pulled-out portion failed to adhere to joint substrates or tore cohesively. Include data on pull distance used to test each type of product and joint substrate. Compare these results to determine if adhesion passes sealant manufacturer's field-adhesion hand-pull test criteria. b. Whether sealants filled joint cavities and are free of voids. c. Whether sealant dimensions and configurations comply with specified requirements. 1425 JOINT SEALANTS 079200-6 DIVISION 07—THERMAL AND MOISTURE PROTECTION 5. Record test results in a field-adhesion-test log. Include dates when sealants were installed,names of persons who installed sealants,test dates,test locations,whether joints were primed, adhesion results and percent elongations, sealant fill, sealant configuration, and sealant dimensions. 6. Repair sealants pulled from test area by applying new sealants following same procedures used originally to seal joints. Ensure that original sealant surfaces are clean and that new sealant contacts original sealant. B. Evaluation of Field Test Results: Sealants not evidencing adhesive failure from testing or noncompliance with other indicated requirements will be considered satisfactory. Remove sealants that fail to adhere to joint substrates during testing or to comply with other requirements. Retest failed applications until test results prove sealants comply with indicated requirements. 3.5 CLEANING A. Clean off excess sealant or sealant smears adjacent to joints as the Work progresses by methods and with cleaning materials approved in writing by manufacturers of joint sealants and of products in which joints occur. 3.6 PROTECTION A. Protect joint sealants during and after curing period from contact with contaminating substances and from damage resulting from construction operations or other causes so sealants are without deterioration or damage at time of Substantial Completion. If, despite such protection, damage or deterioration occurs, cut out and remove damaged or deteriorated joint sealants immediately so installations with repaired areas are indistinguishable from original work. 3.7 JOINT-SEALANT SCHEDULE A. Joint-Sealant Application JS-: Exterior perimeter joints between CMU and frames of aluminum storefront doors and windows. 1. Joint Sealant: Single-component nonsag urethane sealant:ES-01. 2. Joint-Sealant Color: As selected by Architect from manufacturer's full range. END OF SECTION 079200 1425 JOINT SEALANTS 079200 -7 .i�-'1 RIVER-4 OP ID: PS AWRL7CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) �,.i'" 12/03/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTNAME:ACT Patti Sander Blasingame Insurance PHONE 509-891-1000 Div of Spokane Ins Agcy,Inc (A/C,No,Extl: (A/C,No):509-891-1430 200 N.Argonne Rd E-MAIL atti blasin ameins.com Spokane,WA 99212 ADDRESS:P 9 Dan C.Wareham INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Cincinnati Insurance Company 10677 INSURED \River City Painting • INSURER B: Geoff INSURER C: 1818 W Francis#106 Spokane,WA 99205 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP W /YLIMITS LTR NSR VD POLICY NUMBER (MM/DD/YYYY) (MM/DDYYY) GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY X X EPP0026264 05/27/2014 05/27/2015 DAMAGEES l S Ea RENTEDoccurrence) $ 500,000 PREMIS ( CLAIMS-MADE X OCCUR MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 7 POLICY X /78: LOC $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT 1,000,000 (Ea accident) $ A X ANY AUTO EPP0026264 05/27/2014 05/27/2015 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE $ X HIRED AUTOS AUUTOSTOS (PER ACCIDENT) $ IX UMBRELLA LIAB OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE EPP0026264 05/27/2014 05/27/2015 AGGREGATE $ DED X RETENTION$ 0 $ WORKERS COMPENSATION WC STATU- 0TH- AND EMPLOYERS'LIABILITY X TORY LIMITS X ER Y/N A ANY PROPRIETOR/PARTNER/EXECUTIVE EPP0026264 05/27/2014 05/27/2015 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) WASHINGTON STOP GAP E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT �$ DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (Attach ACORD 101,Additional Remarks Schedule,if more space is required) Project: City of Spokane Valley Precinct Exterior Painting City of Spokane Valley is named as additional insured. Coverage is primary/non-contributory, per project aggregate, completed operations and waiver of subrogation apply per GA101 and GA233 forms attached to the policy. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Spokane Valley ACCORDANCE WITH THE POLICY PROVISIONS. Suite 106 11707 E Sprague Ave AUTHORIZED REPRESENTATIVE Spokane Valley,WA 99206 ,g2.e...2.,..„-L____. ©1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25(2010/05) The ACORD name and logo are registered marks of ACORD ciry sj141 ;�t�le ..0,.IIVa ley. ; BOND NO: g, 9118000 CONTRACTOR'S PAYMENT BOND(NON-FEDERALLY FUNDED PROJECT) to City of Spokane Valley,Washington The City of Spokane Valley,Washington,in Spokane County,has awarded to R;dQ.r. V.+1 ?o'4-k;y.9 (Contractor), as Principal, a contract for the construction of the project designated as (PROJECT NAME), Project No. (Project#1 in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a payment bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and Tht (1:r►e:nrl044'i 34NSo'ov4[,se Co..^.jay.y (Surety), a corporation organized under the laws onto and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$ (O 011 06 total Contract amount (including Washington State sales tax), subject to the provisions herein. This payment bond shall become null and void,if and when the Principal,its heirs,executors,administrators, successors, or assigns shall pay all persons in accordance with chapters 39.08 and 39.12 RCW,including all workers,laborers,mechanics, subcontractors, and materialmen, and all persons who shall supply such contractor or subcontractor with provisions and supplies for the carrying on of such work;and shall indemnify and hold harmless the Obligee from all loss,cost or damage which Obligee may suffer by reason of the failure of Principal to make such required payments; and if such payment obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,except as provided herein,and waives notice of any change,extension of time,alteration or addition to the terms of the Connect or the work perfonned. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts,and shall be signed by the parties' duly authorized officers. This bond will only be accepted if it is accompanied by a fully executed and original power o omey for the officer executing on behalf of thesurety. 7PCIPAL(CONTRANCTORl)�' „ � .— 251 -5- �/ Princi#•• -'gnature Date �� - Signature Date Eteo reYcMd i1 �/ J� e u)a Printed Name) Printed Name ?estat.//� �J! q r i,t) ht" 1111 Title Title Name,address,and telephone of local office/agent of Surety Company is: Tciaaad i TiNTv+cyrurL (o.".fanc� J � ( 100 S. ( (w.,or e. Roo) F.Z.r cie(d, O(hn 4 So I y Updated 1.14.2013 • Scar po e Valley BOND NO: g'" t‘$CA° CONTRACTOR'S PERFORMANCE BOND to City of Spokane Valley,Washington The City of Spokane Valley,Washington,in Spokane County,has awarded to Ri`)• Gi rcmC A1, �KC• r (Contractor), as Principal, a contract for the construction of the project designated as (PROJECT NAME), Project No. (Project #) in Spokane Valley, Washington, and said Principal is required under the terms of the Contract to furnish a performance bond in accordance with chapter 39.08 Revised Code of Washington(RCW). The Principal, and 11,e. Ctr r,io.i t r..+KQ C4.1d."-1 (Surety), a corporation, organized under the laws of o1{to and licensed to do business in the State of Washington as surety and named in the current list of"Surety Companies Acceptable in Federal Bonds"as published in the Federal Register by the Audit Staff Bureau of Accounts,U.S.Treasury Dept.,are jointly and severally held and firmly bound to the City of Spokane Valley,as Obligee,in the sum of$ 10�01l.00 total Contract amount(including Washington State sales tax), subject to the provisions herein. This performance bond shall become null and void,if and when the Principal,its heirs,executors,administrators,successors, or assigns shall well and faithfully perform all of the Principal's obligations under the Contract and fulfill all the terms and conditions of all duly authorized modifications, additions,and changes to said Contract that may hereafter be made, at the time and in the manner therein specified;shall warranty the work as provided in the Contract and shall indemnify and hold harmless the Obligee from any defects in the workmanship and materials incorporated into the work for the period identified in the Contract;and if such performance obligations have not been fulfilled,this bond shall remain in full force and effect. The Surety for value received agrees that no change,extension of time,alteration or addition to the terms of the Contract,the specifications accompanying the Contract, or to the work to be performed under the Contract shall in any way affect its obligation on this bond,and waives notice of any change,extension of time,alteration or addition to the terms of the Contract or the work performed. The Surety agrees that modifications and changes to the terms and conditions of the Contract that increase the total amount to be paid the Principal shall automatically increase the obligation of the Surety on this bond and notice to Surety is not required for such increased obligation. This bond may be executed in two original counterparts, and shall be signed by the parties' duly authorized officers.This bond will only be accepted if it is accompanied by a fully executed and original power of attorney for the officer executing on behalf of the surety. P•j I•AL(CONTRACTOR) S �/ 9- gn 2151,5 � IZ-S-ty Prim ' ignature Date S Signature Date Geof'rre \f�ns�e k baa e Printed Name Printed Name 'esdQJ ctl'krt.'e/ I,, f6V,f 110 Title Title Name,address,and telephone of local office/agent of Surety Company is: t C.s c .r.o.+ �o.s�ccur•Le. CIA"-e0".1 6 0100 S. G t iry•o r4 Rotel Fak7w4i e1igi Oto tO 450 14 - E Updated 1.14.2013 THE CINCINNATI INSURANCE COMPANY Fairfield,Ohio POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS:That THE CINCINNATI INSURANCE COMPANY,a corporation organized under the laws of the State of Ohio,and having its principal office in the City of Fairfield,Ohio,does hereby constitute and appoint Kim W. Impecoven; Ian A. Cunningham; Jason W. Reser; Dan C. Wareham; Patti Sander and/or Jannel Louie of Spokane Valley, Washington its true and lawful Attorney(s)-in-Fact to sign,execute, seal and deliver on its behalf as Surety, and as its act and deed, any and all bonds,policies, undertakings, or other like instruments,as follows: Any such obligations in the United States, up to Twenty Million and No/100 Dollars ($20,000,000.00) . This appointment is made under and by authority of the following resolution passed by the Board of Directors of said Company at a meeting held in the principal office of the Company, a quorum being present and voting, on the 6th day of December, 1958, which resolution is still in effect: "RESOLVED, that the President or any Vice President be hereby authorized, and empowered to appoint Attorneys-in- Fact of the Company to execute any and all bonds, policies, undertakings, or other like instruments on behalf of the Corporation, and may authorize any officer or any such Attorney-in-Fact to affix the corporate seal; and may with or without cause modify or revoke any such appointment or authority.Any such writings so executed by such Attorneys-in- Fact shall be binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 7th day of December, 1973. "RESOLVED, that the signature of the President or a Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted, and the signature of the Secretary or Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any such power of certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall, with respect to any bond or undertaking to which it is attached, continue to be valid and binding on the Company." IN WITNESS WHEREOF,THE CINCINNATI INSURANCE COMPANY has caused these presents to be sealed with its corporate seal, duly attested by its Vice President this 10th day of May, 2012. THE CINCINNATI INSUItANC.F. COMPANY . CORPORATE 3 a SEAL A - Vice President STATE OF OHIO ) ss: COUNTY OF BUTLER ) On this 10th day of May,2012,before me came the above-named Vice President of THE CINCINNATI INSURANCE COMPANY, to me personally known to be the officer described herein,and acknowledged that the seal affixed to the preceding instrument is the corporate seal of said Company and the corporate seal and the signature of the officer were duly affixed and subscribed to said instrument by the authority and direction of said corporation. ,,�� o ARIAE 7 ' 61- fira • • oMARK J. H LLER,Attorney at Law !