Loading...
HomeMy WebLinkAboutWTR2700324(1) W-324 MONROE AVENUE PUMP STATION WT -10 1+ #2 Speci-;ications Lnvlo Pumia 5tatjo/Os BEGINNING OF FILE FILE TITLE 3 aL/ 7nQpj oe, A or" . Pu A,p 73ctfio/v # 2 5/°e���'icafion�S /- i 9 CONTRACT' DOCUMENTS FOR THE CONSTRUCTION OF V - STREET PUMP STATION CITY OF RENTON WASHINGTON FEBRUARY 1969 CORNELL, HOV.;AND, HAYES & MERRYFIELD Engineers and Planners SEATTLE CORVALLIS 6OISE PORTLAND ADDENDUM NO. I to the CONTPACT DOCUMENTS for the construction of 11' - STPEET PUMP STATIJN CITY OF RENTON, WASHINGTON TO All Planholders: 23 February 1969 Gentlemen: Record No. S5326.1 The followin0 chanties, additions, and/or deletions are hereby made a part of the Contract Documents for the construction of 'M' - Street Pump Station, City of Penton, Washington, dated February 1969, as fully and completely as if the same were fully set forth therein: 1. ADVEPTISE'1EYT FOR DIPS In the first paragraph chance Pacific Daylinht Time to read Pacific Standard Time. 2. SPECIAL_SpECIFICATIONS A a. Page 16. B. MATERIALS. Add the followinn item: THRESHOLD. An aluminum threshold shall be provided as approved by the Ennineer. b. Page 23. B. MATERIALS. Suction and discharne head shall be 125 It. fianneG on otW pumps. c. Paoe 34. D. MATERIALS. Delete paragraph HOST MnZZLE complete. Substitute with. HOSE NOZZLE. Provide one Sherman Diamond hose nozzle No. 161, as distributed by Campbell Industrial Supply Company, Seattle, Washington, or as approved. Nozzle shall have 3/4-inch hose thread to fit hos,, couplinns specified below. 3. PLANS a. Orawinn C5326-1, Sheet 2 of 3. Add concrete lip, as shown below, all around, except at door. Anoc! c�a b -1- ,.. . i619fiE b. Drawing C5326-1, Sheet 3 of 3. Exhaust fan Diagram. Change louver motor control diagram as shown below. 'L —y N n .L t OUVCR NQ-p,! GQN7ROL[CF LM C. Drawing C5326-1, Sheet 3 of 3. Add Elapsed Time Meter to control diagram for pumps 1 and 2, as shown below. oL IT �IF--r NZ pD � R ecrr>`sr.� l/4 All bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing in the space provided and submitting the sinned Addendum with the bid. Bids submitted without this Addendum will be considered informal. Very truly yours, CORNELL, HOWLAND. HAYES i MEPRYFIELD Hans H. Sebald Receipt acknowledged and conditions agreed to this loth day of March 19 69 . Venture Construction Inc. de C-ja—r -- Y fffft -2- (Perforated Pump Data Sheets are bound in front of the Fly Sheet for the bidders' easy reproduction) PUMP DATA SHEET NO. IIA-1 CITY OF RENTON, WASHINGTON PUMP NO. I - 1500 GPM VERTICAL TURBINE "CAN" BOOSTER PUMP AND PUMP NO. 2 - 1000 GPM VERTICAL TURBINE "CAN" BOOSTER PUMP Bidder's Name __ Date PUHP DATA Pu No. I Pu No. 2 r m Manufacturer Model Number Number of Stages Nominal Size of Bowls Max. OD of Bowls Overall Len [h Bowl Sec. Overall Length of Suction Can Can Ciameter Lan Weigh[ Pump Shaft Diameter Pump Shaft Material No. of Pum Bearin s Pump Bearing Material Description of Pu Bearings Pump Bowl Catalog Number P 1p Rowl Material _ Pum Bowl Linin Impeller t e ,U en Closed I eller Number - Impelier Material Type Lubrication hp Demand at Guar. Point -- DISCHARGE HEAD Pu No. -Pup No.2 Manufacturer Model Number Suct ion Size Discharge Size Guide Bearing Material Guide Bearing Lubrication _:uide Bearing Type weight Sp. Specs. IIA - b rh 1 6 Lora 0 PUMP DATA SHEET NO. IIA-I (Cont'd.) THRUST BEARING Pump No. 1 I Pump No. 2 Manufacturer Manufacturer's Number Maximum Total Thrust at Guar. Point "King life In Hours MOTOR Pump No. 1 Pu Nn. 2 Manufacturer Model No. and Type Nominal h Power Factor at Guar. Point weight — iciency at Guar. Pont Maximum Diameter Sp. Specs. IIA - 7 -29- 4�5 (Perforated Pump Data Sheets are bound in front of the fly Sheet for the bidders' easy reproduction) PUMP DATA SHEET NO, IIA-2 CITY OF RENTON, WASHINGTON PUMP NO. I - 1500 GPM VERTICAL TURBINE "CAN" BOOSTER PUMP AND PUMP NO. 2 - 1000 GPM VERTICAL TURBINE "CAN" BOOSTER PUMP Bidder's Name Date Pun No. 1 Puny No. 2 Discharge Quantity at Guar. Point Total Head at Guar. Point (in feet) Total Overall Efficiency at Guar. Point. (percent) Pump 6 Motor Power Factor at Guar. Point --II}-- The following data are the actual performance characteristics of the pumps and motors proposed for installation as specified, but the quantity, head, horsepower, and efficiency at points other than the guarantee point proposed are not guaranteed. OPERATING CHARACTERISTICS - PUMP N0, I Quantity Total Bead hp Demand Overall Efficiency Spill and Feet b Pum % (Pump Moto) 0 (shutoff) 300 _ D0 9oc 1200 1500 (qua rant ee 1600 Sp. Specs. IIA - 8 -30- PUMP DATA SHEET NO. IIA-2 (Cont'd.) OPERATING CHARACTERISTICS - PUMP NO. 2 Q"ntity Total Head hp Demand Overall Ef iciency n' Feet by Pu $ Pu and Motor 0 shutoff 200 00 000 00 1000 guarantee 1200 I o0 Sp. Specs. IIA - 9 -31- t 6196q CITY OF RENTON WASHINGTON CONTRACT DOCUMENTS for the cc•nstruction of the 'M" STREET PUMP STATION �x rtrt Consisting of: Form of Bid Bond Advertisement for Bids Form of Proposal Form of Contract \—. e Form of Performance Bond Information for Bidder: �Peciai Provisions General Conditions Special Specifications Plans Cornell , Howland, Hayes L Merryfield Engineers and Planners Seattle, Washington February 1969 Record No. -5326.1 Copy No. .�.1 TABLE OF CONTENTS Page SIC BOND Bid Bond 1 ADVERTISEMENT FOR BIDS Adv. I PROPOSAL Proposal 1 CONTRACT FOR CONSTRUCTION Contract I PERFORMANCE BOND P. Bond I INFORMATION FOR BIDDERS Info. General Description of the Project I Contract Documents I Plans I Type of Proposal I Preparation of Proposals 2 Washington State Sales Tax 2 Submission of Proposals 2 Telegraphic Modification or Withdrawal of Proposal 2 Bid Security 2 Conditions of Work g Payments ; Award of Contract ; Basis of Award ; Executlon of Contract j Performance Bond 4 Failure to Execute Contract and Furnish Bond 4 Time of Completion 4 Registration Requirements for Contractors 4 SPECIAL PROVISIONS So. Prov. Specification Format I Revisions to the General Conditions 1 Location and 'tans I Payment of Not Less Than Prevailing Wage Rates I Substitution of Materials I TerminaU on Because of a National Emergency 2 Claims 2 Notice of Claim for Delay No Waiver of Rights 2 Staking O,it the Work 2 MINIMUM WAGE RAVES .. AFFIDAVIT OF WAGS PAID i TABLE OF CONTENTS (Cont'd.) Page SPECIAL SPECIFICATIONS (Cont'd. Sp. Specs. DIVISION 15 - MECHANICAL (Cont'd.) 15C. Cast Iron Pipe cd Fittings 36 15D. Welded Steel Pipe with Coal-Tar Enamel Lining 39 ISE. Ventilation and Itf,of Hatches 42 DIVISION 16 - EUCTRICAL 16A. Electrical 43 PLANS •aa M.l BID BOND KNOW ALL MEN BY THESE PRESENTS, that VENTLTtE CONSTRUCTION INC hereinafter called the Principal, and GENERAL INSURANCE COMPANY OF AMERIC.A—, a corporation duly organized under the laws of toe State of WASHINGTOB having its principal place of business at __ SEATTLE , in the State of _ WASHINGTON -, and authorized to do business I., the State c° Washington, as Surety, are held and firnly bound urto the , CITY OF RENTOH hereinafter called the Obligee in the penal sum of FIVE PERCENT SS OF THE AMOUNT BID - - - Dollars (S - - )• ;or the payment of winch, well and truly to be made, we bind ourselves, our heir„ executors, administrators, successors and assigns, Jointly and sever- ally, firmly by these Presents. The .ondition of this Bond is such that, whereas, the Principal herein c is herewith submitting his of its Bid Proposal for CONSTRUCTION OP_'M'_ STREET PUMP STATION _.— N said Bid Proposal, by reference thereto, being hereby made a part hereof. c 0 ;IOU, THEREFORE, if the said Bid Proposal submitted by the said Princi- pal be accepted, and the Contract be awarded to said Principal, and if the said Principal shall execute the propased Contract and shall furnish the Performance Bond as required by the Bidding and Contract Documents within the time fixed by said Documents, then this obligation shall be void, other- wise to remain in full force and effect. Signed and scaled this loth day of March _, 19-+�• VE�7'f7IF ^OliSZ'$9Su9jt. INC. _. v: 4 - Principal Harland M. Radcrske, President GFNERAI. INSVR.ANCF. COISPANY-Q:_AY.E11UA Counte n Surety H url t 6'3c PRt'Y. Inc, By Resident rent Atto rnev-in-Fat' Helen Okura, Attorney-in-fact The Attorney-in-Fact (Resident Agent), whn executes this Bond in uchalf of the Surety Company, must attach a copy of his power-of-attorney es evi- dence of his authurity. +Pea Bond -I- u • ,.rR i6 � - - I U 4N�c CCM rq Nv OK Ah1EA:Cp POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS 11"' General lusurance Company n1 Am.6r., .+4anbmpro fp�f„na n.nr. .hn. Imr,Jn eFp.-.r, -- ---------------UELEN OKURA, Seattle, WasAihptcr.-------------- .n .ma i. •' .norm, ,,. ,: , : . . . '+cb..'t ,r tIv <+m,^an, 11-00btv wr , n the , r I a !N WITNEte WHEREOF Gcraa' !n.wa•:-e Co pa-r or A-c- rc : ... 31 •he.' .rnn CEPTIFICATE .. P,•I , , Gnnernl lnsurpnpe Camaa:.y pl It It 9. . . II,..,,,..,i, , ,.t Go.,o•ol Inrumnoe Cpmw^y pl Amen cr, :, ., It, - L. ,.... i, IT _ I . , .. ITT Itn IN WITNESS WHEREOF, .. . ... ,., ,.. .. It I TILT loth n , BID BOND KNOV ALL MEN BY THESE PRESENTS, that hereinafter called the Principal, and a corporation duly organized under the laws of the State of having its principal place of business at , in the State of , and authorized to do business in the State of Washington, as Surety, are held and firmly bound unto the _ hereinafter called the Obligee in the penal sun of ` Dollars ($ � . for the payment of which, well and truly to be made, we bind ourselves, uur heirs, executors, xdministrators, successors and assigns, jointly and sever- ally, firmly by these presents. The condition of this Bond is such that, whereas, the Princ;pal herein is herewith submitting his or its Bid Proposal for _ u u _ _ c said Bid Proposal , by reference thereto, being hereby made a part nereof. NOW, THEREFORE, if the said Bid Proposal submitted by the said Principal be accepted, and the Contract be awarded to said Principal, ar,d If the said Principal shall execute the proposed Contract and shall furnish the Perform- ance Bond as required by the Bidding and Contract Documents within the tine fixed by said Documents, then this obligation shall be void, if the Principal shall fail to execute the proposed Contract and furnish the Performance Bond, the Surety shall forfeit the above-mentioned penal sum as liquidated damages. Signed and sealed this ___ day of Principal By Countersigned: Surety Sy Resident Agent Attorney-in-Fact The Attorney-in-Fact (Resident Agent), who executes this Bond in behalf of the Surety Company, must attach a copy of his power-of-attorney as evi- dence of his authority. R Ra# Bid Bond -I- W ADVERTISEMENT FOR BIDS , Sealed proposals for the construction of "M" Street Pump Station, add- ressed to the City Engineer, City of Renton, Washington, will be received at the office of the City Clerk, until 5:00 p.m, Pacific Daylight Time, on the IOth day ..f March, 1969, and then will be publicly opened and read in the City Council chambers at Renton, Washington, or presented to the City Council by 8:00 p.m., Pacific Daylight Time on the same ',y. The work contemplated consists of construction of a concrete and masonry building, including valves and piping, and furnishing and installing two tur- bine type booster pumps with associated electrical equipment. Plans and Specifications my be examined In the office of the City Engi- neer, Renton, 'Washington, or at the office of Cornell, Howland, Hayes E Merry- fie�d, Engineers and Planners, 830 Logan Building, 500 Union Street, Seattle, Washington 98101 and Boise Cascade Building, suite 601 , 1600 S. W. 4th Avenue, Portland, Oregon 97204. A copy of said Documents .,ay be obtained at the Engi- neer's office at 830 Logan Buildir,y, 500 Union Street, Seattle, Washington 98101 upon a deposit of Twenty-Five Dollars (S25.00) for each Document. The full amount of the deposit will be refunded if said Documents are returned in good condition within fifteen (15) days after bid opening. Each proposal must be submitted on the prescribed form and accompanied by a certified Check or bid bond payable to the City of Renton, Washington, in an amount not less than five percent (5%) of the amount bid. The successful Bidder will be required to furnish a bond for faithful performance of the Contract in the full amount of the Contract price. The right is reserved to reject any or all proposals, to postpone the award of the Contract for a period not to exceed thirty (30) days, and to accept that proposal which is to the best interests of tl,e City of Renton, Washington. Dated this llth day of February, 1969. CITY OF RENTON, WASHINGTON by Mrs. Helmie Nelson, City Clerk •hitr Adv. -I- ,,p 1619� PROPOSAL To: The Honorable Mayor and City Council City of Renton City Hall Renton, Washington 93055 The undersigned, hereinafter called the Bidder, declares that the only persons or parties interested In this Proposal are those named herein; that this Proposal is, in all respects, fair and without fraud; that it is made without collusion with any official of the Owner; and that the Proposal is made without any connection or collusion with any person making another pro- posal on this Contract. The Bider further declares that he has carefully examined the Contract Documents for �- construction of the project; that he has personally inspected the site; that re has satisfied himself as to the quantities involved, includ- ing materials and equipment, and conditions of work involved, including the fact that the description of the quantities of work and materials, as included herein, is brief and is intended only to indicate the general nature of the work and to identify the said quantities with the detailed requirements of the Contract Documents; and that this Proposal is made according to the pro- visions and under the terms of the Contract Documents, which Documents are hereby made a part of this Proposal . The Bidder agrees that if this Proposal is accepted, he will, within .seven (7� calendar days after notification of acceptance, execute the Con- tract with the Owner in the form of Contract annexed hereto; and will , at the time of execution of the Contract, deliver to the Owner the Performance Bond required herein; and wiii, to the extent of his Proposal , furnish all machinery, tools, apparatus, and other means of construction and do the work and furnish all the materials necessary to complete the work in the manner, in the time, and according to the methods as specified in the Contract Documents and re- quired by the Engineer thereunder. The Bidder further agrees to begin work within ten (10) calendar days after the date of the execution of the Contract and to complete the construc- tion, in all respects, within ninety (90) calendar days after the date of the execution of the Contract by the Owner. In the event the Bidder is awarded the Contract and shall fail to com- plete the work within the time limit or extended ti�,e limit agreed upon, a. more particularly set forth in the Contract Document- , liquidated damages shall be paid to the Owner at the rate of FIFTY DOLLARS (i50.00) per day until the work shall have been finished as p ded by the Contract Documents. Sun- days and legal holidays shall be exclude_ in determining days in default. m Bidder agrees to accept as full payment for the proposed construction, as defined herein and as shown on the Plans, based on the undersigned's own estimate of quantities and costs, not including the cost of furnishing and Proposal -1- installing the equipment listed under Section 114 of the Specifications, the following lump sum of: Sixty Thirty-Iwo Thousand Seven Hundred/ DOI lars and No Cents $ 32,760.00 State Sales Tax S 1,474.20 TOTAL Including Sales Tax $ 34.234.20 To facilitate monthly progress payments, the following breakdown of the total lump sum bid is to be given, and it is agreed that these are the actual prices upon which said lump sum is based; and that, if so requested by the Engineer, the Contractor will substantiate any price or prices with further information. BIDDER BREAKDOWN OF LUMP SUM BID (The Bidder most submit with his Proposal the figures called for below.) Sectlor Nc. Title Amount Moving In and Temporary Facii:ties $ 4,160.00 Bond and Insurance $ 1,000.00 2A. Earthwork $ 3,000,00 3A. Concrete $ 3.000.00 4A. Masonry S 2.1s0.On 5A. Fabricated Metalwork $ 600.00 6A. Carpentry and Cabinetwork $ sn 00.___ 8A. Hollow Metal Door $ 200.00 9A. Painting $_500.00 9B. Seamless Floor Covering $ 400.00 15A. Valves and Flowmeter $ 5i000.00 158. Plumbing $____22AKiQC 15C. Cast Iron Pipe and Fittings $ 1,200.00 15D. Welded Steel Pipe with Coal-Tar Enamel 4,500.00 Lining $ Proposal -2- BIDDER BREAKDOWN OF LUMP SUM BID (Cont'd.) Section No. Title Amount 15E. Ventilation and Roof Hatches $ 1,000.00 16A. Electrical e $ 5,750.00 TOTAL LUMP SUM $ 32.760.00 State Sales Tax S 1,474.20 TOTAL Including Sales Tax $ 1A 11A.?n The Bidder further proposes to furnish and install in accordance with the Special Specifications, bound herewith, the items of mechanical equip- ment specified in Section IIA listed below. The equipment under this sec- tion is to be furnished and installed in operating condition by the Bidder for the total price as shown under each resaective item in the Proposal and is to be described by information furnished to the Engineer by the equipment manufacturer prior to bid opening. Section ]IA. Vertical Turbine Booster Pumps and Motors 1500 gpm Vertical Turbine Booster me o �,. �W. Pulp and Electric Motor (complete) , anu at[urer Type or Model for Tnree Thousand Fire hundred Dollars and NO Cents $ 3.500.OU State Sa es Tax -4.5% $ 157.50 TOTAL Including Sales Tax S v Sfj_7_cn ^_ OR 1500 gpm Vertical Turbine Booster Pump and Electric Motor (completes Name of Manu.a`«urer Type or Model for Dollars and Cents S_ State Sales Tax S TOTAL Including Sales Tax S Proposal -3- OR 15nO qpm Vertical Turbine booster _ Pump and Electric Motor (collate) Name of Manufacturer Type or Model for Dollars and Cents State Sales Tax 5 TOTAL Including Sal-.s Tax S OR T 1500 qpm Vertical Turbine Booster Pu and Electric Motor (co letei Name o Manufacturer Type or Model for _^ Dollars Cents S State Sales Tax 5 TOTAL Including Sales Tax S AND 1000 gpm Vertical Turbine Booster an Jackson 12, G.M, Pump and Electric rotor (compietel Nam of Manufacturer Type 0r Model- for - TAPee_ThOusand_,_ ____Dollars and__ No- Cents $ 3_poli-nn State Sales Tax S Lt�,pa TOTAL Including Sales Tax OR 1000 gpm Vertical Turbine Booster _ Pump and Electric Motor (tompiete) Name o� Me�cturer Type or model for Dollars and Centi S State Sales Tax S TOTAL Including Sales Tax S Proposal -4- OR 1000 gpm Vertical Turbine Booster Pump and Electric Moto (Complete) Name of Manufacturer Type or Model for Dollars and Cents $ State Sales Tax $ TOTAL Including Sales Tax OR `. 1000 gpm Vertical Turbine Booster PUW and Electric Motor (complete) Name of Manu acturer Type or Model for Dollars and, _ Cents $ State Sales Tax 5 TOTAL Including Sales Tax $ It is agreed that if the Bidder is awarded the Contact for the work herein proposed and shall fail or refuse to execute the Contract and furnish the specified Performance Bond within seven (7) calendar days after receipt of notification of acceptance of his Proposal, then, in that event, the bid security deposited herewith according to the conditions of the Advertisement for Bids and Information for Bidders shall be retained by the Owmar as liquid- ated damages; and it is agreed that the said sum is a fair measure of the amount of damage the Owner will sustain in case the Bidder shall fail or .a- fuse to enter into the Contract for the said work and to furnish the Perform- ance Bond as specified in the Contract Documents. Bid security in the forin of a certified check shall be subject to thr same requirements as a bid bond. If the Bidder is awarded a construction Contract on this Proposal, the Surety who will provide the Performance Bond will be General Insurance Company of America whose address is frooklyn Avenue Seattle Washington Street _ City State Proposal -5- The name of the Bidder who is submitting this Proposal is Venture Construction Inc, doing business at 303 26th St., N.E. Auburn Washington Street City State which is the address to which all communications concerned with this Proposal and with the Contract shall be sent. The names of the principal officers of the corporation submitting this Proposal , or of the partnership, or of all persons interestea in this Proposal as principals are as follows: Harland M. Radonke (If Sole Proprietor or Partnership) In witness hereto the undersigned has set his (its) hand thi,. day of - In Signature of Bidder Title (If Corporation) In witness whereof the undersigned corporation has caused this instrument to be ' ex ut d and its seal affi by its duly authorized officers this lUth day of S,Fercrh 19 Venture Construction Inc. amrrl a°nfd r laden she President. Title Attest Marvin Laukala Secretary naa: Proposal -6- NON-COLLUSION AFFIDAVIT STATE OF WASHINGTON ) SS COUNTY OF / yy7 being duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is genuine and not sham or collusive or made in the interest or on be- half of any person not therein named, and further, that the deponent has not directly induced or solicited any other Bidder on the fore- going work or equiprent to put in a sham bid, or any other person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to hirself or to any other person any advantage over other Bidder or Bidders. SIGN HERE: / Subscribed and sworn before me this____ day of '5 :-el , 19 I'll Notary Public Ir and for the State of r-,• _residing ai = ell f" therein. City of ltmav;j L11111-l'I'lgald. havi'le. b0ea July sa;orn, J;pv.se, sj), alid certify t1j.1t is l'ith the perforfnn" of (11" ", PaYmmll fur AM this vwk"r is SA- b"k, paW the p;r honer for of "S. or all ol"ll tl,v list, rcNI-r .1 to and by fiWarl'ol"tted in ;ljl'l 1"ad, 'm jjkt'gral J':Irl lo'-'uuf, fur all such "On*—':-v of SMh LO L; W'd UO I Z,"I, W;ur:x:;al or k'% d'o I,i, so bl'cll paid 1"' 1 hao the pre k. i 2 i It!! I':,l'- c I' lid;: or J"F, t!",I, (I'e fit n i:..I, ral, sped fled Ill the, 11, ::1 oolLte'lcl; that I have lrel tho abovv and t.11'yuillj! .:id C"ti Lawc to- con,las tGAM and M, wdwamu Uv forth t h ciQin is truo t,, ri% 1,11(it.I Stabs"i W d and 0 In ur. 0 to 1 U dy Or lko 1! 'a CEFEIFIWTI0�7 OF NONDISCIMMIN.i'rION IN 2WLOY[^_ST The bidder represents that he !77 has, /-7 has not, participated in a previous contract of subcontract subject to either the equal opportunity clause he,a in or the clause contained in Section 301 Of Executive Order 10925; that he ?Z? has, /% has not, tiled all required compliance reports; and that representations indicating submission of required compliance reports, siped by proposed sub. contractors Will be obtained prior to subcontract :.wards. l _ company by i' -r Title Date (The above ren_esentation need not be subwitted in connect-ion with contracts or subcontracts which are exeugt from the clause.) D.11. 14.43 APR 16 '+'"1.1'R'i1'! 1 wt+•ii':.�'�d•iw'�1.�.�'!�'�R'�'Ma-�!'.RS'•/11'.M•i��� STATE OF WASHINGTON � r � I1.l7�IIR�'.'Z.R.N1n.'/'RST.�II�i.'t�R�^:t i.O•/'i.�1�R.i'�`•'O !�'.w1.?T vr.S t.r � D CONTRACT POP, CONSTRUCTION THIS CONTRACT, made and entered Into this 4 �!day of ( 4�C 19-4, by and between the City of Renton, Washingon, u t a mnicfpa c on, herein ,t r called the er " and eneiure Coftstruct Ihc. of „ hereinafter called the "Contractor." WITNESSETH: Said Contractor, in consideration of the sum to be paid him by the said Owner and of the covenants and agreements herein contained, hereby agrees at his own proper cost and expense to do all the work and furnish all the ma- terials, tools, labor, and all appliances, machinery, an] appurtenances for the construction of the City of Renton, "M" Str qet Pump Station to the extent of the Proposal made by the Contractor on the IOtn day of hareh 1969 , all in full compliance with the Contract Documents referred to herein. The "Advertisement for Bids," the signed copy of Hie "Proposal" made by the Contractor on the IOth day of March , 19 69 , the fully exe- cuted "Performanc- Bond," the "Information for Bidders," the "Special Pro- visions," the "General Conditions," the "Spec i feat ions," and the "Plans," which consist of 3 sheets entitled "City of Renton, Washington, "M" Street Pump Station," Drawing No C5326-1, dated february 1969 are hereby referred to and by reference made a part of this Contract as fully and completely as if the same were fully set forth herein and are mutually cooperative there..ith In consideration of the faithful performance of the work herein embraced, as set forth in these Contract Documents, and in accordance with the direction of the Ennineer and to his satisfaction to the extent provided in the Contract Docwments, the Owner agrees to pay to the Contractor the amount bid as adjusted in accordance with the Proposal as determined by the Contract Documents, or as otherwise herein provided, and based on the said Proposal made by the Con- tractor, and to make such payments in the manner and at the times provided in the Contract Documents The Contractor agrees to complete the work within the time specified herein and to accept as full payment hereunder the amounts computed as de- termined by the Contract Documents and based on the said Proposal The Contractor agrees :O indemnify and save harmless the Owner from any and all defects appearing or developing in the workmanship or materials per- formed or furnished unde, this Contract for a period of one (1) year after the date of the complete performance of the said Contact and the final settlement thereof, It is agreed that the time limit for the completion of the Contract, based upon the Pnposal, sh 11 be the tl day of 19 �} Contract -I- APR 16 10 In the event that the Contractor shall fail �o complete the work within the time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be computed at the rate of FIFTY DOLLARS ($50.00) per day. Sundays and legal holidays shall be, excluded in determining days in default. The amount bid by the Contractor, and subject to adjustment in accord- ance with the Proposal as determined by the Contract Documents or as other- wise herein provided, is as follows: TOTAL LUMP SUM S 32,760.00 Total price for furnisning and installing equipment selected by Owner under Section IIA $ 6.500.00 Sub-Total S 39,260.00 State Sales Tax (4 Si) $ 1,766.70 TOTAL CONTRACT PRICE (Including State Sales Tax) S 41,026.70 IN WITNESS WHEREOF, we, the parties hereto, each herewith subscribe the same this day of , A.O., l9_,.j_. CITY OF RENTON, WASHINGTON l Ry Title ax.u- Lfi"CLE&R Venture Unstructfon, Inc. Contractor Title Approved as to form. City Attnrney --- i h## Contract -2- PERFORMANCE BOND KNOW ALL HEN BY THESE PRESENTS, that we C+ntum LonarUction Inc.. as Principal, and f I Inc,rapro C of r1 a corporation, duly authorized to do a general surety business in Washington, as Surety, are jointly and severally held and bound unto the. The City of U£Dton liaahingtne in the sum of ��.,inn r, Dollars (S ��, for the payment of which we jointly and severally bind ourse ves, our heirs, executors, administrators, successors, and assigns, firmly by these presents: THE CONDITIOt! OF THIS BOND IS SUCH THAT WHEREAS, Venture ConstruCti0n InC. Contractor as Principal herein, on the day of i�� � `— 19 , entered into the Contract with a LY of Renton, OShi p nqW — the Obligee herein, which Contract Documents consist of the Advertisement for Bids, the Proposal, the Contract, the Performance Bond, the information for Bidders, the Special Provisions, the General Conditions, the Specifica- tions, and the Plans, all as hereto attached and made a part hereof, whereby said Principal undertakes to do all labor, furnish all plant and equipment, and furnish all material, in accordance with all the terms and conditions set forth in said Contract Documents; and to promptly make payment for all labor, services, material, and sums due the State Industrial Accidr t Fund, or equivalent, the C:Ilector of Internal Revenue, and the Treasurer of the State of Washington; and to save harmless the Obligee from any claim therefor; and to save harmless the Obligee from any claim for damages or injury to Property or persons growing out of or incurred in the prosecutior of eaid work, as set out more fully in said Contract Oocuments; and to do and perform all things in said Contract Documents required, in the time and manner ano under the terms and conditions therein set forth; and in conformity with all laws, State and National, applicable thereto. P. Bond -I- W APR NOW, THEREFORE, if said Principal herein shall promptly pay all persons furnishing labor, servi-es and material, and Industrial Insurance Premium and Medical Aid Premiums or equivat.nt, and Social Security and Unemployment Compensation, to him and to his stbcontractors, or to their assigns, on or about said work; and shall, comma icing with the date hereof and continuing for one (11 year after the date of written notice of final acceptance of the work, save aarmless the Obligee, Its officers and agents, from any claim for damages or injury to property or persons arising by reason of prosecution of said work; and shall, in the time and manne•, and under the terms and conditions prescribed, well and faithfully do, perform, and furnish all matters and things as by them in said Contract undertaken, and as by law, State and national, prescribed, then this obligation shall b� void; but otherwise it shall remain in full force and effect. PROVIDED, HOWEVER, that this Bonc s Subject to the following further conditions: (a) All materialmen, and all persons who shall supply such laborers, mechanics, or subcontractors with material , supplies, or provisions for carrying on such work, shall have a direct right of action against the Principal and Surety on this Bond, second only to the right of the Obligee under this Bond, which right of action shall be asserted in proceedings instituted in the appropriate court of the State of Washington, and Insofar as permitted by the laws of Washington, such right or action shall be asserted in a proceeding Instituted in the name of the Obligee to the use and benefit of the person, firm, or corporation instituting such action a.)d of a)) other persons, firms, or corporations having claims hereunder, and any other person, firm, or corpora- tion having a claim hereunder shall have the right to be made a party to such proceeding (but not later than one (I) year after the date of written notice of final acceptance of the work) and to have such claim adjudicated in such action and judgment rendered thereon. (b) In no event shall the Surety be liable for a greater sum than the Penalty of this Bond, or subject to any suit, action, or proceeding thereon that is instituted later than one (I) year after the date of written notice of final acceptance of the work. (c) The said Surety, for the value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same Shall in any way affect its obligations on this Bond, and it does hereby waive notice of any Such change, extension of time, alteration. or addition to the Contract or .o the work or to the Specifications. P. Bond -2- W IN WITNESS WHEREOF, the parties hereto have caused this Bond to be ex- ecuted in _>,-, f� j -�,r. , this LZ fd of I _day Al.,e. ,�-a,V &Z&jra (SEAL) (SE40 (SEAL) Principal Witnesses: GENERAL IPiSuIi/n!"L CO. Of AMWA (SEAL) N N OKUnd, ATIt;XIEy-IN-FACT (SEAL) Surety CoJUR�1��Q,DB,��- & STEW^RT. INC By .� Resi den. Ageft Thf Attorney-in-'act (Resident Agent), who executes this Bond in behalf of the Sur:ty Company, must attach a copy of his power-of-attorney as evidence of his authority. +re P. Bond -)- u w -- --= CERTIFICATE OF IN$VRANG`E in effect on dote of this certificate arranged by HURLEY,ATKINS&STEWART,INC. 220 rest hor„sen ,Gatti,. roshinoton 98119 This is to certify that the insuance dewr;69d below has been arranged for the Inured designated in this "Mi.cate.Any requirements or provis;ons in any contract or agreement be+~ the Insured and any other �I Person, firm Or corporation -,;, not be cons1mod as entw9mg. altering or amending the definition of;nsured or any Other terms or conditions of this cerfii;cafe or the insurance desigeafed.Suc6 insurance,subject to the l;mitf (� of 146d;ty, cowreges, hazards, eFclusbns, prods;ons, conditions and other torn, thereof, is in full fore and lui effect as of the date this cert;fica'e was sued. Nome of inured Ventura Construction, Inc. Address of insure P. 0. Box $78, Auburn, Washington 98002 eM111 hIM VeMllry Inwnnu—Oh,r 11.0 a.+agWN ' Pn1, Imrnr Walt... Pire inaLrangO Ca- Es.+ 6/1/71 bl. No�P4966829 Lbn;h f lore Onn- E.ch P.rw. 1_3q(1, IM)- 6d O �i9'e9ete I r uw,wc. { OO.f100. I4 Ew.s I..urw E.Pin._ Ppl. No_ Urnih 1 60 P.ron{ E.rh O.c.nw,t. 1 ugq.p... To+.l f bah F.. .f f Q< { asset,1.4,Wemh hrnrw. Nhwea4. P,;mrt, „ 4/1/71 vpl. N. CCP4966829 um;h{ 100,000. —E.6 awe {_300.000. __6ch Ottunent. 1 6cm InmN• bun`_ D.1. N. _ L;mite f tech tw—1 6ch Occw,enc. Tprel 3_— E<h .{ E •h Ott Na..nr D.w.e.u.wler hx..w.—o+wr te..Are U. v.;m.rt, Imur..�laein...9 PSrilnent•w�®5- —6D���411/71 bl. N._=A2M2L Inn_000- E.<h Occurnnc._.10D.000• AggrpeM E.cm Inw,.. E•r+. _D.1. Np_ Gma. / Euh Oca...nc. aD9rKeb Tohl 1 ___ _ Feh Oc b P+w.rry aeeea.weu:tr ter.....—A,I.weslN v,;m..t, tmu.w Watimal Pity Ieg{ranCl.Co. 6a:�.. 4I1/�1 Pal. N. CCP4966829 L:m;h {3(1a000- 6ch Occurrent. F.c... IMVNI _.E.p,u Pol,ND 6m:h { 6.,h Occur.enu T.+sl {._____Each Oct.mno as'n"D.mp...m;.n,1.1.011"I.wy,wrryn'.w,d H.rwr ro,s., All ..Statutory s_.;r.ipnce w;rh the curs rre Im. a ,,I he ope,wio,s and locations described as fddowse All operations by or ou behalf of the insured and all property used by or on behalf of the insured in connection with contract for construction of 1411 Stroet Pump Station, Renton, Washington, subject, however, to all the exclusions and limitations of the policy. In the event of cancellation, too (10) days written 4 notice shall be Rival addrossee hereon. This certifcate is reef a policy end does not alto- anyy insurance coverage.Nothing confairod In this cortriicate shad be cemtrued as o fisrJ;ng coverage not afforded by the designated insurances or by endonamont thereto. Except as specifically provided for ;n th;s certificate, The Insurers shell he" no duty to notify the party to I1 �j whom this certificate it addressed as to any change in, or cancellation of, the insurances and sheil not be respomible for any failure to do so. Date Marsh 27, 1969 Nuatcr.arxlNs a srcwaaT. INC. To City of Renton Addreu Renton, Washington ry ii IMFOPMATIOti FOR BIDDERS 1. General`escripti on of the Project. A general description of the work to be done is contained in the Advertisement for Bids. The scope is indicated on the accompanying Plans and specified in applicable parts of these Contract Documents. 2. Contract Documents. The Contract Documents under which it Is pro- posed to execute the work consist of the material bound herewith. These - Contract Documents ire Intended to be mutually cooperative and to provide all details reasonably required for the execution of the proposed work. Any person contemplating the submission of a proposal and being in doubt as to the meaning or intent of said Contract Documents should request of the Engi- neer. In writing, an interpretation thereof. Any Interpretation or change in said Contract Mcuments will be made only in writing, and a copy of such interpretation or change will be nailed or delivered to each person receiving a set of the Documents. The Owner will not be responsible for any other explanation or interpretations of said Documents. 7. Plans. 'dhere the Plans are photographic reductions of the original tracings, the amount of reduction is indicated by a note on the Plans. Full- scale prints of reduced Plans may be obtained for the amount stated in the Special Provisions. 4, Type of Proposal . a. Unit Price. If the Proposal for the work is to be submitted on a unit price basis, unit price proposals will be accepted on all items of work set forth in the Proposal, except those designated to be paid for as a lump sum. The estimate of quantities of work to be done is tabulated in the Proposal and, although stated o-,Ith as much accuracy as possible, is approximate only and is assumed solely for the basis of calculation won which the award of Contract shall be made. Payment to the Contractor will be made on the measurement of the work actually performed by the Contractor as specified In the Contract Documents. The O„ner reserves the right to increase or diminish he amount of any class of work as may be deemed necessary, unless otherwis, specified in the Special Provisions. b. Lump Sun. If the Proposal for the work is to be submitted on a lump sum basis, a single lump sum price shall be submitted in the appropriate place. The total amount to be paid the Contractor shall he the amount of the lump sun Proposal as adjusted for additions or deletions resulting from changes in construction. The Bidder shall furnish, in the space provided it the Proposal , a breakdown of his lump ;um bid. c. Lump Sum with EtL4ipment Selected�(knner If the Proposal for the wo rx is to be su mitted on a lump sum basis with equipment to be selected by the Owner, a lump sum price shall be submitted in the appropriate place and separate price proposals shall be submitted for listed items of equipment as produced by different manufacturers and shall include the cost of Installation. The lump sun Proposal shall not include thesn listed items or cost of their installation. The total amount to be paid the Contractor Info. -I- W shall include the price bid for the listed items of equipment to be furnished as selected by the Owner, plus the amount of the lump sun Proposal , as adjusted for additions and deletions result �q from changes in construction. Bidder shall vovide a breakdown of the 1pmp sum as specified hereinbefore in b. 5_ Preparation of P oposals. All blank spaces in the Proposal form most be filled in, in ink, in both words and figures where required. NO changes shall be made in the phraseology of the forms. Written amounts shall govern in cases of d's crepe cy bet ee [he amou is state e d in wri t'n and th ani0en to stated — figures. Any proposal shall be deemed informal which contains omissions, erasures, alterations, or additions of any kind, or prices uncalled for, or in which any of the prices are obviously unbalanced, or which in any runner shall fail to conform to the conditions of the published Advertisement for Bids. The Bidder shall Sinn his Proposal in the blank space provided therefor. Proposals made by corporations or partnerships shall contain names and addresses of the principal Officers or partners. If the Proposal is made by a corporation, it must be acknowledged by one of the principal officers thereof; if made by a partnership, by one of the partners. 6._ Uashington State Sales Tax. Washington State Sales Tax shall be paid by the Contractor as required by the laws and statutes of the State of Washington, and shall be separately shorn in the Contractor's Proposal in the space provided. 7_Submission of ropos Is. All proposals most be submitted at the time and place and in the manner prescribed in the Advertisement for Bids. Proposals most be ..iade on the prescribed Proposal forms, bound herewith, and submitted intact with the Contract UOcuments. Each proposal most be submitted in a sealed envelope, so marked as to indicate its contents without being opened, and addressed in conformance with the instructions in the ldvertisement for Bids. B. Telegraphic Modification o Withdrawalof Proposal. Any bidder may rooify his did by telegraphic axmunication at any time prior to the scheduled closing ti,w for receipt of bids, provided such telegraphic com- munication is received by the Cwner prior to the closing time. The telegraphic communication should not reveal the bi? price but should state the addition or subtraction Or Other modification so that the final prices or teens will not be known by the Owner until the sealed old Is opened. Any proposal may be withdrawn prior to the scheduled tine for the opening of proposals either by telegraphic Or r:ritten request, or in person. Lo proposal may be withdrawn after the time scheduled for opening of proposals, unless the time specified in Paragraph 12 of this Information for Bidders shall have elapsed. _ 9. Lid Security. Proposals must be accompanied by A certified check drawn on a bank In good standing, or a Bid Bond issued by a surety company authorized to Issue such bonds ;n the. State of Washington, in an amount not less than five percent (56) of the total amount of the Proposal submi ted. This check or Bid bond shall be given as a guarantee that if awarded the 'ontract, the successful Bidder will execute the attached Contract and furnish a properly executed Performance done n the full amount of the Contract price within the time specified. Info. -2- W M__ The Owner reserves the right to retain the bid security of the three lowest bidders until the successful Bidder has signed and delivered the Contract and furnished a one hundred percent (100) Performance Bond. Upon failure of the successful Bidder to sign and deliver said Contract and Performance Bond within the specified time, the next I( rest bid may be accepted at the Owner's discre- tion, whereupon the above instructions and requirements will apply to the sai� second bidder. Bid security of all bidders, except the three lowest, will be returned promptly after the canvass of bids: bid security of the three lowest bidders will be returned within three (3) days after the Contract has been executed or other dispnsition made thereof in accordance with the provisions stated herein. 10. Conditions of Vork. Each bidder must inform himself of the con- ditions relating to the execution of the work, and it is assumed that he will inspect the site and make himself thoroughly familiar with all the Contract Documents. Failure to do so will not relieve the successful Bidder of his obligation to enter into a Contract and complete the contemplated work in strict accordance with the Contract Documents. Each bidder must inform himself on all laws and statutes, both Federal and State, relative to the regular execution of the work, the employment of labor, protection of public health, the protectior of private property, fire protection regulations, access to the work, sales tax, and similar requirements. Particular reference is made to Chapters 39.04, 39.08, 39,12, 39.20, 39.24, 82.08, and 82.30, Revised Code of Washington, the provisions of which, where applicable, are hereby incorporated as if fully set out herein. 11 . Payments. Monthly payments for the work performed will be made by the Caner as specified in the General Conditions, unless otherwise modified in the Special Provisions. 12. Award of Contract. Within thirty (30) calendar days after the opening of proposals, the Owner sill accept one of the proposals or will act in accordance with Paragraph 13 of this Information for Bidders. The acceptance of the Proposal will be by notice, in writing, mailed or delivered to the office designated in the Proposal . 13. Basis of Award. The award will be made by the Owner on the basis of that ropos aTw 1cFi 1n its sole and absolute judgment will best serve the Interest of the Owner: where projects are paid for in part by Federal Aid, the award will be made on the basis of that Proposal submitted by the responsible Bidder submitting the lowest acceptable Proposal . The Owner reserves the right to accept or re.e:t any or all proposals, and to wa.ve any 'nformalities and i-regularitics in said proposals. 14. Execution of Contract. The su-cessful Bidder shall , within seven (7) days after -receiving notice of award, execute the Contract hereto attached. Info. -3- W A 16IM 15. Performance Bond. The successful Bidder shall file with the Ovs+er at the time -OT'exeCution of the Contract, a Performance Bond of Cie form bound herewith in the full amount of the Contract price. The surety company furnishing this bond shall have a sound financial standing and a record of service satisfac.ory to the Owner and shall be authorized to do business in the State of Washington. The Attorney-in-Fact (Resident Agent) who executes this Performance bond in ehalf of the surety company must attach a copy of his power-of- attorney as evidence of his authority. A notary shall acknowledge the power as of the date of the execution of the surety bond wh ch it covers. 16. Failure to Execute Contract and furnish Bond. Shout% • suc- cessful Bidder fail or r_ use to execute the Contract and furri .n the Performance Bond, then the bid security deposited by said Bidder shall be retained as liquidated damages by the Owner; and it is agreed that this said sum is a fair estimate of the amount of damages the Owner will sustain In case the Bidder fails to enter into a Contract and furnish bond as hereinbefore provided. Bid security deposited in the form of a certified check shall be subject to the same requirement a5 a Bid Bond. 17_Time of Completion. The time of completion of the work to be performed under this Contract is the esse-ce of the Contract. Delays and extensions of time may be allowed in accordance with the provisions of the General Conditions. The time allowed for the completion of the work is stated in the Proposal. 18. Registrativn Requirements for Contractors. All bidders, including general contractors and specialty contractors, SHALL BE REGISTERED AS CON- TRACTORS by the State Department cf Licenses in conformance with the re- quirements of applicable parts of Chapter 77, RCW, (An Act Providing for the Registration of Contractors) . nAAA Info. -A- W SPECIAL PROVISIONS The Contractor's attention is directed to GENERAL REQUIREMENTS, Section 1A of the Special Specifications, which contains Other special directions that are pertinent to the project. SPECIFICATION FORMAT. Where "command" type sentences are used through- out these Contract Documents, it shall be understood that these refer to and are directed to the Contractor. REVISIONS TO THE GENERAL CONDITIONS. The General Conditions of these Contract Documents is hereby revised as follows: Page 6, Arti=le D-3.d. Fire Insurance is hereby deleted. LOCATION AND PLANS, LOCATION. The location of the work is shown on Drawing No. C5326-1 , Sheet 1 of 3 of the Plans. PLANS. The Plans for the construction of "M" Street Pump Station consist of 3 sheets, each entitled "City of Renton, Washington, "M" Street Pump Station," and dated February 1969. PAYMENT OF NOT LESS THAN PREVAILING WAGE RATES. The Contractor shall pay not less than the prevailing rate of wages in accordance with Washington RCW 39.12.020. ".rtificates of wage payments by the Contractor si.all be submitted to the Owner in accordance with RCW 39.12.040. A sample copy of the Wage Cer- tification Form is appended to these Special Provisions. These forms shall be provided by the Contractor. The Schedule of Minimum Hourly Wage Rates as determined by the Washington Department of Labor and Industries is appended at the end of these Special Provisions. The Owner does Trot guarantee that labor can be procured for the minimum wages set forth In the Wage Scale. The rates of wages listed -re minimum only, below which the Contractor cannot pay, and they do not constitute a representation that labor can be procured for the minimum listed. It will be the responsibility of the Contractor to ascertain for himself the wages above the minimum set forth that he may have to pay. SUBSTITUTION OF MATERIALS. All workmanship, equipment, matey als, and articles incorporated in the work covered by this Contract are to conform Ao the Specifications. Whenever in the Specifications any material , article, dev!ce, product, fixture, form, type of construction, or process is Indicated or specified by patent or proprietary name, by name of manufacturer, or by catalog number, such Specifications shall ue deemed to be used for the purpose of eastablishinq a standard of quality and facilitating the description of the material or process desired. This procedure Is not to be construed as elimi- nating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be deemed to be Sp. Prov. -I- APR 1 ti followed by the words "Or as approved" or "or approved equal." The Contractor may, in such case, submit complete data tc the Engineer for consideration of another material , type, or process, and if the Owner's approval is obtained (in writing), purchase and use the item, type, or process, which shall be .ubstantially equal in every respect to that so indicated or specified. The Owner will be the sole judge of the substituted article or material. No subst tute materials shall be used unless approved in writing. TERMINATION BECAUSE OF A NATIONAL EMERGENCY. In the event that work on this project is terminated by order of a competent Governmental authority because of a national emergency, the Owner or the Contractor, each at his option, with or without the consent of the other, may, upon seven (7) days' written notice, stop work or terminate the Contract. The Contractor shall recover payment from the Owner for all work executed, but in no event shall the Contractor be allowed any sum o. sums in addition to those above specified, except that a reasonable profit may be allowed upon the work actually executed. In no event shall the Contractor be allowed any damages or any anticipated profits whatsoever. CLAIMS. In any ca,e where the Contractor deems extra compensation is due him for work or materials not Clearly covered in the Contract or not ordered by the Engineer as an extra as defined herein, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Con- tractor hereby agrees to waive the claim for such extra compensation. Such notice by the Contractor, and the fact that the Engineer has ler' account of the cost as aforesaid, shall not In any way be construed as roving the validity of the claim. In case the claim is found to be just it shall be allowed and paid for as an extra as provided herein for extra work, or It shall be allowed and paid under a supplemental agreement to b, entered into between the parties to the Contract. NOTICE OF CLAIM FOR DELAY. If the Contractor intends to file a claim for additional compensation for a delay caused by the Owner at a particular time, he shall file a Notice of Claim with the Engineer within seven (7) licys of the beginning of the occurrence. The Notice of Claim shall be in duplicate, in writing, and shall state the circumstances and the reasons for the claim, but need not state the amount. No claim for additional compen- sation will be considered unless a Notice of Claim has been filed with the Engineer In writing, as stated above. NO WAIVER Or RIGHTS. Neither the Inspection by the Owner, through the Engineer or any of his employees, nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of time, nor any possession taken by the Owner or its employees, shall operate as a waiver of any pro- vision of this Contract, or any power herein reserved to the Owner, or any right to damages herein provided; nor shall any waiver of any breach in this Contract be held to be a waiver of any other or subsequent breach. STAKING OUT THE WORK. The Owner will establish a bench mark convenient for the Contractor's use. The Contractor shall transfer elevations from the bench mark R aOt Sp. Prov. HOURLY MINIMUM MADE IATE - LAHnR,PS. l'klUUUU lU RATE 5 h0. NU. TF'E fOLLOWING Cl ASSIF ICATI014% ANO RATES OF WAGE ARE FOR ALL 192000020 THE COU+:TIES IN THE OOATHWt:STLRN VA:HINGTON AREA AS I929VUU)O HkRFIUF1 RE LISFID, kXCEPI LAROKEµS IV THE, WESTERN PORTION (y200uO 1( OF P'^ FULLOMING CUU'!TI(S, NAMELY. CHELAN. OCR)GLAS. 1920rV0lJ K17TITAS, OKANOG44, AND YAKIMA - SEE INDIVIDUAL LISTING. 192050033 192D00040 4.95 CEME,II f10MP,R - PAVIV9 /72ROu04O 4.80 CONCRFTt SAW OPIRATOH 4.70 DUMPPAN .. .—__ 192'100050 _ 19200006C FALLER A41) BACKER 19J11000TO 4.70 HAND 19280//080 4.90 CHAIN SAW 1928D0090 192100100 4.85 FORM SCITER - STEEL FUR95 --- 192RJUltO_ 192600120 GENERAL LACOR 19280030 4.60 NIPP(µ. TRITCK SPOTTFP, PIT-AN. UNU'.I1 CUTTFR. CHOKkR SETTER I92800140 CIJI,CRI If A", FIINOt.ITHIL LAUUktRo ASPMAtT LABORER. OITCFh• 1921,100150 O IGGI • . PI1T I'NUER, OR IkAMAN, CONCRETE FORM STRIPPER, 192-100164) CAkf'E'rtR HEI,PtN. TRACK LABORkR, FLAGMAN 1 92 3001 70__ 4.75 GRDUIMAI. - PNFS,IJRE 1928Dn 4.90 HIGH SC,LtR 190 4.90 MOR T•1RM,,N ANO HUD CARRIkRS 1928002UJ 4.P5 N1121LLPIN - SANUMLAST. GURU,. SHUT-CRETE 1971,100110 - . 4.90 PIPF LAYtR APIO CAULKER, PIPE WRAPPER 192R00220 4.80 PIPf POI TEHFFRro 197N00230 4 1, P011ff"AN 147R0O140 4 0 POWUt KF'ANS H(LPER 192900I30 4 1 POWER WI'FLL BARROW OR R1µ.Gy 1911I ,u76p 1'),'100270 POWER TI 'RS - IEEAVY DUTY 192`1001BU 4.80 JACRI'AMFER, PAVEMCNI OREAKkk VIONATORS, TAMPERS - MULTIPLE 1928U19U ANP SELF-PROPELLED - RAILROAD SPIKE PULLCK 192NC0)00 192N0U I10 POWER TODtS - LIGHT DUTY 1929OU32U 192800330 J MACE RATES - NORTHWESTERN MASHINGTUN -060- lVAIRLY MINIMUM WAi1 IAIE - I1,11w, ,•i. RATE SEO. NO. 4.75 C"IPfIR%, <.R190FRS. TA14PERSO AND SIMILAR ELECTRIC AND Ain 192900140_ "PIRAiEn fQ9LS 192ROOI50 4.80 RAKE2 - ASPHALT 19Z900369 4.P,5 RODOER 192900370 4.T0 SLOPkk - OVER 70 r-ET 192800380 4.85 SPREADER - CARRIES GRADE WITH ROODER 1924100390 4.15 SWiNCIN , SCAFFOLD OR UIIATSVAIN CHAIR CVEK WATER OR OVER 192800400 _ 25 FT. IN "EIGHT 192800410 4.90 TIMRERMIN - SEWER 192900410 ., 4.90 WAGOII CHILLER AID AIRTRAC 192900430 4.10 WAGON DRILLERS HELPER 192,300440 191R00450 TUNN�t :OAK 192000460 _ 4r90 MI:kR - IMCLOPING MUNOLITHIC WORK 192400470 4.95 MINER, SHAFT 440 RAISE 192800490 4.90 SPAOLK 192000490 5.05 POWPE 4MAN 192R00500 4.P.0 POADE.AMANS HELPER 19280U510 4.90 Rt-TI +OtR•AN 19/40U510 4.70 LYUCY FENCED -- ------ L9d90U5)0 4.70 MU"K(R ANO LAIORER 192400540 4.70 NIPP14 192HOO550 4.70 SPAKIMAN 142,100560 4.65 TOPMAN AND BULL GANG 192P0U570 4.90 MAINIk NANCE MAN 192800500 I4790J590 COFFFRCAM WORK SHALL UE EMPLOYED ON WORK WITHIK OK 192900600 0EH119 COFFFRDAMS IF HA1rRO IS FOUIVALENT 192800610 TO SHAFT EXCAVATION 1924OU620 -_ COMPRESSEO AIR WORKERS• 192HOU630 I92800650 45.70 { LM. (1IRCDbH 14 LnS. - 6 tICUR4 WORK 191900550 47.90 OVER 14 LdS. THROU!,H iH LJS. - 6 "CURS WfIAK 19180U660 47.90 CVER 14 LDS. fHR CL1GH 22 L3S. - 4 "OURS WIRK 192800470 68.15 OVER 18 LDS. THROUGH 21 L6S. - 6 HCURS WORK 19180U660 52.10 OVER 22 LESS. THROUGH 26 LBS. - ♦ HOURS WORK 192800690 _. _ . 54.5C OVER. 26 LDS. THROUGH 32 L.S. - 4 HCUMS NOBK 192800700 57.20 OVER 32 LBS. THROUGH 38 LOS. - 3 HCURS WIPER I92800TtO WAGE RATES - NOKTHWkSTLRN WASHINGTON -061- HOUkLV MINIMUM WAbL RAII - IAkITIe' . RATt SF,G. NU. 58.50 OVER 38 LMS. TF1Rt'UMH 44 L4S. - 2 MORS WORK 197BOU720 39.20 OUTGIUE LOCK AND GAUGE TENOER - PFR SHIFT 192990730 FRIDGE RENtf l : - / Ai1lIR FkS I92ROOT.01921i007S0 _ HEALTH AND 'DEL PART 30 Cent! /92000760 PENSIUN FUND ZXKCO7l1M 30 cents 197800770 APPRENTICE TRAINING FUND 2 CENTS 192800780 r -o z - m WAGE RATES - NORTHWt STEk\ WASHINGTON -062- HOURLY MINIMUM WA.E RATE - BUILDING T14ADES FUR KINf, COUNTY 9170Vu01U RATE SEO. W0. ASBESTOS WORKERS 011040020 5.92 JOVANLYMAN 010400 - OL 7040040 0- FOREMAN - 25 CENTS PER HOUR OVER JOURNEYMAN OL7040050 O17040060 Hf ALTH C WELFARE 20 CENTS 017040070 PENSION FUNC 25 CENTS 01704U0SO OLCUPA7IUNAL HEALTH C RESEAACH FUND I CENT _ 017040090_ BOILFRM7•KER; AND BLACKSMITHS 017070100 6.40 FOFEMAN OL7070110 6.15 ASSISTANT FOREMAN --LFADMAN-- 017070120- 5.90 BOILERMAKER-BLACKSMITH O17010110 01.7070150 HL.ALTH C WELFARE f0 CENTS - - -- - - "-- -- 0I7070160- PENSION 40 CENTS 017070570 VACATION 30 CENTS 017070180 APPRENTICESHIP 2 CENTS 017070190- BRICKLAYER C MARBLE MASON 0ITIOOPOO S.BT - JOI•RNEYMAN BRICKLAYER210- 5.87 STCNF MASONS 01710OZ20 5.87 ML1'CKI AYER 017100230 5.87 CLEANTRS, POINTERS C CAULKERS - 011100240 - 5.87 EKIERIOR MARBLE MASONS O11100250 5.37 INTERIOR MARBLE MASONS 017100260 '- - - 6.17 - -- - - - FOREMAN - OVER S MEN 017100270 6.12 FOREMAN - I TO 4 MFN 017100780 0LTLO0290 -- - HCALTH C WELFARE 15 CENTS 017100100 PENSION FUND IM CENTS 017100305 -__"-- " - - CARPLNTLRS 017130310 5.30 JOURNEYMAN CARPfNTFK 017130320 5.40 CAPPEPTERS ON CRECSOTED MATERIAL 017130330 SAWFILERS♦ STATIONERY POWER SAW OPERATORS♦ FLOORFIN ISHER$ OIT130340 FLOORLAYERS, FLOOMSANDERSE SHINGLER C OPERATORS OF 01T130350 WAGE RATES - BUILDING TRADES FOR KING COUNTY -104- HOURLY MINIMUM WAGt CATS — BUILDING TRADES FOR KING COUNTY _ RATE $ED. NO. 5.43 IITHI.R STATIONERY POWER WOODW(IRKING TOOLS _ - OlTI30360 5.45 MILLWVIf.HTS ANO MACHINE ERECTORS OL713U370 5.45 PILLDWIVERS. MRIOGE . DOCK C WHARF BUILDEAS 0171303R7 5.50 ROOM HEN 01713U340 5.46 ACDUSFICAL WURKERS 017130400 5.86 AUwSIICAL FOREMAN ___ _ 017L30410 5.85 - _ MILLW;cIGHT FNRtMAN — O17130420— 5.10 CAVPF .TER FOREMAN 017130430 5.90 PILLDV.IVEk FOkEMAN 017130440 _ PILED,tIVER FORt MAN — ON POWER RIGS WHILE DRIVING ANOYGR 017130450 6.00 PULIING PILING 01713U460 RICOE"S, INCLUDING SIGNALMtN, BURNERS L WFLJERS SHALL _ OIT1304TU eE ,•AID ACCORUING T(1 CLASSIFICATICN IN AHILH WORKING 017130480_ EMPLOYEES ON UOAT-,W41R CHAIRS, SWINGING SUSPENDED 017130490 SCAFFOLO L HOIST TUWIA CUNSTRUCTICN OVER 50 FEET 017130500 SHALL RECEIVE 25 CENTS PER HOAR OVER JOURNEYMAN 01713u51U EMPLOYEES IN FUNNELS SHALL RECEIVE LO't OVER JOURNEYMAN 017130520 017130S30 _-- - - _-' H,.AL.TH C WELFARE 20 CENTS 01713OS40 — PFNSION 20 CENTS 017130550 APPRENTICE FUND 112 CENT OLTL30555 CARPET. LINOLEUM E SOFT TILE LAYERS 017160560 5.01 . LRLNLYMAN — LESS THAN 1 YEAR 017160570 5.11 - JOURNEYMAN — MORE THAN 1 YEAR 017160580 -- 01716OS90 HI'ALTH E WELFARE 17 CENTS 017160600 PLNSION FUND IS CENTS 017160610 APPRENTICESHIP FUND 3 CENTS 017160620 CEMENT MASONS 017190630 5.45 CEMEN! MASONS 017190440 5.70 CO^POSITION. COLORS, MASTIC PLASTICS L L19UID VINYLS 017190650 5.70 TPUWEL MACHINE 017190660 5.70 PAVING FLOAT MACHINE 017190670 GRINDER. CHIPPING GUN C BUSH HAMMER — WHEN FINISHING OL7190600 - - 5.70 - WORK 15 TO FOLLOW "--"— ---- - 011190690— 5.70 GUNNITE NO22LEMAN 011I90700 i -- WAGE RATES — BUILDING TRADES FOR KING COUNTY — - -105_ HOURLY MINIMUM MAI& .:ATE - 1111O01%U FRAOI �. F11Lt KING, IOUNTY RATE SF0• NO. 017190710 -- FOREMAN DIFFERENTIAL - 25 CENTS WHEN SUPERVISING 1 TO 0: 71.40710 ANC INCLUDING 5 MLN I;THLR THA! HIMSELF. 37 1/2 CENTS __ __ 011190730 W'HLI. SUPERVISING 6 OR MOKE MEN OTHER THAN HIMSELF. THE _ 017190740-- FORtMAN DIFFkRENTIAL SHALL 4PPlY CVER THE HIGHEST 017190750 PAIU MAN UNDER HIS DIRECT SUPERVISION. 017190760 017190770 HLALTH C WELFARE 25 CENTS 0I7190780 ELECTRILIA'15 017220790 5.845 JOURNEYMAN WIREMAN L TtCHNICIAN 017220800 01722UAIO GFF.ER.'.L FOREMAN - ?US UVEK JOURNEYMAN 017220820 FOREMAN - TDI OVER JUURNLYr1AN 01722URT0 CAPLE SPLICER - IOL nVER JOURNEYMAN OITZ2UA40 CONSTOUCTION STUCK.AAN - 509 OF JOURNEYMAN 017220850 017220860 HIALTH C WELFARE 14 CENTS 017Z20970 PLNSION FUF:O 17 OF GROSS 017220880 ELFVnTOI. OL7250890 6.47 E/FV/'7„l CONSTRUCTOR FOREMAN OL7250900 5.75 ELt7AlUF CONSTRUCT-1;4 MLCHANIC 017250910 4.025 ELEVAIOR CONSTRUCTOR HELPER 017Z50920 2.875 PRCHATI04ARY HELPER 017250930 017250940 HIALTH C WELFARE 12 1/2 CENTS OL1250950 —--- - - - PINSION 15 L12 CENTS - --- - 017250960'- V/CA71UN UNDER 5 YEARS, 3 PERCENT HOURLY WAGE 017250970 VACATION UVLR 5 YEARS, 5 Pf HCE`IT HOURLY WAGE. 017250990 GLAZIER:, O17280990 5.05 JOURNI YMAH 017701000 - -0171R1010— HIALTH C WELFARE 11 CENTS 0172UL020 PINSION FUND 15 CENTS 017201030 APPRENTICE FUND 7 CENT 017281031 WAGE RATES - BUILDING TRADES FOR KING CnUNTY -106- HOURLY MINIMUM MA61 R4TF - 0UII.OINO TRADES FOR KING COONFY RATE SEQ. N0. IRONY.ORKFRS O17111040 5.A5 ST9UCIORAL 017311050 5.R5 ORNAMENTAL 017311060 5.09 MACHIEFRY MOVER, MACHINFRY ERECTOR 01?3110?0 5.85 RIGGEPS AND SIGNALMEN 017311080 5.95 WELDERS C BURNERS 017111090 5.85 FENCE ERECTORS O17111100 5.85 SHELTERS 017111110 5.70 REJNFOPCING OL7311120 OI7311130 FOREMAN - .30 PER Nvl � .JOURNEYMAN WITH 3 MEN OR LESS 0173tIt4O .5% PER H, IIR ')Viu JUURNFYMAN WITH 4 MFN OR MORE O1711I110 0Il)IIIAO WORK RCgUiR1N: EVAt JACI MS.K WITH REPUTE AIR FILTER OI7E11IT0 SHALL RECEIVE 25 CENTS IVR HOER OVER JOURNEYMAN 0173111R0 017AILt90 HEALTH C WELFARE 35 Ci,.iS OI7311200 PINSION 21; CLt.T% O1i311210 APPMEN7tCESHIP EON') I C!'.f - _-. .. . 017311211 . LATHFKS 01717/710 ' 5.4 " JOURNEYMAN) - INCLUOCS 25 CLNTS VACATION PAY - 017371240 0173712SO HEALTH C WELFARE IB CENTS 0173TL260 LGCAC APPRFNTICE FUND l CENT - -- - _- - `" — 017371270— N7ftUNAL APPRENTICE FUND 1 CENT 0173712R0 PAINTER' - O174TI420 5.21 JOIJRNI YPAN PAINTCR; 01741L410 _ 5.21 JCIIRNJYMAN STRIVERS 017471440 5.21 JOURNIVHAN YAPEPS "- ---" - - 017471450— SPPAY, SANmH_ASTI:G. SWING STAGE. BRIDGES. TOWERS, TAKKS OL74-11460 ON IJ:E,S, STi ,PtIS, STACKS, TOXIC MATERIALS, OITUMASTICS 017471470 5.41 C OTGN STRUCIIIRAL S1EEL 017411480 O17471490 FOREMAN - .SO PER OnOR OVEM 0I7471S00 THE HTGHFST JOURNCYMAN CLASS -- 017471510-- 017471518 WAGE RATES - BUILOING TRAOFS FOR KING. COUNTY -107- HCURLY MINIMUM WALE HATE — BUILDING TRADES FOR K14, CUUNfY Sf O. NO. RATE HEALTH L WELFARE I/ CFSTS 01747152.0 PENSION FUND l5 CF4TS 017411550 APPRENTICE. FUND 1 CE"F 017471540 PLASTERERS 017501550 5.1E JOURNEYMAN — INCLUDES 25 CENTS VACATION PAY 017501S60 OI7SO1570 HIALTH L WELFARE 20 CENTS 0175015E0 PENSION FUNV 2!f )eY CENTS 0 1 750 1 590 LOCAL APPRENTICESHIP FUND I CENT 017501600 NATIONAL APPRENTICF SHIP FUND 1 CENT OI7501610 - PLUMPER. L PIPEFITTeAS 011531620 - 5.90 JOTmNi YMAN PLUMBER L PIPEFIIfER 017531639 017531640 - FORLM.AN - 45 CENTS PER HOUR OVLR JOURNEYMAN - - -�— 01753L650— GENLRAL FOREMAN - TO CENTS PER NOLR OVEP JOURNEYMAN OIT531660 HEALTH -E WELFARE 12 CENTS - 017531690 - PENSION 30 CENTS 0I1531700 VACATION 33 CENTS OLTS31710 APPRENTICESHIP 2 CENTS - - � - O1T531720— REFRIGERATOR MECHANICS 017561T30 5.90 JOURNEYMAN 017561740 OI7S6tT50 HIALTH L WELFARE 21 CENTS 017561760 --- - PENSION FORD 21 CENTS - "DITS61710 VACATION FUND 33 CE•'ITS 017561760 017S61190 APPRENTICE FUND 2 CENTS - ROOFERS AND WATERPROOf FRS 0I7591R00 5.32 JDIIRNI YMAN 0175918—' �---5.32 - KETTLF14FN 017591 D S.57 TILE C SLATE ROOFERS OL7591R30 017591R40 FOREMAN - 25 CENTS PER HOUR OVER HIGHEST CLASSIFICATION OIT59LBSO SUPLRVISED 017591860 WAGE RATES - BUILDING TRADES FOR KING COUNTY -104- HOURLY MINIMUM WAGE RATE - BUILDING TRADES FOR KING COUNTY RATE SEE. NO. - - MELPFWS - 8S3 Uf JOININCVMAN O17591R7O 017S918B0 Ht ALTH E MIIFARE 1H CENTS O17591R90 PfNSTUN FOND 10 CENTS 01759LS92 SHEFTMFIAL WORKFRS OI7h21900 _ 6.4? FURFMAN SHEETMEFAL WORKER 0176ZL910 5.92 JUIIRN' YMAN SHEEIMETAL WORKER (1I762.1920 5.36 WLIDFI 017621930 4.19 MATERIAL MAN 017621940 U176ZL950 HLALTH C WELFARE 17 CENTS 017621960 PLNSION FUND 10 CENTS - - 017621470_ SPRINKLER FITTERS 017652140 6.49 J)VNNLYMAN SPRINKLER FITTER 0176S2150 017652160 FOREMAN - 50 CENTS PER TIM OVER JOURNEYMAN 017652170 _.. _____--- 017652180- HLALTM C WELFARE it CENTS O17652190 PLNSION IS CENTS 017652200 TERRAll., WORKERS 017662210 5.22 JOURN:_YMAN 017681220 017681230 HLALTH C WELFARE 15 CE>ITS 011682240 PLNSION FUND 18 CENTS - 017682255 TILE SETTERS 0177I17.60 5.17 JOIIRNLYMA14 0I7711270 ...__ Ot7712280 HLALTH C WELFARE 15 CENTS 017112290 PLNSION FUND 19 CENTS 017712295 TILE. MARBLE C TERRAZZO HELPERS 017722300 s O _ 4.60 HELPERS - EXPERIENCED IT727223131 --4.35 INEXPERIENCED - 1ST 6 MONTHS 17 � 017722320 m - - - - WAGE RATES - BUILDING TRADES FOR KING COUNTY -109- MINIMUM WAGE AFFIDAVIT FORM COUNTY OF I, the undersigned, having been duly sworn, depose, say and certify that in connection with the performance of the work, payment for which this voucher is sub- mitted, I have paid the following rate per hour for each classification of laborers, workmen, or mechanics, as indicated upon the attached list, now referred to and by such reference incorporated in and made an integral part hereof, for all such employed in the performance of such work; and no laborer, workman or mechanic so employed upon such work has been paid less than the prevailing rate of wage or less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set fo,th therein is true to my knowledge and belief. CONTRACTOR Subscribed and sworn to before me on this day of oN tery Public In and for t e State of Washington Residing at mod- CEpTIFICATIOM OF NONDISCRIMINATION IN EMPLDYMENT The bid ;r represents that he /--7 has, /-7 has not, participated in a previous contract of subcontract sub ect to either the equal opportunity clause ha Lain or the clause contained in Section 301 of Executive Order 10925; that he /-7 has, /7 has not, filed all required compliance reports; and that representations indicating submission of required compliance reports, signed by proposed sub- contractors will be obtained prior to subcontract awards. Company by Title Date (The above representation need not be submitted in connection with contracts or r bcontracts which are exempt from the clause.) D.1 F. 14.43 GENERAL CONDITIONS A. DEFINITIONS A-I. Contract Documents. The "Contract Documents" consist of the Advertisement for Bids, the Proposal, the Contract, the Performance Bond, the Information for Bidders, the Special Provisions, the General Conditions, the Specifications, and the Plans, including all modifications thereof incorporated into the Documents before their executi D.. These form the Contract. A-2. Owner, Contractors Bidder. The "owner," "Contractor," and "Bidder" are those named as such in the Contract Documents. A-j. Engineer, Wherever the word "Engineer" occurs in these Contract Documents, the word shall signify the firm or Cornell, Howland, Hayes a Merryfield, which has been designated by the Owner to be the Engineer for the work. A-4. llritten Notice. The term "Written Notice" shall signify a written m communication dowered in person or by certified or registered mail to the individual, or to a member of the firm, or to an officer of the corporation for whom it Is intended. Certified or registered mail shall be addressed to m the last business address known to him who gives the notice. A-S• Work. The word "Mork" within these Contract Documents shall In- clude all material, labor, tools, and all appliances, machinery, transporta- tion, and appurtenances necessary to perform and complete the Contract, and such additional items net specifically indicated or described which can be reasonably Inferred as belonging to the item described or indicated and as required by good practice to provide a complete and satisfactory system or structure. B. CONTRACT DOCUhElITS B_1. Intent of Contract Documents. The Contract Documents are comple- mentary, andwhat is called for by any one shall be as binding as if called for by all. The intent of the Documents is to include all work (except specific itams to be furnished by the Owner), nec .ssary for completion of the Contract. Materials or work described in cords which se applied have a well- known technical and trade meaning shall be held to refer to such recognized standards. B-2. D_screpancles and Omissions. Any discrepancies or omissions found in the Contract Documents shall be repo rt m,d to the Engineer Immediately. The Engineer will clarify discrepancies or omissions, in writing, within a reason- able time. In resolving inconsistencies among two (2) or more sections of the Con- tract Documents, precedence shall be given in the following order: Gen. Cond. -I- W APR ) g = Contract Special Provisions General Conditions Special Specifications Plans Standard Specifications Figure dimensions on Plans shall take precedence over scale dimensions; detailed Plans shall take precedence over general Plans. 8-3.. Alterations. The Owner, without invalidating the Contract, may order extra work or make changes by altering, adding to, or deducting from the work, the Contract being adjusted accordingly. All such work shall be executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor changes in the work not involving extra cost and rot inconsistent with the purposes of the struc- ture; but otherwise, except in an emergency endangering life or property, extra wore or deductions frprn the work shall be performed only in pursuance of a written order from the Owner, signed or countersigned by the Engineer, or a written order from the Engineer stating that the Owner has authorized the deduction, extra work, or change; and no claim for additional payment shall be valid unless so ordered. If the work is reduced by alterations, such action shall not constitute a claim for damages based on loss of anticipated profits. 6-4. Verification and warranty. The Contractor shall determine the nature and location of the work, the general and local conditions, and all other matters which can in any way affect the work under this Contract. Fail- u,e to make an examination necessary for this determination shall not release the Contractor from the obligations of this Contract. The Contractor warrants that no verbal agreement or conversation with any officer, agent, or employee of the Owner, either before or after the execution of this Contract, has affected or codified any of the terms or obligations herein contained. D'S, Copies to be Kept_on the Uo rk. The Contractor shall keep one (1) COPY of the Contract Documents on the work, in good order, available to the Engineer and to his representatives. D-6, Lopi`s to be furnishes. The Engineer will furnish to the Con- tractor, on request and free of charge, six (6) copies of the Contract Documents and six (6) sets of full-size Plans or a sepia of the tracings. Additional copies of Contract Documents or Plans may be obtained on request by paying the actual cost of reproducing the Contract Documents or Plans. DV Owne rs h,�-of Drawings. All Plans, Drawings, Specifications, cnd copies thereof Iu rnished by the Engineer are his property. They are not to be used on other work and, with the exception of the signed Contract set, are to be returned to him on request at the completion of the work. All models are the property or the Owner. Gen. Cord. -2- u C. THE ENGINEER C-1. Authority of the Engineer. The Engineer shall be the Owner's representative during the construction period. His authority and responsi- bility shall be limited to the provisions set forth In these Contract Documents. The Engineer shall have the authority to reject all work and materials and to stop the work whenever such rejection and/or stoppage may be necessary to insure execution of the Contract in accordance with the intent of the Contract Documents CC-2. Duties and Res onsi bi ll ties of the Engineer. The Engineer shall make periodic visits to the site o the project to observe the progress and quality of toe work and to determine, in general, if the work is proceeding in accordance with the intent of the Contract Documents. He shall not be required to make comprehensive or continuous inspections to check quality or quantity of the work, and he shall not be responsible for construction neans, methods, techniques, sequences, or procedures, or for safety precautions and programs in connection with the work. Visits and observations made by the =ngineer shall not relieve the Contractor of his obligation to conduit com- prehensive inspections of the work and to furnish materials and perform acceptable work, and to provide adenuate safety precautions, in conformance with the intent of the Contract. The Engineer shall make decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or execution of the Contract Documents. Such decision shall be necessary before the Contractor can receive additional money under terms of the Contract. Changes in work or extra work ordered by the Engineer shall be made in compliance with Article D-3 of the General Conditions. One or more Inspectors may be assigned to observe the work and to act in matters of construction under this Contract. It is understood that such inspectors shall have the power to issue instructions and make decisions within the limitations of the authority of the Engineer. Such inspec'.lon shall not relieve the Cor tractor of his obligations to conduct comprehensive Inspections of the workk and to furnish materials and perform acceptable work, and to provide adequate safety precautions, in conformance with the Intent of the Contract. C-3. Rejected Material. fny material condemned or rejected by the Engineer or his authorized inspector because of nonconformity with the Contract Documents shall be removed at once from the vicinity of the work by the Contractor at his own expense, and the same shall not be used on the work. C-4. Unnoticed Defeats. Any defective work or material that may be discovered by the Engineer before the final acceptance of work, or before final payment has been made, or during the guarantee period, shall be reroved and replaced by work and materials which shall conform to the pro- visions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or inferior work or materials shall not be construed to inply acceptance of such work or materials. Gen. Cond. -3- w ;;�, 5 [-5. Ri.�ht�to0 Retain Imperfect Work. If any part or portion of the work done r me oter a-1 1 furnished under this Contract shall prove defective and not in accordance with the Plans and Specifications, and if the imper- fection in the same shall not be of sufficient magnitude or inportance as to make the work dangerous or undesirable, or if the removal of such work will create conditions whlt� are dangerous or undesirable, the Owner shall have the rinht and authority to retain such work but shall make such deductions in the final payment therefor as may be just and reasonable. _ C-6. Lines and Grapes. Lines and grades shall be established as pro- vided in the speci-- a —Provisions. The Contractor shall make every effort to no.ify the Engineer at least three (j) days In advance of the time when the line and grade will be needed. The Contractor will not be allowed extensions of time because of delays caused by Insufficient line anJ grade. All stakes, marks, and other ;nfornation shall he carefully preserved by the Contractor; and in cases of their careless or unnecessary destruction or removal by him or his employees, such stakes, marks, and other information shall be replaced by the Engineer at the Contractor's expense. The Contractor shall be. respon- sible for the transfer to the structure of the lines and grades as set by the Engineer. C_7. Sh Drawings. The Contractor shall submit, in quadruplicate, to the Engineer - h:s review, such shop drawings and/or catalug cuts for fabricated items and manufactured items (including mechanical and electrical equipment) required for the construction. Dia+ings shall be submitted in sufficient time to allow the Engineer not less than ten (10) regular working days for examining the drawings. These drawings shall be acrvrate, distinct, and complete, and shall contain all required information, including satisfactory identification Of items, units, and assemblies in relation to the Contract drawings and Specifications. Unless otherwise approved by the Engineer, chop drawings shall be sub- mitted only by the Contractor, who shall indicate by a signed stamp on the drawings, or other approved nr...,s, that he (the Contractor) has checked the shop drawings, and that the work shown is in accordance with Contract require- ments and has been checked for dimensions an. relationship with work of all other trades involved. Trill practice of submitting incomplete or unchecked shop drawings for the Engineer to correct or finish will not be acceptable; and shop drawings which, in the opinion of the Engineer, clearly indicate that they have not been checked by the Contractor will be considered as not complying with the intent of the Contract Documents and will be returned to the Contractor for resubmission in the proper form. When the shop drawings have been reviewed by the Engineer, two (2) sets Of submittals will be returned to the Contractor appropriately stamped. If major changes or corrections are necessary, the drawing may be rejected and one (I) set will be returned to the Contractor with such changes or correc- tions indicated, and the Contractor shall correct and resubmit the drawings, :n quadruplicate, unless otherwise directed by the Engineer. No changes shall be made by the Contractor to resubmitted shop drawings other than those changes indicated by the Engineer. Gen. Cord. -4- W The review of such drawings and catalog ruts by the Engineer shall not relieve the Contractor from responsibility for correctness of dimensions, fabrication delai is and space requirements, or for deviations from the Con- tract drawings or Specifications, unless the Contractor has called attention to such deviations in writing by a letter accompanyi-1g `he drawings and the Engineer approves the change or deviations in wr't�ng at the time of sub- mission; nor shall reviw by the Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state In his letter whether or not such deviations involve any deduction or extra cost adjustment. C-B. Oetail Drawings and Instructions. The Engineer will furnish, with reasonab a pa romptness, additional instructions by means of drawings or other- wise, if, in the Enyineer's opinion, such are required for the proper execu- tion of the work. All such drawings and instructions will be Consistent with the Contract Documents, true developments thereof, and reasonably inferable therefrom. D. THE CONTRACTOR AN[ -S EMPLOYEES D-1. Subcontracting. The Contractor shall, as soon as practcable after the execution of the Contract, notify the Engineer, in writing, of th, names of the subcontractors proposed for the principal parts of the work and for such others as the Engineer may direct, and shall not emplov any that the Engineer may witnin a reasonable time object to as lacking the capability to properly perform work of the the and scope specified. The Contractor a,rees that he is as fully responsible to the Owner for the acts and omission, 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. Nothing contained in th.- Contract Documents shall create any contractual relation between any suSContr ctor d the Owner. D-2. Performance Bond. The Contractor shall furnish a surety bond of the form included herewith, in an amount at least equal to the total amount of the Proposal, as security for the faithful performance of the Contract and the payment of all persons supplying labor and materials for the construction of the work. Said bond shall be issued by a surety company authorized to I-sue such bonds in the State of Washington and must In all respects be satisfactory and acceptable to the Cwner. The bond shall be in forge 'or one (1) year after the date of final acceptance of the work to cover all guarantees again_c defective workmanship and materials. D-3. Insurance. The Contractor shall not commence work under this Con- tract un[ he has 7urnished the Owner with certificates of the insurance specified herein shoving the type, amount, class of operations covered, effective dates, and date of expiration of policies, and containing substan- tially the following statement: ''The insurance covered by this certificate will not be cancelled or ma ter ally altered, except after ten (10) days' written notice has been received by the Owner.'' a. Campens anon Insurance. The Contractor shall maintain, during the life of this Cont roct, Work.me n's Compensation Insurance or equivalent Gen. Cori. -5- W ,VR j 6 t as required by applicable State laws for all persons employed by him on this work; and he shall require all subcontractors to provide similar Insurance for all said subcontractors' employees, unless said subcontractors' employees are covered by the insurance maintained by the Contractor. b. Publlr Liability and Prope rtY Damage Ins uranta. The Contractor shall maintain Public Li,itility and Property Damage Insurance against death or injury to persons, or damage to property, during the life of this Contract; said insurance to be in such form as will protect Contractor, Owner, and the Engineer from all claims as above provided, in the following amounts: - (1) Pubi cLlabillty Insurance not less than $100,000 or injuries to any one person, including accidental death, and not less than $300,000 for each occurrence. (2) Property Damage Insurance not less than $100,000. The Contractor's Public Liability and Property Damage Insurance shall provide the primary coverage on all claims arising out of the performance of the Contract, and shall name the Owner and Engineer as additional named insureds thereon. c. Insurance Coverage for Special Conditions. When the construc- tion is to be accomplished within a public or private right-of-way requiring special insuranca coverage, the Contractor shall conform to the particular requirements and provide the required insurance. The Contractor shall include in his liability policy all ene,rsements that the said authority may require for the protection of its officers, agents, employees, and interests. Insur- ance coverage for special conditions, when required, shall be provided as set forth In the Special Provisions. d. fire Insurance. Fire Insurance coverage shall be provided as set forth in the Special Provisions. D-4. Permits and Licenses. The Contractor shall keep himself fully Informed of all local ordinances. State and federal laws in any manner affecting the work herein specified. He shall at all times Comply with said ordinances, laws, and regulations, and protect and Indemnify the Owner .)nd its officers and agents against any claim or liability arising from or based on the violation of any such laws, ordinances, or regulations. All permits, licenses, awl Inspection fees necessary for prosecution and completion of the work shall be secured and paid for by the Contractor, unless otherwise speci- fied. O-5._ Superintendence. The Contractor shall keep on the work, during its prugress, competent supervisory personnel. The Contractor shall give efficient supervision to the work, using his best skill and attention. The Contractor shall be solely responsible for all construction roans, methods, techn'ques, and procedures, and for oroviding adequate safety precautions and coordinating all portions of the work under the Contract. DD-6. Reception of Engineer's Directions. The superintendent, or other duly authorized representative of the Contractor, shall represent the Con- tractor and all directions given to him ay the Engineer shall be binding. Such directions of ,.4jor Importance will fie confirmed ;n writing. Any direc- tion will be sc ronfirmed in each case on written request from the Contractor. Gen. Cond. -6- W D-7. Sanitation. Sanitary conveniences stall be erected and maintained by the Contractor at all times while men, are employed on the :,ork; and the use of such sanitary conveniences shall be strictly enforced. The lozation of such conveniences shall be approved by the Engineer. D-8. EMl ees. The Contractor shall employ only competent, skillful men to do the work; and whenever any person shall appear to be Incompetent or to act in a disorderly or improper manner, such person shall be removed from the work. Requirements of Nashin ton Law for Public Contracts. When the Contract Documents concern pub is works of the State or any County, munici- pality, or political subdivision created by its laws, the applicable statutes of the State of Washington shall apply. For this reason, the following chapters of the Revised Code of Washington, to include the latest additions and revisions, are incorporated by reference as parts of these Contract Documents: a. 39.12 (concerning the prevailing wage rates to be paid to Journeymen and apprentices on public works, tam certificates required by the .late in contracts for public works, tr.e arbitrator in cases of dispute of wages, and the penalties Involved if these statutes are violated). D. 39.16 (concerning the employment preference to be given residents of the State of Washington) . c. 49.28 (concerning the definitio, of a working day, emergency overtime provisions, the penalties and cancellation of contracts for violation Of these statutes). It is understooJ and agreed chat all parties to this Contract shall de- termine the contents of these applicable statutes and comply with their pro- visions throughout the performance of the Contract. 0_IO. Safe[Safet,,Precautions. The Contractor shall take all necessary pre- cautlons or tf he safety of employees or the work and shall comply with all applicable provisions of Federal, State, and municipal safety laws and building codes to prevent accidents or injur, to persons on, about, or adjacent to the premises where the work is being performed. The Contractor shall, without further order, provide and maintain at all times during the progress or temporary suspension of the work, suitab barricades, fences, signs, signal lights, and flagmen as are necessary or required to insure the safety of the public and those engaged In the work. The operatl ons of the Contractor, for the protection of persons, and the guarding against hazards from machinery and equipm ,it, shall meet t__ requirements of the applicable State laws an,' the current safety regulations as set forth in "Safety Standards for Construct ,," and "General Safety Standards" published by the Department of Labor and Industry, Olympia. Washington. I-". Protection 0f Proper . The Contractor [hall continuously maintain adequate protection oi—all his-work from damage and shall protect the Owner's property and the property of others from injury or loss arising in connection with this Contract. He shall make good any such damage, injury, or loss, Gen. Cord. -7- W APk E' WN except as may be due directly to errors in the Cont^act Documents or caused by a,_nts or employees of the Owner. Ye shall adequately protect adjacent roperty as provided by law and in the Contract Documents. In an emergency affecting the safely of life or of the work or of adjoin- ing property, the Contractor, without special instruction or authorization from the Engineer, is hereby permitted to act, at his disc-etion, to prevent such threatened loss or ln,ury; and he shall so act, wit�out appeal, if So instructed or authori-ed. Any compensation claited by the Contractor on account of emn rgenc� .rk shall be determined by agreement or arbitration. 0-12. Materials and Appliances. Unless otherwise stipulated, the Contrac- tor shall pr,vide and pay for ail materials, labor, water, tools, equipment, light, power, transportation, and other facilities necessary for the execution and completion of the work. Unless otherwise specified, all materials shall be new, and both workman- ship and materials Shall be of g wd quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of nteriais. 0-13 Access fnr Inspection. The Contractor shall furnish, without extra charge, the necessary test nieces and samples, including facilities and labor for obtanino the same, as reouested by the Engineer. When required, the Contractor sh , furnish certificates of tests of materials and equipment made at the poir of manufacture by a recognized testing laboratory. lice Engic-er and his representat:ves shall at all times have access to tht. work wherever it is in preparation or progress, and the Contractor shall provide facilities for such access and for inspection, including maintenance of temporary and permanent access. If the Specifications, the Engineer's instructions, laws, ordinances, or any public authority require any work to be specially tested or approved, the Contractor shall give timely notice of its readiness for inspection,. inspec- tions to be conducted by the Engineer will be promptly made, and where practi- cable, at the source of supply If any .rork should be covered up without approval or consent of the Engineer, it shall, if required by the Engineer, be uncovered for examination at the Contractor's expense. Re-examination of questioned work may be ordered by the Engineer; and, if so ordered, the work shall be uncovered by the i.o,.,ractnr. If such work be found in accordance with the Contract Documents, the Owner will pay the cost of re-examination and replacement. If such work be found got in accordance with the Contract Documents, the Contractor shall correct the defective wort. at no additional cost to the Owner. 0._14._ Royalties and Patents. The Contractor shall pay all royalty _ and license fees, unless otherwise specified. He shall defend all suits or claims for infringement of any patent rights and shall save the Owner and the Engineer hainless from loss on account thereof. D-IS Indemrt The Contractor shall indemnify, save ha mless, and defend[heOwner and the Engineer from and against all costs, expenses, and losses and all claims, demands, payments, suits, actions, recoveries, •nd Gen. Cond. -8- W Judgments of every nature and description made, brought, or recovered against the Owner by reason of any act or omission of the Contractor, his agents or employees, in the execution of the work or in guarding the same. D-16. Taxes and Char es. The Contractor shalt pay a State sale^ tax on items as requ red by the aws and statutes of the State of 4ashin5 .on. The Contractor shall withhold and pay any and all withholding taxes, whether State or Federal; and pay all Social Security charges and also all State Unemployment Compensation charges; and pay or cause to be withheld, as the case may be, any and all taxes, charges, or fees or sums whatsoever, which are now or may hereafter be required to be paid or withheld under any laws. State sales tax s.�all be paid on monthly partia: payments at the time of payment. The State sales tax shall be paid on the amount received by the Contractor and also the percentage retained by the Owner. 0-17. Unforeseen Difficulties. The Contractor shall protect his work and materials from damage due to the nature of the work, the elements, =are- lessness of other contractors, or from any cause whatever until the completion: and acceptance of the vmrk. All loss or damages arising out of the nature of the work to be done under these Contract Documents, or from any unseen obstruc- tion or defects which may be encountered in the prosecution of the work, or from the action of the elements shall be sustained by the Contractor. D-I8. Contractor's ""It to Sto 4ork oour r Terminate Contract. If the work should be stooped under an order of any ct or other pub is authority for a period of three (3) months, through no act or fault of the Contractor or of anyone employed by him; or if the Engineer should fail to Issue any estimate for pa,.nent within fifteen (15) days after it is due; or If the Owner should fa I to pay the Contractor within thirty (30) days after the time specified in Article f-1 of these General Conditions any sun certified by the Engineer, then the Contracto- may, upon fifteen (15) days' written notice. to the Owner And the Engineer, stop work or terminate this Contract and recover fr-m the Owner payment for all work executed and any loss sustained upon any plant or material and reasonable profit, unless said default has been remedied within said time, D-Ie. Correction of Def:dive Mork After Final Acceptance. All work, i nclud nq the design of mac aortal end a act rical components of equipment and/o- design of packaged control systems which are furnished as a component of equipment, %halt be guaranteed for a period of one (I) year against defects In materials an, workmanship. Th> Contractor hereby agrees to make, at his Own expense, al, repairs or rnr,',cements necessitated by defects In materials or workmanship supplied by him t,„t become evident within one (I) year after the date of final acceptance of the work, The Contractor also agrees to hold the Owner harmless from cl,.ims of any kind arising from damage due to said vefects. The Contractor shall make all repairs and repla,.emants promptly upon receipt of written orders for same from the Owner. If the Contractor falls to make the repairs and replacements promptly, the )caner may do the work, and the Contractor and his Surety shall be liable for the cost thereof. Any additional requirements for the project relative to correction of defective work after final acceptance are set forth ;n the Special Provisions, Gen. Cond. -9- u E. PROGRESS OF THE WOR.r, E-I* Beginning of the Work. Before work shall be started and materials ordered, the Contractor shall meet and consult with the Engineer relative to materials, equipment, and all arrangements for prosecuting the work. E-2. Schedules and Progress Repors. Prior to starting the construction, the Contractor shall furnish the Engineer for his approval if requested, a schedule or schedules of expected progress of the work under the Contract showing approximately the dates on which each part or division of the work is expected to be started and finished. The prwress schedules shall be sub- mitted regularly and shall cover a time period satisfactory to the Engineer. The Contractor shall also forward to the Fnginerr, if requested, as soon as pract able after the first day of aach month, a summary report of the progress of the various parts of the work under the Contract in the shops and in the field, stating the existing status, rate of progress, estimated time of completion, and cause of ,lelay, if any. E-3. Prosecution of the Work. It is expressly understood and agreed that the time of beginning, rate of progress, and time of completion of the work are of the essence of this Contract. The work shall be prosecuted at such time, and In or on such part or parts of the project as may be required, to complete the project as contemplated In the Contract Uocuments and the approved construction schedule. If the Contractor desires to carry on work at night or outside the regular hours, he shall give timely notice to the Engineer to allow satis- factory arrangements to be made for Inspecting the work in progress. As�s i�ne_nt. Neither party to the Contract shall assign the Contract or subs as a whole without the written consent of the other; nor shall the Contractor assign any monies due or to become due to him hereunder without the previous written consent of the Owner. E-S. Owner's Pight to 00 Work. If the Contractor should, in the opinion of the Eno'.mer, neglect to prosecute the work properly or should neglect or refuse at his own cost to take up and replace work as shall have been rejected by the Engineer, then the Owner shall notify the surety company of the condition, and after tan (10) days' written notice to the Contractor and the surety company, or without notice if an am rgency or danger to the work or public exists, and without prejudice to any other right t:hich the Owner may have under the Contract, take over that portion of the work which has been improperly executed and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the Contractor. E-6. Owner's Pight to Transfer Employment. If the Contractor should . , be adjudged a bankrupt; or if he should make a general assignment for the benefit of his creditors. or if a receiver should be appointed on account of his insolvency; or if he should p'rsistently or repeatedly refuse or should fail, except in cases for which extension of time is provided, to supply enough properly skilled workmen or proper materials; or if he should fail to make prompt payment to subcontractors or for material or labor; or Gen. Cord. -10- W persistently disregard laws, ordinances, Or the instructions of the Engineer; or otherwise be guilty of a substantial violation of any provision of the Contract or any laws or ordinance; then the Owner, if sufficient cause exists to justify such action, may without prejudice to any other right or remedy, and after givirg the Contractor and Surety seven (7) days' written notice, transfer the employment for said work from the Contractor to the Surety. Upon receipt of such notice, such Surety shall enter upon the premises and take possession of all materials, tools, and appliances thereon for the parpose of completing the work included under this Contract and employ, by contract or otherwise, any person or persons to finish the work and provide the materials therefor without terms„ation of the continuing full force and effect of this Contract. In case of such transfer of employment to such Surety, the Surety shall be paid in its own name on estimates according to the terms hereof without any right of the Contractor to make any claim for the same or any part thereof. In lieu of the foregoing, if the Owner so elects, he may terminate the employment of the Contractor and take possession Of the premises and of all materials, teols, and appliances thereon and finish the work by whatever method he may deem expedient. In such case, the Con- tractor shall not be entitled to receive any further piyment until the work is finished. If the expense of completing the Contract, including compensa- tion for additional managerial and administrative services, shall exceed such unpaid balance, the Contractor shall pay the difference to the Owner. E-7. Delays and Extension of Time. If the Contractor be delayed at any time in the progress of the work by any act or neglect of the Owner or the Engineer, or of any employee of either; or by any separate contractor employed by the Owner; or by changes ordered in the work; or by strikes, lockouts, fire, unusual delay in transportation, unavoidable casualties, or any causes beyond the Contractor' . control which justifies the delay, then the date for completion of the work shall be extended. Within a reasonable Period after the Contractor submits to the Engineer a written request for an extensior of time, the Engineer will present his written opinion to the Owner as to whether an extension of time is justified; and, if so, the number of days extension due the Contractor. The Owner will make the final decision on all requests for extension of time, No such extension shall be made for delay occu ring more than seven (7) days before claim therefor is made in writing to the Engineer. In the case Of a continuing cause or delay, Only one claim is necessary. E-8. Liquidated Oamages. Should the Contractor fail to complete the work, or any part thereof, in the time agreed upon in the Contract or within such extra time as may have been allowed for delays by extensions c- n,ed as provided in the Contract, the Contractor shall reimburse the Owner for the additional expense and damage for each calendar day, Sundays and holidays excluded, thet the Contract remains uncompleted after the Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per them rate stipulated in the Contract. The said amounts are hereby agreed upon as liquidated damages for the loss to the Owner on account of expense due to the employment of engineers, inspectors, and other employees after the expiration of the time of completion, and on account of the value of the operation of the works dependent thereon. It is expressly understood and Gen. Cond. -11- W 4FR i g � agreed that this amount is not to be considered in the nature of a penalty, but as liquidated damages which have accrued against the Contractor; and the Owner is authorized to deduct the rmount of such damages from any monies due the Contractor for work performed or material furnished under this Contract; and the Contractor and his Sureties shall be liable for any excess. E9._ Other Contracts. The Owner reserves the right to let other contracts ,n connection with this work. Tha Contractor shall afford other _ contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. If any part of the Contractor's work depends, for proper execution or results, upon the work of any other contractor, the Contractor shall Inspect and promptly report to the Engineer any defects in such work that render it unsuitobie for such proper execution and results. His failure to so Inspect and report shall constitute an acceptance of the other contractor's work rs Fit and proper for the reception of his work, except as to defects which may develop in the other contractor's work after execution of his work. E_10. Use of Premises. The Contractor shall confine his equipment, the storage of materia s, and the operation of his workmen to limits shown on the Plans or indicated by law, ordinances, permits, or directions of the Engineer, and shall not unreasonably encumber the premises with his materials. The Contracto- shall provide, at his own expense, the necessary rights-of-way and acce,s to the work which may be required outside the limits of the Owner's property. The Contractor shall not load or permit any part of the ,tructure to be loaded with a weight that will endanger its safety. E-11. Use of Completed Portion,. The Owner shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the time for completing the entire work or such portions may not have expired, but such taking possession and use shall not be deemed an acceptance of any work not completed in accordance with the Contract Documents. If such prior use increases the cost of the work, or delays the completion of the work, the Contractor shall be entitled to extra compensation or an extension of time, or both. The Contractor's attention is directed to Articles E-7 and F-2. E-12. Cutting and Patching. The Contractor shall do all cutting, fit- ting, or patching of his work that may be required to make its several parts come together properly and lit it to receive or be received by work of other contractors shown upon or reasonably implied by the Plans. Any defective work or material, performed or furnished by the Contractor, that may be discovered by the Engineer before the final acceptanc^ of the work cr before final payment has been made shall be removed and replaced or patched, In a manner as approved by the Engineer, at the expense of the Contractor. E-13. Cleaning Up. The Contractor shall, at all times, at his own expense, keep property on which work is in progress and the adjacent property free from accumulations of waste material or rubbish caused by employees or Gen. Cord. -12- w by the work. Upon completion of the construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. F. PAYMENT F-I. Partial Payment On or about the last two (2) days of each Calendar month, the Engineer will make an estimate of the value of the work satisfac- torily completed, including acceptable material delivered. The amount of said estimate, after deducting ten percent 0 0%) ar.d all previous payments, shall be due and payable to the Contractor not more than ten (10) days after the last day of said month, except where the Owner is a municipality whose laws require the approval of each payment by a council or similar body; in which case, the amount of said estimate shall become due and payable ten (10) days after the first meeting in the following month scheduled for approval of such payments. To receive partial payment for materials delivered, but not Incorporated in the work, it shall be necessary for the Contractor to submit to the Engi- neer at least seven (7) days prior to the end of said month a materials, with costs supported by invoices of suppliers. list of such Proper storage and s remaining for which advance pay protectn shall be provided by the Contractor. Final payment shall be made io only for materials actually incorporated in the work and, upon acceptance of the work, all materials had been made shall revert to the Contractor, unless otherwise agreed, and partial payments made for these items shall be deducted from the final payment for the work. Monthly partial payments shall be conditional upon prosecution of the work in accordance with the provisions of the Contract and, on contracts for any public work in the State of Washington except Federal projects, upon filing with the Owner by the Contractor the Wage Certification Form required by R.C.W. 39.12.040. Nothing contained In this article shall be construed to affect the right, hereby reserved, to reject the whole or any part of the aforesaid work should such work be later found not to comply with the provisions of the Contract Documents. All estimated quantities of work for which progress payments have been made are subject to review and correction on the final estimate. Pay- ment by tine Owner and acceptance by the Contractor of progress payments based on periodic estimates of quantities of work performed shall not, in any way, constitute acceptance of the estimated quantities used as the basis for computing the amounts of the progress payment.. F-2. Extra Work. Any work necessary or required to carry out the intent of these Contract Documents by changes clearly not indicated in the Contract Documents or which cannot reasonably be implied from the Intent and meaning . . of the Contract Documents shall be considered as extra work. Payment for any ordered extra work or changes shall be determined by: a. Unit prices used in the Contract Documents or agreed upon for the extra work or changes; or b.the Owner. Lump sum agreement, in writing, between the Contractor and - Gen. Cord. -13- W ^pQ t 196Q c. Force Account Work, If the method of payment cannot be agreed upon prior to the beginning of the work, then the Contractor shall furnish labor, equipment, and materials at costs and rates in effect at the time the work is accomplished plus percentage allowances as designated below Items of Cost on Aich Percentage Payments Will Be Allowed Allowance** (1) Payroll, for jobsite personnel* 15% (2) Delivered Costs of materials and sup- plies actually used on the designated work. 10% (3) Rental on each pieta of equipment, not Owned by the Contractor, having a value In excess of $100 actually used on the work. 10% Rental on each piece of equipment, Owned by the Contractor, having a value in ex:ess of $100 actually used on the work. None (Rental rates shall not exceed those of the State Highway Department for comparable equipment.) 14) Subcontractors' bills (if any). 10% Payment to the Contractor for lauor used in the work will be made at rates actually paid to the laborers. The time allowed will be the number of hours worked directly on the designated work. For equipment rented on a day or hour basis, rental will be allowed for only those days or hours during which the equipment is in actual use. The rentals allowed for equipment will in all rases be understood to cover all fuel , supplies, repairs, and renewal•, and no further allowances will be made for those Items unless specific agreement to that effect is made. If the latter method of payment is used, a treakdown of the Contractor's costs involved in any approved extra work shall be submitted to the Engineer withir thirty (30) days after said extra work has been performed. No payment will be made for extra work billed and submitted to the Engineer after the thirty (30) day period has expired. No extra work shall be performed by the Contractor, exrept in an emergency endangering life or property, unless in pursuance of a written order, as providr in Article B-3 of these General Conditions. * Including documented actual wages and fringe benefits, labor Insurance, taxes, and any other labor burdens. **Includes all other overhead and profit. Gen. Cond. -14- u F-3. Release of Liens or Claims. The Contractor shall submit, by a means acceptable to the Owner, evidence that provisions have been made to satisfy all liens or claims growing out of lawful demands for materials, labor, and incidentals in connection with the work before the final payment or any part of the retained percentage shall beco a due. Such means may include, but are not limited to, one or more of fne following: a. Receipts in fail for all items out of which a lien or claim could arise. - b. Complete release of all liens and claims. c. Affidavit by Contractor that receipts or releases account for all labor,materials, or incidentals used in the work. d. A bond to indemnify Owner against any lien or claim. If any li:n or claim remains unsatisfied after all payments are made, the Contractor shall refund to the Owner all monies that the latter may be com- pelled to pay in discharging such a lien or claim, including all costs and a reasonable attorney's fee. F-4. Final Payment. Upon completion of the work, the Contractor shall notify ethEngineer, in writing, that he has completed his part of the Con- tract and shall request final payment. If the work has been completed to the Intent of the Contract Documents, the Engineer shall recommend acceptance of the completed work and submit a final estimate of the amount due the Contrac- tor under this Contract. Upon approval of this final estimate by the Owne and compliance with provisions In Article F-3 of these General Conditions, and other provisions as may be applicable, and within ten (10) days after the time limit for the filing of all liens shall hive expired, the Owner shall pay to the Contractor all monies due him under the provisions of these Contract Docu- mants. Or ontracts for public works, final payment of the retained percentage will rot be made prior to thirty (30) days after final acceptance by the Owner. Payment then will be made in accordance with R.C.W. Chapter 60.28 (L len for Labor, Materials, Taxes on Pub iic Works), and after the Contractor has filed with the Owner the affidavit required by R.C.W. Section 39.12.040 certifying that he has paid not less than the prevailing rate of wages as set forth in the Special Provisions of this Contract. Gen. Cord. -IS- W SPECIAL SPECIFICATIONS Foreword; The Contractor shall furnish all labor, materials, and equipment necessary or required to complete the work, in all respects, as shown on the Plans or as hereinafter specified, or both. The numbering system employed in these Special Specifications is used throughout the Contract Documents. Each section is divided, where applicable, into A, Scope; S. Materials; C, Workmanship; and D, Payment. This method is em- ployed to facilitate the work of the Contractor in preparing his Proposal, and in following the Special Specifications during the construction. When references to the following capitalized abbreviations are made, they refer to Specificaticns, Standards, or Methods Of the respective national association. Abbreviations listed herein bu: no; mentioned in the Special Specifications shall be disregarded. AASHO American Association of State Highway Officials ACI American Concrete Institute AFBMA Anti-Friction Bearing Manufacturers Association O1 AGA American Gas Association v AGMA American Gear Manufacturer's Association a AISC American Institute of Steel Construction W AISI American Iron and Steel Institute AMCA Air Moving and Conditioning Association ASCE American Society of Civil Engineers ASMRAE American Society of Heating, Refrigerating and Aii'-Condition ing Engineers, Inc. ASME American Society of Mechanical Enyineers ASTM American Society for Testing and Materials AWWA American Water Works Association AWS American Welding Society AWPA American Wood Preservers' Association COMA Certified Ballast Manufacturers Association DFPA Division for Product Approval of the American Plywood Association Fed. Spec. Federal Specifications IEEE Institute of Electrical and Electronics Engineers, Inc. IPCEA Insulated Power Cable Engineers Association +IC Joint Industry Conferences of Hydraulic Manufacturers NEC National Electrical Code NEMA National Electrical Manufacturers Association NESC National Electric Safety Code NLMA National Lumber Manufacturers Association OECI Overhead Electrical Crane Institute . , FILM RLM Standards Institute, Inc. SSPC Steel Structures Painting Council TEMA Tubular Exchanger Manufacturer's Association UBC Uniform Building Code UL Underwriters' Laboratories, Inc. USASI United States of Amerita Standards Institute (formerly American Standards Association) WCLIB West Coast Lumber Inspection Bureau Sp. Specs. -I- -I- The numbers and letters following the abbreviations denote the Associ- ation's serial designation for the Speclfization or Standard to which reference is made. Unless a particular issue is designated, all references to the above Specifications, Standards, or Methods shall, In each instance, be understood to refer to the issue in effect (including all amendments) on the date of the Advertisement for Bids or the Invitation for Bids. Standard Specifications, when referred to herein, except the above, are found at the end of the Special Specifications. eat• Sp• Specs. -2- -2- IA. GENERAL REQUIREMENTS The Contractor's attention is directed to the SPECIAL PROVISIONS, which contain other special requirements that are pertinent to this project. SUBSURFACE INFORMATION. No test pits it test holes have been dug. The Contractor shall examine the site and make his own investigation. UNDERGROUND UTILITIES. Known utilities and structures expected to be adjacent to or encountered in the work are shown on the Plans. It is expected that there may be some discrepancies and omissions in the locations and quan- tities of utilities and structures shown. Those shown are for the Convenience of the Contractor only, and no responsibility is assumed by either the Owner or the Engineer for their accuracy or completeness. TEMPORARY WATER, Water is available from hydrants; however, the Con- tractor shall make his own arrangements for obtaining and transporting the water from the hydrants of the water system to the area of usage for the con- struction and testing of the facilities. Upon completion of the work, the Contractor shall remove all temporary piping and facilities used during the construction. Secure permission from the representative of the Water Department or other administering agency, as well as the Fire Department before obtaining water from any fire hydrant. The Engine, : shall also be notified of this regvest. Use only special hydrant upere..ng wrenches to open hydranto and also make certain that the hydrant valve is open "full ," since "cracking" the valve causes damage to the hydrant, if anv hydrants are damaged, the Con- tractor will be held responsible and shall notify the appropriate water agency so that all damage can be repaired as quickly as possible. Maintain all fire hydrants within this work area in a completely accessible condition for the Fire Department et all times during the Contract. TEMPORARY ELECTRIC POWER. Make arrangements for electrical power for use during the construction period and pay all costs for same. Electric power for performance and acceptance tests at completion of the project will be provided by the Owner. SANITARY FACILITIES. The Contractor shall provide one or more chemical toilers of approved type, as required, and shall maintain tho facility in a proper sanitary condition at all times. The chemical toilet shall be of watertight construction so that no contamination of the area can result from its use. The facilities provided shall conform to code requirements and be acceptable to the Engineer and sanitary authorities. Upon completion of the work, the sanitary facilities shall be removed and the area restored to its original condition. SITE RESTORATION AND CLEANUP. At all times during the work, keep the prenises clean and orderly, and upon completion of the work, leave the project free of rubbish or excess materials of any kind. Sp. Specs. IA - 1 w Upon completion of pipe laying and backfilling operations in any section, hand-rake and drag all former grassed and/or planted areas leaving all disturbed areas free from rocks, gravel, clay, or any other foreign material and ready, in all respects, for seeding by others. The finished surface shall conform to the original surface, and shall be free draining, free from holes, rough spots, or other surface features detrimental to a seeded area. EQUIPMENT OPERATING MANUALS. Provide 3 copies of the manufacturer's operating and m:,,,tenance instructions for each piece of equipment. Informa- tion shall be complete and in suitable form for ready use by the plant operator. Catalog cuts and Information regarding spare parts shall be included. The operating manuals and instructions shall be assembled In ri. g binders or other form as directed by the Enginee . STORAGE OF rATER1ALS. Materials shall be so stored as to insure the preservation of their quality and fitness for the work. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfaces, and not on the ground, and/or they shall be placed under cover. Stored materials shall be located so as to facilitate prompt Inspection. Private property shall not be used for storage purposes without the written permission of the owner or lessee. EXPERIENCE REQUIREMENTS FOR PUMP INSTALLER. The Contractor shall submit the experience record of the pump Installer to the Engineer with other per- tinent information that will indicate ability to satisfactorily perform the work, and no subcontractor shall be employed without prior approval of the Engineer. SURVEY STAKES. All stakes, marks, and other information shall be care- fully preserved, rega-dless for whom the information is intended. In cases of their careless or unnecessary destruction or removal by the Contractor or his employees, such stakes, marks, and other information shall be replaced by the Engineer at the Contractor's expense CLEANUP. The Contractor shall at all times during the work keep the premises clean and orderly. He shall promptly remove all waste materials and rubbish. All directions from the Enoineer and other authorized public Officials having jurisdiction over health and safety shall be obeyed. Upon completion of the work, all materials, equipment, and appurter.ances not required as a part of, or appurtenant to, the completed structure or facility shall be completely removed from the Owner's property. All slop- over from concreting operations and scatterings of unused concrete aggregates snall be removed. Clean all structures with a vacuum cleaner, broom, or ether approved method. Ledges and sills shall be dusted and glass cleaned and polished. _The finished cleanup shall be acceptable to the Engineer. PAYMENT. The work specified in this section shall be considered incidental to the project cost and the expense shall be included in the lump sum bid or unit price bids, as applicable. Sp. Specs. IA - 2 -4- 2A. EARTHWORK A. SCOPE. This section covers the work necessary for the earthwork, complete. B. MATERIALS. UNCLASSIFIED EXCAVATION. Excavation is un!lassified. Complete all excavation regardless of the type, character, nature, or condition of the materials encountered. The Contractor shall make his own estimate of the kind and extent of the various materials to be excavated in order to accom- plish the work. EARTH BACKFILL. Excavated material free 'rom roots, trash, and other deleterious materials. IMPORTED GRAVEL CACKFILL. River-run or pit-run gravel free from clay, clay balls, roots and vegetable matter. The material shall have reasonably uniform gradations from coarse to fine and shall contain sufficient fines for compaction as specified. Maximum size snail be 3 Inches. CRUSHED GRAVEL FOR BACKFILL UNDER FOOTINGS AND CONCRETE SLABS. One-inch minus, clean, hard, crushed gra+•el or crushed rock, free from foreign material uniformly graded from coarse to fine and containing sufficient fines for proper compaction. Crushed gravel or crushed stone shall conform to the applicable State Highway Standard for such material. GRAVEL FOR PIPE BASE. Gravel for pipe base shall be clean, 3/4-Inch minus crushed gravel. ease for plastic pipe, copper tubing, and heating pipes shall be 1/4-inch minus pea gravel or rejec' sznd. BACKFILL MATERIAL IN PIPE ZONE. For pipe under structu-es and to the limit of the Contract, hard, clean, pea gravel , free from roots, trash, and Other deleterious materials shall be used. GRAVEL SURFACING. The gravel surface course shall be 3/4-inch minus c-ushed gravel or rock containing sufficient fine materials to serve cs binder. The material shall be clean, hard, and durable and shall be reasonably graded from coarse to fine. WATER FOR COMPACTION. Water for compaction and settling fill and back- fill will be furnished the Contractor as specified in the General Requirements. COMPACTION EQUIPMENT. Compaction equipment shall be of suitable type and adequate to obtain the densities spec;fled and approved. Provide manually operated mechanical tampers also as required and approved. ' MATERIAL APPROVAL. Submit samples of materials to the Engineer for approval prier t; delivery to the jobsite. C. WORKMANSHIP. GENERAL EXCAVATION. Perform all excavation of every description, regardless of the character, nature, or condition of material encountered, as specified, shown, or required to accomplish the construction. Sp. Specs. 2A - I -5- TRENCH EXCAVATION AND BACKFILL. Excavate and backfill as required for the installation of piping, utilities, and appurtenances in conformance with these Specifications and the Plans. ° I ;C£URAL EXCAVATION (UNCLASSIFIED)- Excavation is unclassified. Exca- ,ate fpr structures to the lines and grades shown or as required to accomplish to construction. Perform all excavation regardless of the character, nature, or condition of the material encountered. LIMITS OF EXCAVATION. 4xcavate to the required depths and widths with proper allowan..e wade for forms, working space, gravel base, and similar items. Every effort shall be made to carry excavation for bottoms of footings and slabs no deeper than the elevation shown on the Plans. All excavation carried below the grade lines shown on the Plans or established by the Eng:near shall be replaced with thoroughly compacteb gravel at the Contractor's expense, except excavatiors undw footings which shall be filied up with concrete of equal strengt5 to that of the footing. SHORING, SHEETING, AND BRACING EXCAVATIONS. Furnish and install all shoring, sheeting, and bracing required to support adjacent earth banks ano structures, and for the protection and safety of all personnel working in the excavations. All material shall be suitable, of adequate size, and properly installed. REMOVAL OF WATER. The excavation for the pump station, structures, and trenches shall be kept free of water by equipment furnished and operated Gy the Contractor. Remove water during periods when pipe is being laid, during the placing of backfill, and at all other times as required for the construc- tion to proceed efficiently and satisfactoril; GRAVEL BACKFILL UNDEK FG_TINGS AND SLABS. Grade and prepare natural ground to receive CRUSHED GRAVEL. FOR BACKFILL, and obtain Engineer's approval prior to placing backfill, provide a minimum finch depth under concrete footings, slabs, sidewalks, and structures, and ,n other areas where shown. Deposit material in horizontal layers not exceeding a loose thickness of 6 inches and compact each layer to IGO percent of maximum density at optimum moisture content as determined by AASHO T 99. Method D, before placing the next layer. Finished surface shall be at the proper elevation for the con- crete. TRENCH BACKFILL AT PIPE ZONE. Backfill material for the pipe shall be of the gradation specified hereinbefore. The pipe zone shall be considered to extend 6 inches above the outside of toe p:,a and for the full width of the trench. The entire width of the trench for the full depth of the pipe zone shall be bacl 'illed with backfill materiai conforming to BACKFILL MATERIAL IN PIPE ZONE. The material shall be placed in the trench in layers not ex- ceeding 6 incbes on both sides of the pipe and thoroughly tamped with tamping sticks, supplemented by "walking In" the material tn., slicing with shovels. Particular attention shall be paid to the underside of the pipe to provide a solid bac;.ing and to prevent lateral movement during the final backfilling procedure. Sp. Specs. 2A - 2 -6- •f, EARTH BACKFILL. Place in all areas not specified to be gravel , unless otherwise specified; place in 6-inch horizontal layers and compact each layer to a density at least equal to that of adjac. t undisturbed earth. Method of compaction shall be subject Lo approval of ti - Engineer. GRAVEL BACKFILL UNDER STRUCTURES. Place a minimum of 6 inches of com- pacted gravel under all concrete structures. Compact gravel with a m'nimum of 4 coverages of a manually guided Jackson Vibratory Compactor. BACKFILL AROUND STRUCTURES. Backfill arounc structures by compacting soil in layers not exceeding 6 inches. Use hand-operated corlaction equip- ment to compact soil. COMPACTION OF TRENCH BACKFILL. Trench backfill shall be plactd in fl- inch layers and compacted by means of hand-operated mechanical tampers with a minim:all of 4 passes. Prior to and during compacting operations, the material in each layer of earth fill shall have the o„ti mum practicable moisture content required for compaction purposes. CRUSHED ROCK SURFACING. Spread crushed rock over the entire area to be surfaced in a manner to prevent segregation of size and to such depth tnat, vhen compacted, the thickness shall be a minimum of 6 inches. DISPOSAL OF F'" ESS EKCAtATION. Dispose of all excess excavated materials from the work not .required for backfill or fills. The Contractor shall make his own arrangements for the disposal of the excavated material and shall bear all costs and retain any profit incidental to such disposal. SETTLEMENT. Any settlement noted in backfill, fill, or in structures built over the backfill or fill within the one-year guarantee erlod in accordance with the General Conditions will be considered a. caused by Improper compaction methods and shall be corrected aC no additional cost to the Owner. Any structures damaged i.y axcessive settlement shall be restored to their original condit'on by the Contractor, also, at no addi- .lonal cost to the Owner. D. PAYMENT. Faymant for the work in this section will be included Ps part of the lump sum bid. Sp. Specs. 2A - 3 -7- 4Pn i 6 196i 3A. CONCRETE A. SCOPE. This section covers the work necessary for the reinforced concrete, complete. S. MATERIALS. CONCRETE. Concrete shall be ready-nixed conforming to ASTM C 94, Alternate 2, and these Specifications. Portland cement shall be Type I, II, or III. Minimum allowable 28-day coW ressive field strength sh. 11 be 3,000 psi when cured and tested in conformance with ASTM C 31 and C 39. Fiestrength sha ' be assumed as equal to 85 percent of the strength of a rl bo atorv-cure� -ylinders. Maximum size of coarse agg,egate shall be 1-1/2 Inches. Slump range shall be 2 to 4 inches and the air entrainment between 3 and 6 percent by volume. Submit complete data on the concrete mix for approval in conformance with the requirements of ASTM C 94, Alter- nate 2. The Owner reserves the right to have test cylinders taken and tested by an approved testing laboratory to verify the strength of the concrete REINFORCING STEEL. Deformed bars of sizes shown conforming to ASTM A 615, Grade 40. Provide concrete blocks to support reinforcing on earth and galvanized metal chairsand wire ties for formed memhers. FORMS. New Plywood for exposed areas, new shiplap or plywood for unex- posed areas. Materials shall produce tight forms and an acceptable finish. Snap ties shall be of an approved type and shall break off not less than 5/8 inch from the surface. C. WORKMANSHIP. FORMS. Construct forms accurately to dimensions and elevations required and to be strong and unyielding. Construct forms wi a tic',t joints to prevent the escape of mortar and to avoid the formation of Has. Brace as required to prevent distortion during concrete placement. PLACING REINFORCING STEEL. Place reinforcing steel in conformance with the information on the Plans and CRSI Recommended Practice for Placing Rein- forcing Bars except as modified herein. Minimum length of splices shall be 24 bar diameter unless otherwise shown, but in no case less than 12 inches. Tie bars with 18-gauge annealed wire as specified in the referenced CRSI Standard. PLACING CONCRETE. Prior to placing concrete, remove water from excavation and a:l debris and foreign material from forms. Check the reinforcing steel for proper placement and correct any discrepancies. Place concrete as soon as possible after '.-aving mixer, without segre- gation or loss of ingredients. without splashing forms or steel above, and In layers not over 2 feet deer. The vertical drop to final placement shall not exceed 6 feet. Placemment shall conform to the requitements of ACI 614. except as modified herein. Sp. Specs. 3A - 1 -8- Do not place concrete when the ambient temperature is belay 40 degrees F. cr approaching the 40 decrees F. and falling, without spacial protection as approved by the Engineer. Any concrete damaged by freezing shall be removed and replaced at no additional cos* t, the Owner. COMPACTION. Apply approved vibrator at points spaced not further apart than vibrator's effective radius. Apply close enough to `arms to vibrate surface effectively but not damage form surfaces. Vibrate until concrete becomes uniformly plastic. On not overvibrate. FINISHING. Screed surfaces of floor slabs and tops of exposed wall. to true level planes. After the initial water has been absorbed, float with wood float and trowel with steel trowel to a smooth finish free from trowel marks. Do not absorb wet spots With neat cement. Concrete floors shall not vary from level or tree plane more than 1/8 inch in 10 feet when measured with a straightedge. Surfaces of concrete stabs which will not be exposed to view in the finished work wall be screeded to a true surface and floated with a wood float. EXTERIOR SLAbS AND SIDEWALKS. Slabs shall ue floated with a wood float, lightly troweled with a steel trowel , and finished with a fine-hair broom to obtain a nonskid surface. f.11 discontinuous edges shall be finished with a steel edging tool. REMOVAL OF FORMS. Remove after concrete has set sufficiently to carry the dead load and construction load it has to sustain and when approved by the Eng'neer. Remove forms with care to prevent scarring and damaging the surface. FINISHING FORMED SURFACES. ut out all honeycombed and defective areas and patch. Fill holes flush w7 cement mortar compo<-d of one part cement and 2 pests sand. Rub surfa ith wood float and burlap. Keep patches damp for a minimum of 4 days or spay with curing compound to minimize shrinkin, Fill all form tie holes in same ..enter. PROTECTION AND CURING. Protect fresh concrete from direct rays of the sun, drying winds, and wash by rain. Keep concrete slabs continuously wet for a 7-day period. Intermittent wetting is not acceptable. Cure formed surfaces with an approved curing compound applied in conformance with the marufaeturer's directions as soon as the forms are removed and finishing completed. O. PAYMENT. Payment for the work in this section will be included as part of the lump sum bid. trt+.a Sp. Specs. 3A - 2 -9- 4A. MASONPY SCOPE. This section covers the work necessary for the masonry, complete. 6. MATERIALS. Reference herein is made to standards, test methods, and specif i ca[I ons of research organizations which are listed together below for the Contractor's convenience. Standard Specification, Test, Item or Method Designation Concrete masonry units ASTM C g0 Brick ASTM C 62, C 216 Mortar ASTM C 270 Portland cement ASTM C ISO, Type 1 or II Lime ASTM C 6, C 207 Sand ASTM C 144 Reinforcing bars ASTM A u15, Grade 40 SCR BRICK. SCR brick shall be of sizes indicated and conform to the standards of the Structural Clay Products Research Foundation. COLOR. Color shall be selected by the Engineer upor submission of brick samples. MORTAR. ASTM C 270, Type N. Add to the mortar Hydratite plus integral waterproofing, manufactured by A. C. Horn Compan•,, Inc., or as approved. Add waterproofing in strict accordance with the manufacturer's printed instructions. Do not use setting accelerators or antifreeze compounds. The mortar shall be tinted to match selected brick color. GROUT. Grout for poured vertical cells shall be one part portland cement to rot. over 5 parts aggregate, of 1/7-inch maximum size. Twenty-eight day t .rength shall be at ' +st 2,000 psi . 'lump shall not exceed 6 inches. CORRUGATED WALL TIES. Form of 7/8-inch gal....tized sheet steel not lighter than 20-gauge. Length of ties shall be as required. CAULKING CuMPOUND. Thiokol base type, Dow Corning 780, or as approved, and color approved by Engineer. JOINT REINFORCEMENT. Standard Dur-O-Wall Reinforcement, as manufactured by the Cedar Rapids Block Cr-pany, Cedar Rapids, Iowa, or as approved. Pro- vide in 10-font lengths and , citable widths. VERTICAL REINFORCING. No. 4 deformed reinforcing rods conforming to ASTM A 615, Grade 40, and as shown. SAMPLES AND TESTS. Materials submitted as samples shall , in al' respects, be representative of the materials to be used in the construction. Any ma- terials delivered to t11c site prior to approval of samples shall be at the Contractor's risk. Sp. Specs. 4A - i -10- C. 40RKM,.NSHIP. HANDLING, S10RAGE, AND PROTECTION. Store, handle, and protect all masonry materials, both before and during installation, so that there will be no damage to the units. Stack units on platforms and cover or store in a manner that will protect the materials from contact with the soil and exposure tr the weather. Take care to prevent chipping and breakage. Chipped and damaged units will be rejected. Protect exposed surfaces, corners, sills, and similar areas in the finished work from damage. MIXING MORTAR. Proportion mortar Sy volume and mix in a standard mortar mixer operated in accordance with the manufacturer's recommendations. Mix ingredients thoroughly In dry form and ; water to bring the mixture to the proper consistency for use. Do not hand mix mortar, except with the approval of the Engineer. LAY114G CONDITIONS. Do not lay masonry when the ambient temperature is below 32 degrees F. on a rising temperature or be.ow 40 degrees F. on falling temperature, or when there is a probability o; such conditions occurs ng within 48 hours, unless express approval of the Engineer is obtained. In such case, make special provisions for heating materials and protecting the finished work. Protect masonry against freezing for minimum of 48 hours after being laid. Protect the tops of walls • all times; cover with waterproof paper when rain or snow is mwinenr and , or.. �s discontinued. LAYING BRICK. Conform to the approved sampl.., and lay in common bond. Space courses accurately with a story rod in accordance with the �ol,ing approved by the Engineer. Lay all brickwork plumb, true '.o line, and each course breaking joints with the course below in accordan-e with the specified bond. 3ond brickwork securely at ends and corners, and rack back unfinished work. Toothing will be permitted only where necessary •r ith the Engineer's approval. Lay bricks damp and shove into place in a full bed of mortar with full-buttered vertir.al joints so that all horizontal and vertical joints will be completely filled with mortar. Conceal all cut edges. Locate and space corrugated wall ties as shown on the Plans. Fasten each tie to the existing concrete wall with a ramset powder driven pin. Use a flat galvanized steel washer under the head of the drive pin to provide greater head bearing if required. The ties shall extend into the joint three-quarters of the width of the brick. Lay brick as hereinbefore specified, except that the air space for insulation shall be the width shown. Insure that mortar droppings are kept oot of the air space. JOINTS. All joints shall be uniform and approxi lately /d inch thick, except as otherwise specified or required by the coursing it exterior joints shall be weathered joints and ail interior joints concave joints, except as otherwise directed. All joints shall be cut flush, and as the mortar takes its initial set shall be toiled to provide the type of joint specified hereinbefore. As the joints are formed, the mortar shall be com- pacted to provide a neat, weathertight, finished joint. Sp. Specs. 4A - 2 A� REINFORCEMENT. Reinforcement shall be of proper width; longitudinal wires shall rest in the approximate centers of tale mortar beds and shall have at least a 5/8-Inch mortar cover on the exposed face of the wall. Lap reinforce- ment 6 inches or more, the lap containing at least one cross ware of each piece of reinforcement. Fo^ joint reinforcement accu-:',tely around corners at wall intersections. Place reinforcement for horizontal joints n every sixth course in SCR brick walls. Provide vertical •elnforr.ing bars in all masonry walls at a maximum of 4 feet on centers and at other locations as indicated. Cells in which vertical bars are to be installed Shall have vertical alignment sufficient to maintain a clear unobstructed flue not less than 2 inches in dimension as measured along the wall. Reinforcing bars shall be centered in the cells and shall be solidly bedded in concrete mixed as hereinterore specified. Yhe;e bars are spliced, the spice shall be as specified for concrete reinforcing steel . CLEANING BRICK. 0pon completion of the work and after approval of the Engineer, thoroughly saturate all exposed brick masonry f ,ces and then clean with a solution of not more than 1 part muriatic ihy.a .-oloric) acid by volume to 10 parts water applied with stiff V oer brushc Innediately after cleaning, thoroughly rinse the brick surfaces with clear water, leaving the brick clean, free of mortar smears, and with tight mortar joints through..ut. Take all necessary precautions to protect all surfaces that might be damaged by the acid solution. 4eplace any materials damaged, at no additional cost to the Owner. CAULKING. Caulk all joints a- necessary nu produce a completely weather- tight structure, including but not limited to caulking joints around metal windows ano door frames (complete perimeters), where new masonry abuts concrete and at ,the: locations as shown or required. D. PAYMEW . Payment for work in this section will be included as part of The lump st : bid. So. Specs. 4A - 3 -12- 5A. FABRICATES °L;ALNORK A. SCOPE. This section Myers the work necessary for fabricated metalwork and castings, complete. B. MATERIALS. Unless otherwise Indicated, all materials shall conform to The Ta-test Issue of the following ASTM Specifications: Item ASTM Specification Bolts, Nuts, Anchor Bolts, and Rods A 307 Steel Plates A 36. A 283 Structural Steel A 36 Castings A 48 (Class 20) Aluminum Alloy B 221, Alloy' 6061-T6 GENERAL. The miscellaneous metalwork and castings indicated on the Plans, or as may be required to secure the various parts together and provide a complete installation, shall be included under this section. The tabulation or listing of Items herein is not Intended to be all-inclusive, and It shall be the Contractor's responsibility to provide all metalwork and castings shown, specified, or w'•ich can reasonably be inferred as necessary to complete the project. STEEL ANCHOR BOLTS AND FASTENINGS. 1/2-inch minimum diameter with hex nuts, or as shown. Bolts and nuts shall be galvanizea or cadmium-plated, PIPE SLFEVES. ASTM A 120 standard weight galvanized steel pipe. FASTENERS. All bolts, Inserts, and miscellaneous steel fasteners shall be proper size and type. Fasteners for embedment in concrete shall be galvanized, unless otherwise Indicated. HOSE RACK. Fabricate hose rack o. steel shapes in accordance witK the details shown. Hot-dip galvanize hose rack after fabrication. ALUMINUM COVERS. Tread plate, as c,anufactured by Aluminum Compcny of hoer i ca. Thickness as shown. Fabricate accarding to the details shown, FLOOR DRAIN. Floor drain shall be Olympic Foundry No. 3340, or as approved. MISCELLANEOUS FABRICATED METAL. The Contractor shall make his own final determination of the additional items required fo, a compete installa- tion. No guarantee is g,ven as to the completeness of the above I.st. RUBnIL% GASKET. Unless otherwise indicated, Rubatea No. R-411-14, soft, closed-cell, neoprene gasket material , as manufactured by Rubatex Division of Great American Industr'es. Thickness shall be Rs indicated, but in no case less than 1/4 Inet. Gaskets shall be furnished without skin coat on either side. Sp. Specs. 5A - 1 13- C. WORKMANSHIP. SUBMISSION OF SHOP DRAWINGS. Prior to ordering any fabricated or manu- factured metalwork, submit to the Engineer for approval complete shop drawings and erection diagrt •i the work, in accordance with requirements of the General Conditions. •cute the work in accordance with the approved drawings. FABRICATION. Wo.kmanship and finish of all netalwo rk specified under this section shall be of the highest grade and equal to the best practice of modern shops for the respective work. Exposed surfaces shall have smoo to finish and sharp, well-defined lines. Provide all necessary rabbets, lugs, _ and brackets so that the work can be assemble- in a neat, substantial manner. Conceal fastenings where practical. Drill metalwork and countersink holes as required for attaching hardware or other materials. Fabricate materials as specified. Weld connections except where bolting is directed. Items requiring special fabrication methods are mentioned herein; fabrication of all other items shall be of equal q„ality. Methods of fat rication not otherwise specified or shown shall be adequate for the stresses and as directed by the Englr!er. Fabricate aluminum as shown and in accordant, with the manufacturer's recommendations as approved. Grind smooth sheared ages exposed in the finished work. INSTALLATION OF FABRICATED METALWORK. Install r. accordance with the Plans and these Specifications. Perform field welding and erection work by skilled mechanics. Install fabricated meta:.+ork plumb or level as applicable. The completed installation shall , in all cases, be rigid, substantial , and neat in appearance. Erect structural steel in accordance with the applicable portions of RISC Code of Standard Practice, except as modified. Install commercially manufactured products in accordance with manufacturer's recom- nrndations as approved. ANCHOR BOLTS. Place all anchor bolts accurately with templates at the time t x concrete Is poured, except where expansion anchors are designated or aplroved by the Engineer. GALVANIZING. Ferrous metalwork to be galvanized is indicated or speci- fied. Do not include closed or blind f e sections under an _circumstances. Provide r/ri inc do led ho es ,o a c EA or bind sects of pips o vent gases as required by the galvanizer. Galvanize all bolts, nuts, washers, and similar fasr+..;ngs. Materials ueed for galveniring and methods of application shall conform to ASTM A 384. A 385, A 386, and A 123. Hot-dip galvanize all items indicated to be galvanized after fabrication, except that parts bolted together shall he galvanized before final assembly. D. PAYMENT. Payment for the work in this section will be included as part • . of tT;_eTimp sun bid. •Rr.A Sp. Specs. 5A - 2 -14- 6A. CARPENTRY AND CABINETk 6 A. SCOPE. This section covers the work necessary for the carpentry and cabinetwork, complete. 0. MATERIALS. GLUE. Phenol-Resin or Rescorcinoi-Resin for all Interior woodwork. CABINETWORK. All exposed areas of wood cabinetwork shall be 3/4-inch, 5-ply, Grade A, birch veneer plywood, or dimension shop stock as shown. Shelving shall be 3/4-inch birch veneer plywood, and edges that can be ,een shall be `aced with birch edging. All other parts shall be constructed of Douglas fi• dimension stock or plywood, as required. Douglas fir shall be kiln-dried B 6 Better, and plywood INT-DFPA Grade A-B. Shop-fabricate cabinetwork and deliver to the job assembled complete with hardware Insofar as practicable. Provide all rough framing, blocking, and nailing cleats as required for rigid, substantial construction and as approved. C. WORKMANSHIP. SHOP DRAWINGS. Submit shop drawings in accordance with the provisions of the General Conditions. FABRICATION OF CABINET. Construct and assemble at the mill insofar as practicable. Install cabinet hardware at the mall. All work shall be done by skilled mechanics in accordance with the details shown, and where not shown in accordance with the .—roved shop drawings. Make joints by mortise and tenon, dowels, glued blocks -rews, and similar standard methods that will produce a rigid construction, nceal nails and screws insofar as possible. Fi: all joints in materials pr. , rly so that they are as inconspicuous as passible. Set all nails and countersink screws for filling. Install cabinet hardware neatly and securely with fasteners matching the hardware. Sand all :,:posed surfaces to remove all marks and irregularities and provide a smooth finish ready for the painters' finish specified. CABINET HARDWARE. Provide cabinet hardware in accordance with the Cabinet Hardware Schedule. Supply and install all miscellaneous hardware nct specified but necessary to properiy complete the cabinetwork. D. PAYMENT. Payment for the work in this section will be included as part of t e-lunp sun bid. Sp. Specs. 6A - 1 -IS- Ark l e $ 8A. HOLLOW METAL DOOR A. SCOPE. This section covers the work necessary for the door and frame, complete. MATERIALS. STEEL FOR HOLLOW METALWORK. Best quality, open-hearth sheet steel furniture stock, full pickled, full cold-rolled, double annealed, patent leveled, free from scale, pitting, rust, surface, or internal defects. PRESSED STEEL FRAME AND HOLLOW METAL DOOR. Fabricate of 16-gauge cold- rolled sheet steel with inteyral stop and rabbets in accordance with the sections shown. Frame shall be knocked-dawn or welded unit type and confirm to S.D.I. 100. Reinforce joints at the corners, weld steel plate reinforce- ment into place for attaching hardware, and provide mortises and cutouts as required and machined for harAaare. Weld metal boxes behind hinge locations and cutouts to prevent the entrance of mortar. Provide sill anchors and 8 adjustable 16-gauge sheet steel tee anchors per frame. Clean frame thoroughly and give one shop coat of baked-on rust-inhibiting metallic primer. Door shall be constructed of 2 sheets of 18-gauge sheet steel reinforced with Z-sections or other approved type not lighter than 18-gauge, securely spot-welded in place. Door shall be adequately reinforced to take strains of use and mortised, drilled, and tapped to receive hardware. Sound deadening shall be glass fiber bats, mineral wool , or other approved construction. Exposed joints shall be continuously seam welded and ground perfectly smooth. Spot welding and filling will not be acceptable. Furnish door with baked- on rust-inhibiting metallic primer. Door shall meet the requirements of S.D.I . 100, Type II , Class 2 or 3, except as modified herein. Door meeting these Specifications as manufactured by Fenestra, Inc. , Seattle, Washington; Grand Metal Products, Portland, Oregon: or as approved is acceptable product. HARDWARE. TEMPLATES. Furnish templates for all hardware fastening to metal or other material requiring template hardware so that all finish har, are will fit in proper manner as intended. Furnish template hardware to metal door and frame manufacturer, for application at the factory, unless other- w!se directed. FASTENINGS. Check all conditions and furnish approved type of fastening devices such as screws, toggle bolts, and expansion shields neces- sary to securely anchor all hardware. HINGES. 1-112 pair Fenestra No. 643A. keys. LOCK SET. Lock to match the Owner's standard key. Provide 2 charge STOPS. Fenestra No. 9465 US 28. Sp. Specs. SA - 1 -16- CAULKING COMPOUND. Caulking compound shall not react with or stain the adjacent aluminum sections. Caulking wmpoun,' shall be Dow-Corning 780, as manufactured by the Dow-Corning Corporation, r.dlend, Michigan or as approved. Color shall be the manufacturer's star and as approved. C. WORKMANSHIP, SUBMISSION OF SHOP DRAWINGS. Prio to crdering any hollow metalwork, submit to the Engineer shop drawings , e manufacturer's cuts in conformance with the .eneral Conditions. INSTALLATION OF METAL FRAME AND DOOR. Set frame plumb, rigid, and true alignment, and fasten so as to retain it's position and clearance during the construction of the wall Install spreaders to prevent distortinn of the frame during the construction. In masonry walls build jamb anchors into the masonry wursas as the work proceeds. Do not remove temporary bracing until frame is sGcu re ly built into the masonry. In frame construction, secure with approved fasteners. Mang door ;n the frame and apply hardware in a neat, secure manner so that the door will operate without dragging or binding. Upon completion of the project and before the work is turned over to the Owner, check the hard- ware and make any necessary adjustments so that the door will operate smoothly and satisfactorily. Turn all keys over to the Ow;,er at the completion of 'he work. CAULKING. Thoroughly clean all joints to be caulked. Caulk joints between all door or window frames, or both, and all frames in masonry or concrete completely with caulking compound. Caulking compound shall be of approved color and type as specified and shall he a product recommended by the manufacturers for use in contact with aluminum. D. PAYMENT. Payment for the work in this section will be included as part of theTump sum bid. +xc: SO. Specs. 8A - 2 -17- AFR 16 , 9A. PAINT I4G A. SCOPE. This section covers the work necessary for tie painting, complete. B. MATERIALS. GENERAL. All materials shall conform to the requirements hereinafter specified. The term "paint" as used herein incl tes enamel , stains, and in- cidental materials as required. All materials s all be delivered to the job- site in the manufacture-'s unopened containers with labels attached Indicating the braid and content of containers, Lhe formula, and tie name of the ma•w- facturer. .. Paints shall be of the highest quality, type specified, and products of manufacturers approved by the Ennineer. The foliowinq art approved: A. C. Horn Company, Inc. , Portland, Oreqon Bryte Paint Manufacturing Company, Portland, Oregon W. P. Fuller Paint Company Portland, Oregon Inertol Company, Inc., San Francisco, California Sherwin-Williams Company, Cleveland, Ohio In the event products Of other manufacturers are approved by the Engineer, the material used as a prime coat shall , in each case, be a product recom- mended by the manuf cturer of the paint to be used for the finish coat. MATERIAL LIST. Submit a complete detailed list of materials proposed for use in the work to the Engineer for approval. COLORS. Obtain approval for all colors indicated ',el When renuested, color panels shall be prepared on surfaces similar to those i be painted. use. THINNERS. Products of the paint manufacturers and sui Ie for intended PAINTINL SCHEDULE. Give the surfaces to be painted a nurlber of coats and the type of paint specified hereinafter. EXTERIOR PAINTING. METAL DOOR. Fi, d Prime Coat Complete field , rime coat of Inei . Rust-Penetrating Primer Ho. 622. Finish Coats 2 coats of Inertol Glangrtex enamel. Minimum thickness shall be 4 mils. Color of door shall be tand. MASONRY AND ROOF. Coat ex .rior wall and roof with silicone water-retellent material containing not less than 5 percent Of 100 percent silicon resin, A. C. Horn Dehydrative No. 22. Sp, Specs. 9A - I -Ib- INTERIOR PAINTING. EQUIPMENT. Field Prime Cuat Ore field prime coat. Finish Coats 2 finish coats of Inertol Glamortex enamel , gray. PIPING. Field Prime Coat One field prime coat. Finish. Coats 2 finish coats of Inertol GI-mortex enamel, red. MASONRY. One coat of silicone water-repellent material containing not less than 5 percent of 100 percent silicon resin, A. C. Horn Dehydrative No. 22. CEILING. 2 coats Sherwin-Williams Loxon interior masonry paint. Color, off- white. MISCELLANEOUS METALWORK. Field Prime Coat One field primp coat. Finish Coats 2 finish coats Inertol Glamortex enamel, gray. Galvanized surface, shall be given a prime coat of Inertol Metal Passivator No. 35 in lieu of the first coat specified above. WORKMANSHIP. SURFACE PREPARATION. Surface prep+ration shall be as specified and as recommended by the paint manufacturer. In case of discrepancies between the two, the requirements of the higher standard shall be followed. MASONRY WALLS. Remove foreign materials by washing and scrubbing with brushes. Point up all defective joints. FERROUS METAL. Remove all foreign materials from surfaces not primed by solvent cleaning, Wirt brushing with power brushes, and scraping. Solvent cleaning and wire brushing shall conform to SSPC-SP I and SSPC-SP 2, respectively. Clean abraded surfaces of materials received with a shop prime by wire brush- ing and sanding. Prime all prepared surfaces immediately. Sp. Specs. 9A - 2 -19- MECHANICAL EQUIPMENT. Remove nameplate or mask to prevent defacement dering painting. Protect all machined surfaces from damage. Thoroughly clean and sand abraded areas of ena-e led surface Touch-up abraded areas with primer immediately. COLORS AND SAMPLES. Colors not designated will be selected by the Owner. The Owner will approve the colors. Upon request, prepare and submit finished samples of specified materials for approval. Apply successive coats on these samples in such a way that portions of all ,receding coats rem in exposed. Samples shall be retained by the Owner to compare with the finishes as they are applied. MIXING AND STORING. Prepare and mix paint in strict accordance with the manufacturer's printed directions. Store paint that can be harmed by cold weat,ier in heated spaces. APPLICATION OF PAINT. Apply all paints, enamels, sealers, varnishes, or'other products applied under these Specifications in strict accordance with the manufacturer's printed directions and/or recommendations. All paint- ing shall be done by skilled mechanics in a manner acceptable to the Engineer. The finished surfaces Shall be free from runs, drops, waves, laps, and un- necessary brush marks. Apply all paint with a brush, unless otherwise approved. Place drop cloths wnere required to protect floors end other surfaces. Upon completion, remove all paint from, clean, and polish glass. CLEANING. place all cloths and cotton waste which might constitute a fire hazard in closet -mtal containers, or destroy, at the end of each day. Upon completion of the work, remove all staging, scaffolding, and cont.r..iners from the site or destroy, as approved by the Engineer. Re.rove paint spots, oil or stain from adjacent surfaces and leave the entire job clean and acceptahle to the Engineer. O PAYMENT. Pi,,-ment for the work in this section will be included as part of the IumP sum bid. 48RC Sp, Specs. 9A - 1 -20- 90. SEAMLESS FLOOR COVERING A. SCOPE. This section covers the work necessary for the seamless floor covering, complete. B. MATERIALS. GENERAL. The minimum poysical properties of Torginol Duresque seamless covering shall satisfy the appropriate ASTM testing standards as accepted by Torginol of America, Inc. Any other covering will be accepted only upon • approval by the Engineer. SEAMLESS FLOOR COVERING. Torginol Duresque seamless floor covering furnished shall consist of a 2-component polyurethane liquid binder plus colored chips as specified below. The chips shall be colorfast, inert, wo[er . solu: le, and be a mixture of 2 parts Eggshell White 3012 to I part Fawn 3014, producing a Torginol color and pattern equal to No. 1014,. C. WORKMANSHIP. CONCRETE SUBSTRATE. The concrete surfaces shall be smooth, level, and free of all dirt, grease, or foreign materials. PREPARATION. Prepare the substrate according co the requirements of Torginol of America. GENERAL INSTALLATION. Provide Torginol Duresque seamless flooring material and install in strict accordance •eith steps below and instructions of the manufac'urer. THICKNESS. The average thickness of flooring is governed by number of finished coats of urethane polymer applied but shall in no case be less than 1/16 inch thick. Use 6 finish coats. PROCEDURE. Provide the following: Prime coat for bond to substrate. Screed coal with chips for 9b$ coveraoe. Trowel coat with chips for complete CL erage. First finish coat to seal surface. Sand and vacuum to remove chip edges. Second finish coat. Additional finish coats as specified under THICKNESK hereinceforc PROTECTION. Protect finishes of ail other surfaces J, 'one under this section. Allow no traffic on firished flooring for a mI^smua, L end only light traffic for 48 hours hereafter. Protect surfaces a .'+ coats have been applied. All damage to surfaces will be repaired • o additional expense to the Owner. Sp. Specs. 95 - I -21_ AP H 16 WARRANTY. The !ontractor nest warrant materials, installation, and labor against defect for a Period of 2 years. D. PAYnENT. Payment for the work in this section will be Included as part of the lump sum bid. as+� Sp. Specs. 98 - 2 -22- W-324 MONROE AVENUE PUMP STATION WTR-10 2 #2 Specifications IIA. VERTICAL TU .E BOOSTER PUMPS AND MOTORS A. SCOPE. This section covers the work necessary for furnishing and in- Ttalling the vertical turbine booster pumps and motors, complete. INFORMATION T' BE FURNISHED. Prior to the bid opening, pump manufac- turers quoting eq, pment for consideration in this project shall submit to the Engineer the Information required by the data sheets at the end of this section. Data shal; be submitted in duplicate. Equipment items will be selected by the Owner at the tl me of award of the construction Contract Data sheets for the equipment selected will become a part of the Contract Documents as fully as if the same were completely set forth herein. No equipment submitted after bid opening will be considered. All informa- tion required by the data sheets shall be submitted. Bids supported by incom- plete data sheets will be considered informal. All pumps installed In the Pump station shall be the product of a single manufacturer. An extra set of blank pump data sheets, perforate) for removal , is bound in the front of the Documents for the bidders' easy reproduction. DEFINITIONS. TOTAL HEAD. Total head shall be the head in feet _• the discharge flange less the head in feet at the suction flange. EFFICIENCY. Efficiency shall be total overall efficiency for motor, pump, connecting shaft, and piping between water level and discharge flange covering the operating points given. DIMEN! IONAL DRAWINGS Furnish certified dimensional drawings shoving outline dimensions, column section lengths, overall sires and weights. The drawings shall shuw dimensions of pump components, i .e. , the motor, drive head, column section, and similar information. These dimensions shall be such as to permit the pumps to be installed in the locations shown without modification of the instailation design, except that minor dimensional changes in the pump or pump support bases may be made, if necessary, to accommodate specific units. PUMP CHARACTERISTICS PUMP NO. 1 - 1500 grim Vertical Turbine "Can" Booster Pump. The equipment shall be capable of meeting the performance entered in Pump Data Sheet No. IIA-2 with no overload on a 75 hp driving motor The pump shall be suitable for the installation as shown. PUMP NO. 2 - 1000 gpm Vertical Turbine "Can" Booster Pump. The equipment shall be capable of meeting the performance entered in Pump Data Sheet No. IIA-2 with no overload on a 50 hp driving motor. The pump shall be suitable for the installation as shown. Sp. Specs. IIA - 1 -23- MANUFACTURER'S REPRESENTATIVE. The pump manufacturer shall furnish the services of a qualified representative to supervise the unpacking, Installation, and field testing of pump equipment. A qualified manufacturer's representative shall be one who has had at least 2 years' experience in the installation of the types of pumps specified on this job. At completion of the pump installation, the manufacturer's representative shall issue certificates showing: Condition of each pump upon unpacking at jobsite. That the handling of pump equipment was satisfactory to the manufacturer. The Installation is as specified and is acceptable to the manufacturer. The warranty or guarantee is in full effect with no qualifications or reservations. B. MATERIALS. PUMP DESCRIPTION. The pumps shall be of the vertical "can" type conforming to AWWA E101 , except as herain modified. Pump NO. Pump No. 2 Capacity 15OU qpm 1000 gpm Total Head 150 feet at 1500 gpm 15U feet at 1000 gpm Speed 1800 rpm maximum 1800 rpm maximum Lubrication Water-lubricated Water-lubricated with accessories with accessories Pump Shaft Material 416 stainless steel 416 stainless steel Shaft Seal Mechanical Mechanical Pump Bearing Material Bronze Bronze Impellers Bronze Bronze Bowls Cast Iron Cast Iron Suction and Discharge Head 10-inch diameter, 8-inch diameter flanged, aboveground flanged, aboveground Sp. Specs. IIA - 2 -24- DRIVING MOTORS. Driving motors shall be designed for part-winding starting. Each pump with its driving motor and thrust barring shall be an integrated unit. Type Squirrel Cage Rating 460-ealt, 3-phase, 60-cycie Speed To match the respective pump Horsepower The motor's nemeplate horsepower shall not be exceeded at any head-capacity point from zero to maximum pump output Enclosure Shielded drip-proof Insulation Class A or Class 8 Service Factor 1 .15 Duty Cycle Continuous Bearings Ball or roller Shaft Vertical hollow, without nonreverse rachet Standard Specification NEMA MG I Locked Rotor Current NEMA G or better THRUST BEARINGS. Thrust bearings shall be oil-bath lubricated or as recommended by the manufacturer and approved. The bearings shall be so designed that their rated life with the purps operating at their guarantee points is not less than 8,750 hours. Rated life shall be determined in accordance with the standards of the Antifriction Bearing Manufacturer's Association. COAL-TAR ENAMEL COATING. The interior and exterior of each suction "can" shall be given a coating of coal-tar primer and hot-applied, coal-tar enamel conforming to the requirements of AWA C203-62. All metal shall be sand- blasted to a White Metal before priming PAINTING. All submerged parts of the pumps shall be given one shop coat of Inertol No. 611 primer and one coat of Inertol No 49 thick. C. WORKMANSHIP. INSTALLATION. Install the pumps in accordance with the pump manufacturer's directions and these SpeCifiCatiO"S. The pump installation shall be super- vised by a manufacturer's representative and the installation approved by this representative prior to operating the pumps. Sp. Specs. IIA - 3 -25- APR 6 So Nand le carefully and protect the pump and appurtenances to avoid damaging the equipment. If the pump and column are laid down, support them with blocks to prevent damage Install pumps with the shaft plumb. Level by means of steel wedges (steel plates and steel shims) . Wedge taper shall not be greater than 1/4 'nch per foot. Use double wedges to provide a level bearing surface for the pump base. Secure each pair of wedges in their final positions with one tack weld on each side after leveling is complete. Accomplish wedging so that there is no change of level or springing on the foundation when the foundation bolts are tightened lnctall the pumps so that connection may be made to the suction and discharge headers without any springing or otherwise forcing either the pump or the header. Carefully fit and coat all bolt _ threads with lubricant to facilitate future removal . After the pump has been set in position and wedged to the proper elevation, caulk the space between the bottom of the pump baseplate and the concrete foundation with a dry, tapped-in mixture of send and cement. The mortar mixture shall consist Of I part cement, 1 part sand, and 1 part nonshrinking aggregate with only sufficient water to make a dry, crumbling mass. When the mixture is pressed tightly together into a ball with the hands, there should not be sufficient water in the mixture to stain the hands: and when such ball is broken, it should crumble. Tamp or rod this _ry mixture solidly into the space between the machinery foundati and the concrete. A backing board or stop shall be provided at the ba, side of this space against which the dry mixture can be tamped The arrangement of the column shall be straight and vertical when the installation is complete. BASEPLATE. Providt ore-inch carbon steel baseplate of sufficient size to cover the concrete cylinder pipe housing as shown on the Plans. Baseplate shall have smooth edges, rounded corners, drilled for anchor bolts, and pro- vided with machine head bolts welded all around to the underside of the base- plate. Supply with one shop coat -ed lead primer applied to thoroughly cleaned surface. FACTORY TEST. A factory test certified by the pump manufacturer's test representative shall be performed on the pumps actually furnished and written notice of the same shall be f,rnished to the Engineer, Information required to be furnished at the test i! as shown on the pump data sheets included at the end of this section Certified test performance curves shall be supplied to the Engineer and approved prmcr to shipment off the unit and shall show both laboratory test data and data which will apply to field conditions. The field data entered shall be reproducible in the field acceptance test. Certified test curves which do not include the computed field curves will be unacceptable. FIELD TEST. Prior to acceptance of each installed pump, demonstrate proper operation of the pump at the guarantee point, at which time data shall be taken on the total head, flow, and horsepower requirements of the pump. Furnish all instruments and labor as required for this procedure. The Owner will furnish electric power for the test. BALANCE OF VIBRATION. The rotating parts of each pump and its driving motor shall be statically and dynamically balanced before final assembly. The driving motor alone shall operate without vibration in excess of the Sp. Specs IIA - 4 -26- limits stated in the latest revision of NEMA MG 1 . The complete unit, con- sisting of the motor and the pump, connected and in normal operation, shall not develop amplitudes of vibration exceeding 3 mils, as measured in any plane, at any point on the unit. TEST FAILURES. Units failing the field tests shall be realigned and retested. If pump fails the second test, the unit will be rejected and the Contractor shall furnish a unit that will perform as specified. Immediate and continuous operation of the pumps is -ssentiol and service cannot be interrupted for any cause. D. PAYMENT. Payment for the work in this Section for furnishing and in- stal inr g the pumps and motors will be the amount as stated in the Contractor's Proposal for the particular pumps and motors selected by the Owner. (See next page) Sp. Specs. IIA - 5 -27- (Perforated Pump Data Sheets are bound in front of the Fly Sheet for the bidders' easy reproduction) PUMP DATA SHEET NO. IIA-1 CITY OF RENTON, WASHINGTON PUMP NO. I - 1500 GPM VCRTICAL TURBINE "CAN" BOOSTER PUMP AND PUMP NO. 2 - IOOG GPM VERTICAL TURBINE "CAN" BOOSTER PUMP Bidder's Name Date PUMP DATA Pump No. I Pump No. 2 rpm Manufacturer Model Number _ Number of Sta es Nominal Si% of Bowls Max. OD of Bowls _ Overall Length Bowl Sec. Overall Length of Suction Can Can Diameter Can Weight Pump Shaft Diameter Pump Shaft Material No. of Pump Bearings Pump Bearing Material Description of Pump Bearin s Pump Bowl Catalog Number Pump Bowl Material Pu Bowl Linin Impeller Type Open, Closed Impeller Number _ Impeller Material Type Lubrication hp Demand at Guar. Point DISCHARGE HEAD Pu= No. I Pu No. 2 Manufacturer _ Model Number Suction Size Dis:har a Size _ Guide Bearing Material • • Guide Bearing Lubrication Guide Bearing Type Weight Sp. Specs. IIA - 6 -28- PUMP DATA SHEET NO. IIA-1 (Cont'd.) THRUST BEARING I Pump No. I PuM No. 2 Manufacturer Manufacturer's Number _ Maximum Total Thrust at Guar. Point _ Rating Life in Hours MOTCR Pump No. I Pum No. 2 Manufacturer Model No. and Type Nominal h Power Factor at Guar. Point Wei ht Ef iClenL at Guar. Point _ Maximum Diameter Sp. Specs. IIA - 7 -29- F°� } 1969 (Perforated Pump Data Sheets are bound I.) front of the Fly Sheet for the bidders' easy reproduction) PUMP DATA SHEET NO. IIA CITY OF RENTON, WASHINGTON PUMP NO. 1 - 1500 GPM VERT('- TURBINE "CAN" BOOSTER PUMP AND PUMP NO 2 - ICOO GPM VERTICAL TURBINE "CAN" BOOSTER PUMP Bidder's Name_ Date PumpO. l u No. 2 Discharge Quantity at Guar, Point Total Head at Guar. Point (in feet) Total Overall Efficiency at Guar. Point. (percent) Pa pm 6 Motor Power Factor at Guar. Point The follow.ng data are the actual performance characteristics of the pumps and rotors proposed for installation as specified, but the quantity, head, horsepower, and efficiency at Points other than the guarantee point proposed are not guaranteed. OPERATING CHARACTEn. .rICS - PUMP N0. I Quantity Tota, Head np Demand Overall Efficiency m Feet by Pump ? (Pwmq and Motor) _0 (shu•off) _ 300 —� 00 900 1200 1500 uarantee 100 So. Specs. IIA - 8 -30- PUMP DATA SHEET NO. IIA-2 (Cont'd.) OPERATING CHARACTERISTICS - PUMP NO. 2 Quantity Total Head hp De,and Overall Efficiency SIPM Feet by Pu (Pumv and rotor) 0 (shutoff) 206 00 — 00 00 1000 (guarantee) 1200 100 Sp. Specs. IIA - 9 -31- 11 15A. VALVES AND FLOWMETER A SCOPE. This section covers the work necessary for furnishing and in- stalling the valves and flowmeter, complete - B MATERIALS BUTTERFLY VALVES. Butterfly valves shall comply in all respects with AWA C506-66, short body type. All valves shall be Class 150B. Valves shall by furnished with hand lever operator. Approved manufacturers are: Henry Pratt Company, Chicago, Illinois Crane Company, Chicago, Illinois Allis Chalmers, Milwaukee, Wisconsin BIF, Providence, Rhode island AIR RELEASE VALVE. Air release valve shall have cast iron body and stainless steel float. Air release valve shall be ARCO No. 75, American Valve and Primer Corporation, Chicago, Illinois, or as approved. SURGE RELIEF VALVE Surge relief valve shall be a hydraulically- operated, pilot-controlled, diaphragm type with rapid opening and adjust- able closing speeds. The valve shall act to prevent upstream pressures from exceeding approximately 150 psi. The pilot control shall be a direct-acting. adjustable, spring-loaded, diaphragm valve designed to permit flow when controlling pressure exceeds spring setting. The valve shall be equipped with indicator The pilot control system shall operate such that as excess line pressure is dissipated, the main valve shall gradually close to a posi- tive, drip-tight seating. The surge relief valve shall be 6-inch size, 125- Pound USAS flanged, Clayton No 50, Pilot-controlled valve, only as manufac- tured by the Cla-Val Company, Newport Beach, California. PUMP CONTROL VALVES. Pump control valves shall be completely automatic, fully hydraulic with opening and closing speed adjustment, but controlled electrically by a solenoid pilot valve, pro-sure Class 125, end connections flanged Class 125, USAS B16.1, Clayton No. 60P FLOWMETER, The meter shall be up-flow type. The meter heat shall be furnished with a 6-digit, straight-reading totalizer in gallons and with a rate-of-flow indicating dial reading in gpm. The meter shall be suitable for flows up to 5.000 goal within an accuracy of 2 percent of the true flow. The steel pipe in which thn meter will be mounted shall be furnished by the meter supplies. The meter shall be factory tested in the steel pipe supplied by the meter supplier and ctrtifled ealibrat;on data shall be submitted to the Engineer. The steel pipe shall be epoxy coated inside and outside. Pipe ends shall be flanged, 25-pound USAS drilled. The meter shall be Sparl ng Vertl-Flo meter (up-flow) as manufactured by the Hersey-Spariing Company, El Monte, California. BOLTS, GAS!.ETS, GLANDS, NUIS. Bolts, gaskets, glands, nuts, and miscel- laneous accessories required to "Stall all special valves are to be furnishec. Bolts for fla,iged connections shalt be galvanized steel with American Standard Sp. Specs. 15A - 1 -32- reqular unfinished square or hex heads. Nuts shall be galvanized steel with American Standard regular hexagonal dimensions. Gaskets for flanged connec- tions shall be 1/8-inch thick rubber. Gaskets shall extend from the Inside diameter of the flange to at least the inside edge of the bolt holes or they may extend beyond the bolt citrle. C. WORKMANSHIP. GENERAL Before installation, carefully clean valves of all foreign material; adjust stuffing boxes; and inspect valves in open and clos-d positions. Install valves in accoriance with the applicable portions of these Specifications. Wass othen Ise indicated, Install valves with the stem vertical. Mount horizontal valves in such a manner that adequate clearance is provided for operation. Installation practices shall conform to manufacturer's recommendations. Prior to joining flanged valves, the flange faces sha11 be thoroughly cleaned. After cleaning, insert the gasket and tighten the nets progress- ively and un iformty. If flanges leak under pressure, loosen the nuts, re- seat or replace the gasket, retighten the nuts, and retest the joint. Joints must be watertight at test pressures before acceptance. TESTING. All joints shall be tested under 150 p;i test pressure. Joints shall show no visible leakage under test. Repair joints that show signs of leakage prior to final acceptance. STERILIZATION. Sterilize valves at the same time the pipelines to which they are attached are sterilized. 0. PAYMENT. Payment for the work in this section will be included as part of the lump sum bid. x xca Sp. Specs. 15A - 2 -33- 15B. PLUMBING A. SCOPE. This section covers the work necessary for the plumbing, complete. B MATERIALS. GENERAL. Submit catalog information for all equipment to be Installed, regardless of whether or not it is of the same manufacturer listed in the Specifications. DRAIN. Extra-heavy cast iron soil pipe, Federal Specification VM-P-401, Class XH, with fittings of same class. Joints shall be oakum-packed and caulked with lead. FLOOR DRAIN, Zorn Z-500 or as approved, bottom out, sze as shown with P-trap galvanized body and grate. FLOOR :LEANOUT. Zurn Z-1326 Supremo or as approved, cast Iron floor level cleanout with nickel bronze access cover. P-TRAP PRIMING. Type K soft copper, ASTM 8 88, with comne rcially pure wrouqht copper solder joint fittings. Make joints with 95-5 wire solder, ASTM B 32, Grade 95 TA. Do not use cored solder. TRAP PRIMER' Trap primers shall be E 6 S automatic trap primers. Ali traps without Individual vents shall be primed. PRESSURE GAUGES. Ashcroft Duraquage, or as approved, . th 4-i/2-inch dial, 2 gauges wit. standard graduation from 0 to 60 psi, 3 gauges with stanctrb graduation from 0 to 160 psi. VALVES. Gate valves shall be 200-pound w.o.g., bronze body, non- stem, Crane No. 438, or as approved. GAUGE COCK. Gauge cock shall be 1/4-inch, bronze, Crane No. 744, or as approves. HOSE BIBS. Hose bibb shall be 3/4-inch bronze, Crane No. 50, or as approved. HOSE NOZZLE. Provide one V. D. Allen Manufacturing Company, or as approved, 3/4-inch No. 123 polished, heavy cast brass nozzle with 3/8-inch discharge and ball-operated shutoff. Nozzle shall have 3/4-inch hose thread inlet to fit hose specified below. GALVANIZED STEEL. Piping shall conform to ASTM A 120, standard weight. RUBBER HOSE. Provide one 50-foot length of 3/4-inch 10 Gates Rubber Company, or as approved, Streamfiex rubber hose with brass male and female hose couplings. Sp. ]pets. 158 - 1 -34- C. WORKMANSHIP. GFNERAL. Coordinate piping Installation with piping provided under other items of the work to provide a neat and workmanlike Installation with piping run plumb and true with building lines. The Plans do not attempt to show complete details of all piping, and no extra payment will be allowed for obstruction of work by other trades or local obstructions to the work under this Item which require offsets. Verify all m asurements and dimensions at the site. Adjust all equipment and leave in a condition satisfactory to the Engineer. D. PAYMENT. Payment for the work in this section will be included as part of tie lump sum bid. t nxx Sp. Specs. 158 - 2 -35- APF ,. 15C. CAST IRON PIPE AND FITTINGS A. SCOPE. This section covers the work necessary for furnishing and Instal- ling the cast iron pipe and fittings, complete. Reference herein is made to the latest editions of standards, tests, methods, and specifications of research and technical organizations as follows: Standard Srecificati on, Test, Item or Met:,od Designation Cast iron pipe and fittings Federal Specification W-P-421 USAS A21.4, A21 .6, A21.10, A21.11 Flanged pipe and fittings Federal Specification W-P-421 USAS B16.1 References to ASTM, AWA, USAS, or Federal Specifications shall be under- stood to mean the latest standard or specification, unless otherwise stated. B. MATERIALS. FLANGED CAST IRON PIPE. Flanged cast iron pipe shall be cement-mortar lined and shall conform to USAS A21.6 as to metal thickness and quality and the cement lining to USAS A21.4. The thickness class shall be !I. Flanges shall be screw true, faced and drilled 125-pound USAS. Flanges and bolts shall conform to USAS B16.1. FLANGED CAST IRON FITTINGS. Flanged fittings shall conform to USAS 816.1 and ;hall be faced and drilled 125-pound USAS. GASKETS. Gasket material for fl .iged joints in cast Iron pipe shall be cloth-insered sheet rubber gaskets conforming to AWA C207 and USAS 816.21, 1/8-inch thick. The gasket ,hall be full-cut, with holes to pass bolts. Gasket material shall be free from corrosive alkali or acid ingredients. C. WORKMANSHIP. BELL (JOINT) HOLES. At the -,,ation of each joint, dig bell (joint) holes of nple dimensions in the bottom of the trench and at the sides where necessary to permit 'he joint to be made properly and to permit easy visual inspection of the entire joint. REMOVAL OF WATER. Pr.•.vide and maintain ample means and devices at all times to remove and dispose of all water ente n ng the trench excavation during the process of pipe laying. _ . HANDLING MATERIAL. Provide and use proper implements, tools, and facil- ities satisfactory to the Engineer for the safe and convenient prosecution ' of the work. Lower all pipe, fittings, and appurtenances into the trench, Sip. Specs. I5C - 1 -36- piece by piece, by means of a derrick, ropes, or other suitable tools or equip- ment, in such a manner as to prevent damage to the pipeline materials and protective coatings and linings. Od not drop or dump pipeline materials into the trench. PLACING OF PIPE IN THE TRENCH. Do not allow foreign material to enter the oipe while it is br Ing placed la the line. If the pipe laying crew can- not put the pipe into the trench and in place without getting earth into the pipe, the Engineer may require that a heavy, tightly woven canvas bag of suitable size be placed over eac� end b„.ore lowering the pipe into the trench and left there until the connection is to be made to the adjacent pipe. Dur- ing laying operations, prevent debris, tools, clothing, or other materials from entering the pipe. HYDROSTATIC TESTS. Make pressure and leakage tests on all newly laid pipe. Furnish all necessary equipment and material , make all taps In the pipe as required, and conduct the tests. The Engineer will moditor, the tests. Furnish the following equipment and ma to.'0als for the tests: 2 Approved graduated containers. 2 Pressure gauges. 1 Hydraulic force pump as approved by the Engineer. Suitable hose and suction pipe as required. Conduct the tests ifter the trench has been backfilled or partially backfilled with the joints left exposed for inspection, or when completely backfilled, as permitted by the Engineer. Where any section of pipe is provided with concrete reaction blocking, do not make the pressure test until at least 5 days have elapsed after the concrete thrust blocking is installed. If high-early cement is used for the concrete thrust blocking, the time may be cut to 2 days. Conduct the pressure test in the following manner, unless otherwise approved by the zngineer: After the trench has been backfilled or par•ially backfilled as hereinbefure specified, fill the pipe with water. The test pressure Shall be 150 psi . DURATION. The duration of each pressure test shall be 3L minutes, unless otherwise directed by the Engineer. LEAKAGE. Leakage shall be defined as the quantity Of water neces- sary to restore the specified test pressure at the end of the test period. No pi^e installation will be accepted if the leakage is greater than the ,lumber of gallons per hour as determined by the foil Owing formula: L NDP' 5,500 In which L allocable leakage in gallons per hour N . •umber of joints in the ler.9th of pipe tested Sp. Specs. 15C - 2 At. D nominal diameter of pipe In incnes P • average test pressure during the leakage test in Pounds per square inch. CORRECTION OF LEAKAGE. Should any test of Pipe laid disclose leak- age greater than that allowed, Iccate and repair the defective joints or pipe unt'l the leakage of a subsequent test is within the specifled allowance. STERILIZATION. Pipelines intended to carry potable water shall be sterilized before placing in service. Sterilizing procedures shall conform to AWA C601. D. PAYMENT. Payment for the work in this section will be included as part of the lump sum bid d•an Sp• Specs. I5C - 3 -38- 15D. WELDED STEEL PIPE WITH COAL-TAR ENAMEL LINING A. SCOPE. This section covers the work necessary for furnishing and instal- Ting the welded steel pipe with coal-tar enamel lining, complete. The term "welded steel pipe" shall be understood to include all special pieces and related parts necessary for the comp,Mete installation as shown. _ Special pieces shall Include, but not be limited to, fittings, bends, outlets, ! branches, closure sections, and all other welded steel piping to complete the wprK. S. MATERIALS. VERIFICATION OF MATERIALS. When requested by tie Engineer, submit samples of any or all materials specified herein for test and analysis or, at the option of the Engineer, submit a certified analysis of any or all materials, as directed. WELDED STEEL PIPE. The welded steel pipe shall conform to AWWA C202 and corrosion protection, as specified, in accordance with AWWA C203. SHOP DRAWINGS, before starting fabrication, the Contractor shall furnish the Engineer with shop drawings in quadruplicate. Approval of the drawings by the Engineer shall not relieve the Contractor of responsibility for comply- ing with all requirements of the Contract Documents. INSPECTION. The Engineer and his representatives shall have access to all phases of the work, and the manufacturer shall provide proper facili- ties for access and inspection. Material , fabricated parts, and pipe which are discovered to be defective, or which do not conform to the requirements of this Specification will be subject to rejection at any time prior to final acceptance of the pipe DIAMETER AND WALL THICKNESS. The pipe furnished in accordance with AWWA C202 shall be standard we lght. Diameter Shall be as shown on the Plans GRADE STEEL. Pipe furnisned In accordance with AWWA C202 shall be Grade A, or as approved. FITTINGS. Fittings shall be fabricated in accordance with the details shown on the plans and shall be fabricated of the same gauge material as that of the adjacent straight pipe section and in accordance with applicable parts of AWWA C202. Taps shall be provided where shown. Where dimensions of fit- tings are not shown, they shall be as indicated in AWWA C208 FLANGES, Flanges, where required, shall be steel ring flanges, conform- ing to AWWA C207, Class D. Flanges shall be faced and drilled 125-pound USAS FLANGE JOINTING MATERIALS. All nuts, boits, and gaskets required for joining the flanged pipe, fittings, and appurtenances shall meet the require- ments of AWWA C207. Gaskets shall be full -cut with holes to pass the bolts, of rubber or sheet asbestos composition, 1/8 Inch thick. Sp. Specs. 15D - 1 -39- apii i 6 a WELD''NG MATERIALS Welding materials shall conform to AWWA C206. FLE%iSLE FLANGED COUPLING ADAPTERS. Flexible flanged coupling adapters shall be Smith-Biair Type 913, or as approved JOINT HARNESS The joint harness shall be ❑sed where thrust ties are shown The joint harness shall consist of steel tie-bolts extending across the pipe joint to lugs shop welded to the pipe barrel. The joint harness shall be of adequate strength to prevent movement of the iolnt with 150 psi Internal pressure on the pipe. The harness design shall oe submitted with the shop drawings for the pipe and fittings, all of which shall be approved by the Engineer before fabrication is started. This joint harness and acces- sories shall be primed and painted with the same material as the Ldjacent pipe exterior CORROSION PROTECTION The interior surface of all steel pipe shall be cleaned, sandblasted in accordance with Steel Structures Painting Council Surface Preparation No. 6, primed, and lined with coal-tar enamel. The ex- te,�or of the pipe shall he shop blasted and primed with one coat of Inertol No. 621 primer, in accordance with the paint manufacturer's recom- mendat-.ons C. WORKMANSH'P. RESPONSIB:LITy FOR MATERIALS The Engineer will inspect the materials upon del •very as they are being unloaded. The Contractor shall be respon- sible fo• damage to the materials from the time he unloads the trucks until the project is completed Damaged pipe shall be repaired or replaced at no additional cost to the Owner, HANDLING MATERIAL Provide and use proper implerients, tools, and facil- Ities satisfactory to the Engineer for the safe and convenient prosecution of the work. n general , slings shall be of heavy canvas or nylon of suitable strength for supporting the load REPA-RING DAMAGED PIPE Ary unit of pipe that, in the opinion of the Engineer, is damaged beyond repair by the Contractor shall be removed from the site of the work and rerlaced with another unit. No payment will be made for damaged pipe or for repairs to such damaged pipe. CUTTING PIPE. Field cutting of welded steel pipe will not be permitted. MECHANICAL COUPLINGS- Before coupling, clean each pipe end of oil , scale, rust, and dirt for a distance of at least B inches back from the end to pro- vide a seat for the coupling gaskets The pipe coating need not be removed if it presents a smooth surface and Is securely bonded to the pipe. install couplings in accordance with the manufacturer's instructions. Wipe the gaskets clean before they are installed. If necessary, lubricate with soapy water for installation on the pipe ends. °rl. Spats. 15D - 2 -40- Tighten coupling bolts progressively, drawing up bolts on opposite sides a little at a time until all bolts have a uniform tightness. Tighten bolts with torque-limiting wrenches. FLANGED JOINTS. Install flanged joints in accordance with the best accepted practices. Tighten bolts and nuts progressively, a little at a time. Assure proper seating of the flange gasket. HYDROSTATIC TEST. Hydrostatic test shall conform to Section CAST IRON PIPE AND FITTINGS. STERILIZATION. Sterilization shall conform to Section CAST IRON PIPE AND FITTINGS. D. PAYMENT. Payment for the work in this section will be included as part Of the lump sum bid. *t:t Sp. Specs. 151) - 3 -41- 15E. VENTILATION AND ROOF HATCHES A. SCOPE This section covers the work necessary for the ventilating system, complete B. MATERIALS. GENERAL Submit catalog information for all equipment to be installed, regardless of whether or not it is of the same manufacturer listed In the Specifications. Where specific manufacturers' equipment is listed, it is only to estab- lish the type, quality, and configuration required. Other manufacturers will be considered in accordance with the procedure described in the Special Provisions. ROOF-MOUNTED CENTRIFUGAL EXHAUST FAN. Fan sha1 . be suitable for curb mounting with multileaf gravity back-draft damper within the curb. Pro- vide a hinged base bird screen, fiber glass cap, and motor separator plate. V-belt drive shall be furnished with an adjustable drive pulley. Ruber-in- shear vibration isolators shall carry the entire rotating assembly. Motor shall have Integral self-resetting overload protection and a safety dis- connect switch mounted on the fan unit AMCA certified performance shall be as follows: 3000 cfm at 1 ,0 inch of water static pressure, 1600 fpm outlet velocity, 1 5 ho, 460-volt, 60-cycle, 3-phase, 1750 rpm motor Fan shall be Pace CRE-18. Mount in Skycap Number 47 housing with base dimensioned as shown. Submit available colors for selection and approval. ROOF HATCH COVER. Pace Skycap Number 47 with base dimensioned as shown. Configuration and color shall match exhaust fan housing as specified herein- before. " "ch cover shall be equipped with bird screen. MOTC ZED LOUVER. Construction Specialties 4-Inch Model 4830E dimen- sioned as shown. Frame and blades shall be 6063-T5 alley, minimum .081 inch Chick. All fastenings shall be stainless steel, or as approved. furnish EX-110 motor wired as a complete unit and factory mounted for 2-position operation. Motor shall be 110 volt, 60-cycle, single-phase. Bird screen is not required. finish is not required. Louver motor control shall be provided under Section ELECTRICAL. C. WORKMANSHIP Install equipment as shown and parallel with building lines. Electrical wiring shall be provided under Section ELECTRICAL. .r The motorized louver shall be curb mounted as shown and direct the air- stream toward the motor control center. D. PAYMENT.. Payment for the work In this section will be included as part of the lump sum bid. RddR Sp. Specs. 15E - 1 -42- - 0 16A. ELECTRICAL A. SCOPE. This section covers the work necessary for the complete power and iT gl+tinq systems. The following electrical devices are to be furnished and installed under other sections and electrical connection made under this section: Motors Ventilating Equipment Supervisory Control Panel Microswitch (on pump control valve) Solenoid-operated Control Valve As an aid in understanding the control diagrams shown, the following brief descriptionof control system function is given: The remote control System, to be furnished by others, initiates the control sequence. The pump motors are started by a re- duced-inrush starting sequence. When the motor is at full speed, the control valve solenoid is energized, the valve opens, and is sealed in by the microswitch. At shutdown, the solenoid on the control valve is de-energizedi however, the microswitch on the valve keeps the pump motor runnino while the valve closes. The pumps stop when the valve s completely closed, thereby opening the microswitch. B. MATERIALS. GENERAL. Unless otherwise instructed by the Engineer, provide all new materials, first quality, approved by UL wherever standards Cave been established by that agency. Materials shall comply with the NEC and appli- cable State and local electric codes. It is the intent of these Documents that all items of material required for a complete installation shall be furnished and installed. Where 2 or more units of the sane class of equipment are required, they shall be products of a single manufacturer; however, the component parts of the equipment need not be the products of the same manufacturer. STANDARD PRODUCTS. Unless otherwise indicated, the materials to be furnished shall be the standard products of manufacturers regularly engaged in the production of such equipment and shall be the manufacturer's latest standard design that conforms to the Specification requirements. MATERIAL AND EQUIPMENT SCHEDULES. As soon as practicable and within 30 days after the date of notice to proceed and before commencement of . . installation or fabrication of any materials or equipment, submit to the Engineer for approval, in quadruplicate, (minimum) complete descriptive information for all materials as follows in accordance with the provisions of the applicable Article of the General Conditions: Motor control center outline and elementary draw;nns and equi Anent schedule. Lighting and distribution panels. Sp. Specs. 16A - 1 -43- Dry type transformers. Unit heaters. Thermostats. Lighting fixtures Rigid conduit Flexible conduit. Receptacles Light switches. INSTRUCTION BOOKS. Lonpile 4 copies of a composite instruction book including operation, installation, maintenance, renewal parts information, and complete as-built drawings for all electrical equipment. This infor- mation shall be placed in a hard-backed binder in a well organized manner. These books s,all be delivered to the Owner at the completion of the project. TYPE. The materials used shall be as follows: CONDUIT. CONDUIT, RIGID STEEL, ZINC-COATED. Rigid steel conduit, including couplings, elbows, and nipples shall be galvanized by hot-dipping, electroplating, sherardizing, or metallizing process, and shall wet the requirements of USAS C80.1 , UL, and the NEC. CONDUIT, FLEXIBLE. All flexible conduit shall be moisture- proof flexible steel , polyvinyl chloride jacketed type, UL approved, with continuous copper ground path in the flexible steel tube, and shall be American Brass Sealtite Flexible Conduit, or as approved. CONDUIT FITTINGS. Conduit fittings shall be of the type indicated or required for the anticipated purpose, and shall meet applicable requirements of USAS C80.4, UL, NEC, and NEHA FB I . CONCUCTORS. CON UCTORS, 600 VOLTS AND LESS. Conductors in raceways, ducts, and cables shall be ccpper with the type of insulation specified. Conductors, including insulation, cabling, jacket, filler, shielding, covering, and test- ing, shall wet all applicable requirements of IPCEA S-19-81 and s41-402, the NEC, and UL. Conductor sizes shall be not less than those shown. Conductors No. 8 AWG or larger shall be stranded. Conductors No. 6 AWG or larger shall have insulation of a heat- and moisture-resistant Grace THW, Conductors smaller than No. 6 AWG shall have thermoplastic insulation Type TW, and shall be factory color coded with separate color for each phase and neutral used consistently throughout the system. EQUIPMENT GROUNDING CONDUCTORS. Conductors for equipment grounding shall be Stranded copper. Conductor sizes No. 12 AWG through No. 2 AWG shall have green Type TW insulation with a minimum thickness of 2/64 inch. Conducto• sires No. I AWG or larger shall be bare copper. Sp. Specs. 16A - 2 -44- OUTLETS. Each outlet in the wiring or raceway system shall be pro- vided with an outlet box to suit the conditions encountered. Outlet boxes installed where they are exposed to the weather, in normally wet locations, including flush or surface mountings on exterior surface of exterior walls exposed to the weather or exposed on interior walls or in Class I , 11 , and III hazardous locations, shall be of the gasketed cast steel or alloy type having threaded hubs, similar and equal to Crouse-Hinds Type FS or FD. Con- cealed boxes in other areis shall be of the cadmium-plated or zinc-coated sheet metal type. Boxes shall be not less than 1-1/2 inches deep, unless shallower boxes are required by structural conditions and are specificall approved by the Engineer. Ceiling and bracket outlet boxes shall not be less than 4-rich octagonal , except that smaller boxes may be used where re- quired by the particular fixture to be installed. Switch and receptacle boxes shall be approximately 4" x 211, unless a larger box is required. DEVICE PATES. Provide one-piece device plates of satin-finish stainless steel , unless otherwise specified. Screws shall be of metal with countersunk heads and color to match the finish of the plate. RECEPTACLES. SINGLE AND DUPLEX CONVENIENCE RECEPTACLES Each receptacle shall be specification grade and rated 10 amperes at 250 volts and 15 amperes at 125 volts. Each receptacle shall have a grounding pole. Contact arrange- ment shall be such that contact is made on two sides of an inserted blade. Rases shall be of brown phenolic composition with side-mounted terminals. Receptacles shall be capable of receiving 2-wire parallel-bladed caps or 3- pole caps. Ail receptacles shall be UL listed. WALL SWITCHES. Wall switches shall be of the specification grades, totally enclosed, tumbler type. Enclosures shall be of phenolic composition with color to match the plates specified. Single-pole switches shall be rated 20 amperes at 120/277 volts. All switcnes shall be a-c type, suitable for the control of tungsten filament lamp loads, and approved by UL. LAMPS AND LIGHTING FIXTURES. Lamps and lighting fixtures of the types and sizes as indicated shall be furnished and installed complete. Lamps manufactured by General Electric, Sylvania, or Westinghouse, of the proper type, wattage, and voltage rating shall be furnished and installed it each fixture. Illustrations and references on the Plans are indicative of the general type of fixture desired. Fixtures of similar designs and equivalent light distribution and brightness characteristics and having equal finish and quality will be acceptable if approved by the Engineer prior to bid opening. Fluorescent unit• shall be rapid-start type with standard cool white color characteristics, unless otherwise specified. Ballasts shall be high power factor and ETL certified to meet CBM standards. Ballasts shall be individually fused or have individual , nonresettable, thermal protectors. DISTRIBUTION, LIGHTING, AND POWER PANELBOAROS. Panelboards and enclosing cabinets, including those In motor conk of center equipment shall be circuit breaker type as Indicated, and shall meet the standards estab- lished by UL, NEMA PB 1, and the NEC. Sp. Spe_s5-16A - PANEL ASSEMBLY. All panelboard interiors shall be factory assembled complete with circuit breakers as indicated. Interiors shall be so designed and assembled that any Individ iI protective device can be re- placed without disturbing adjacent units Lf without removing main bus or branch circuit connectors. Main busses and back pans for distribution and Power panelboards shall be of such a design that branch circuits may be changed without additional machining, 'filling, or tapping. CIRCUIT BREAKERS. Circuit breakers shall be of the indicating type. providing ON. OFF, and TRIPPED Positions of the operating handle. Circuit breakers shall be quick-make, quick-break, with a thermal-magnetic action, and shall be noninterchangeable in accordance with the NEC. The use of tandem or dual circuit breakers in a normal single-pole space to provide the number of poles or spaces specified will not be acceptable. All multiple-pole circuit breaKerc shall be designed so that an overload on one pole automatically c ases all poles to open. Circuit breakers shall meet the requirements of UL and NEMA AB I. CIRCUIT BREAKERS, INDIVIDUAL. In the enclosures indicated, mount Individual circuit breakers of the indicating type providing ON, TRIPPED, and OFF positions of the operating handle. Include provisions for padlock- ing circuit breakers In the ON or OFF position. Interlock enclosures to Prevent opening the cover with the circuit breaker in the ON position. Circuit breakers shall be quick-make, quick-break, with thermal-magnetic action. An overload of one pole of all multiple-pole circuit breakers shall automatically cause all Poles to open. Circuit breakers shall meet the requirements of UL and NEMA AB 1 , and shall have a minimum interrupting rating of 25,000 amperes, RMS asymmetrical at 480 volts. Where they are used as service entrance equipment, circuit breakers shall have UL approval for that use. SERVICE ENTRANCE. Provide a meter base ;nd other materials, as required by the electric utility which will provid! service to the facility, for installation of metering equipment and attachment of service conductors. MOTOR CONTROL, GENEkAL. Provide each motor with a suitable controller and devices that will perform the functions as specified for the respective motors. Controllers shall meet NEMA IC 1 , USAS C19.1, the NEC, and UL. Motor horsepower ratings and enclosures shorn are what is expected. This information is for guidance Only and does not limit the equipment size. When motors furnished differ from the expected ratings, make the necessary adjustments to wiring conduit, disconnect devices, motor starters, branch circuit protection, a.,o other affected material or equipment to accommodate the motors actually installed, at no additional cost to the Owner. Provide each motor with thermal overload protection in all ungrounded Phases. This protection s',iall consist of thermal overload relays sensitive to motor current anc mounted within the motor controller, as indicated. All overload protection devices shall be of the Inverse-time-limit type. Controller-mounted overload relays shall be manual-reset type with ex- ternally operated reset button. Select and install overload relay heaters after the actual nameplate full-load current rat Ing of the motor has been determined. SP. Specs. 16A - 4 -46- Provide each motor with the disconnecting means Indicated, and as re- quired by th,. NEC. Disconnecting means, separately enclosed or included in combination starters, shall meet the requirements for individual circuit breakers specified herein. MANUALLY OPERATED STARTERS, INTEGRAL HORSEPOWER,. Provide starters meeting NEMA IC I of the horse power rating, voltage, number of phases, and enclosure shown and with thermal overload protection, and push-button or toggle switch operation. Provide for locking in the OFF position. REDUCED VOLTAGE STARTERS, NEMA CLASS A. Provide starters meeting NEMA IC 1, Class A, with the rating and enclosure shown. Starters shall be of the single-step magnetic part-winding type, having closed cir- cuit transition and an adjustable time interval between application of starting and running conditions to the motors. CONTROL POWER TRANSFORMERS. Supply individual control power transformers where indicated. The transformers shall have sufficient capacity to serve the connected load and limit voltage regulation to 10 percent during contact or pickup. Fuse one side of the secondary winding and ground the other side. MOTOR CONTROL CENTERS. Motor ,,ntroi centers and components shall meet the requirements of the latest revised NEMA Standards. The following requirements shall be met, unless otherwise indicated: Rating Vultage As indicated. Supply circuit, short circuit rating 25,000 amps RMS asymmetrical. NEMA Class Class I , Type B. Enclosure Type Type I, Vertical section dimensions 90" high, 20" aide, 20" deep. Finish Manufacturer's standard grey over a primer and rust inhibitor. Construction Sheet steel reinforced with channel or angle irons. Sections constructed so they may be butted flush, end-to- end against a similar section without bolts, nuts, or cover plates causing interference. Section mounting Removable formed steel channel sills and removable lifting angles. Sp. Specs. 16A - 5 47- r r Horizontal wiring compartments Full width, to; and bottom accessible from front. Vertical wiring com- partments Full height, accessible from front. Terminal board com- partment Bottom. Unic compartments Individual compartments separated by steel barriers for each starter, feeder, or other unit capable of being wired `rom front without unit removal. Compartment doors Separate hinged doors for each starter, feeder, or other unit. Door interlocking Starter and feeder doors mechanically interlocked so doors cannot be opened with unit energized. Provide defeater mechanism to allow intentional access at any time. Provisions for padlocking external disconnect handles in the ON or rIFF position, Bus Horizontal power bus 3-phase copper bus entire width of control center rated 600 amps. Constructed to allow future extension to additional sections. Pressure type solderless lugs for each incoming line cable. Vertical power bus 3-phase copper bus full height of section rated 300 amps minimum. Neutral bus None, unless indicated, Ground bus Sane size as one-phase of horizontal power bus. Bus bracing 25,000 amps. Motor Starter Units Construction Drawout combination type with stab connections, except where size and weight of equipment make this imprac- ticable. Readily Interchangeable with starters of similar size. Positive grounding means which ground unit before stabs engage power bus. So. Specs. 16A - 6 _yg_ Starters NEMA standard rating except none smaller than NEMA Size I. Meet requirements specified under Motor Control, General. Disconnecting device As indicated. Circuit breakers Molded case with manufacturer's recom- mended trip setting for maximum motor protection. Thermal-magnetic trip or magnetic trip only if approved by Engineer. Tripping indicated by operating handle position. Fused switches Current-limiting fuses as specified herein with rejection clips. Manu- facturer's recommended fuse rating for maximum motor protection, with interference plates which prevent fuse removal with switch in DN position. Switch ir.f�rrupting rating of 12 times rated current. Control devices As indicated and •,pecified herein. Control wiring Minimum wire size 14 AWG copper. Feeder Units Construction Same as under motor starter unit. Circuit breakers Molded case with the rmo-magnetic trip. 25,000 amps PMS asymmetrical minimum interrupting rating. Tripping indicated by operating handle position. Fused switches Same as under motor starter unit, except fuse rating indicated. Engraved laminated plastic nameplates on each unit. Dl ank nameplates on space, for future units. Diagrams Elementary wiring and outline dianrams submitted in quadruplicate (minimum) to Engineer for approval before fabrication begun. Tests NEMA Standard. A2proved Manufacturers General Electric, Square D, Allen Bradley, Westinghouse, I.T E Sp. specs. 16A - 7 -4q- r h 1, law PUSH BUTTONS, INDICATING LIGHTS, AND SELECTOR SWITCHES. Push buttons, indicating lights, selector switches, and stations for ronhaza rdous indoor dry locations shall be of the heavy-duty, oil-tight type, similar and equal to Westinghouse Type OT, General Electric Tyye CR 2940, or Square D Class 9001 , and shall be mounted in starter covers or oil-tight NEMA I general purpose enclosures, as indicated. For nonhazardous outdoor or normally wet locations, these devices shall be of the heavy-duty type mounted in NEMA 4 watertight enclosures, and shall be Westinghouse Type HrW, G.E. Type CA 2940, or Square D Class 9001. These devices shall meet the require- ments of NEMA IC I , and shall have individual , extra large nameplates indi- cating their specific function. Push-button stations shall have laminated plastic nameplates indicating the drive they control. All push buttons ane selector switches mounted near the motors which they control shall have provisions for locking in the STOP or OFF position. All selector switches shall have gloved-hand operating levers. All indicating lights for 110-volt control circuits shall be full-volt- age, push-to-test type. CLAPSED TIME METERS. Elapsed time meters shall be synchronous motor driven, 0 - 99.999.9 hours range, with reset knob, 3-1/2-inch size for panel mounting. Time meters shall be Westinghouse Type BH-351, General Electric Type 236, or as approved. FMERS, of the ratingsS IndicatedObuiltP in accordanceewith the d latestyStandardsodry tpe o ors IEEE, UL, USAS1, and NEMA, Provide NEMA Standard taps and Class H, 150 degree C. rise insulation. Transformer sound level shall be tested in accordance with NEMA and USASI Standards. Transformer shall have sound level not exceeding 30 decibels for 0-5 kva. Provide transformers with built-in mounting lugs Mount transformers in motor control centers. Each transformer shall be equipped with integral vibration isolators rated for the weight of the transformer and designed to Provide 99 percent isolation efficiency at the fundamental frequency of the sound emitted by the transformer. terminal artet forme the Transformers pshallnbesmanufacturedt by Westinghouseem, Generalof the rns- Electric, Tierney, or Sorgel . MAGNETIC CONTROL RELAYS. Magnetic control relays shall be of the machine tool , VEMA Class AIB, 600-volt, 10 amp, continuous, convertible contact type, meeting the requirements of NEMA IC I. Enclosures, if required, shall be as indicated. THERMOSTATS. Thermostats shall be line-voltage type, single-stage for vertical surface mounting. A thermometer calibrated in degrees F. shall be included on the front cover. Each thermostat shall have an adjustment Sp. Specs. 16A - 13 -50- range between 4n and 80 degrees F. Electrical rating shall be 25 amperes It 115 volts, it amperes at 240 volts. Thermostats shall be Chrcmalox Type wk8o, or as approved. C. WORKMANSHIP. GENERAL. The installations shall conform to the latest applicable rules of the NEC, and applicable State and local codes. Workmanship shall be of the highest grade. install products in strict accordance with the manufacturer's recommendations, unless otherwise specified or directed by the Engineer. Replace or repair defective equipment or equipment damaged I" the course of installation or test in a manner approved by the Engineer. If any departures from the Plans are deemed necessary, submit details of such departures and the reasons therefor as soon as practicable, and within 30 days after the award of the Contract, to the Engineer for approval. No such departures shall be made without the prior written approval of the Engineer. Examine all Plaits and coordinate work so as to avoid conflicts, errors, delays, and unnecessary Interference with the continuous operation of the plant during construction. Wiring shown is diagrammatic only and is meant to show circuiting and switching details. Locations of lighting fixtures, equipment, and electrical outlets shown are approximately correct; however, check the locations of all outlets shown with the Plans and verify the locations by taking measurements on the job. In the event of any conflicts, consult the Engineer; his decision shall govern. Obtain all permits and pay all fees required by any governm having jurisdiction over his work. Electrical loads shall be balanced at panelboards. After final service cunnections arc made, check and correct, if necessary, the rotation of all motors. WIRING METHODS. GENERAL. Generally and unless otherwise specified or indicated, wiring shall consist of insulated conductors installed in rigid zinc-coated steel. CONDUIT SYSTEMS. Conduit system installations shall meet or ex- ceed the requirements cf the NEC. Minimum size of conduit shall be I/2 inch, except conduit not snaller than 3/4 inch shall be used where run in or under concrete floor slabs. Raceways shall be concealed or exposed as indicated, and shall be at least 6 inche- away from parallel runs of flues and steam or hot water pipes. Support raceways steal' be supported at intervals required by the NEC, and shall have exposed runs installed parallel or perpendicular to walls, structural members, or intersections of vertical planes and ceilings. Avoid field-made bends and offsets where possible, but where necessary, make with an approved hickey or conduit bending machine. Heatinq of conduit to facilitate bending will not be acceptable. Changes in direction of runs shall be made with symmetrical bends or cast metal fittings. Do not install crushed or deformed raceways. Avoid trapped raceways where possible. Take Sp. Specsi-16A - 9 care to prevent the lodgment of plaster, dirt, or trash in raceways, boxes, fittings, and equipment during the course of construction. Raceways shall be entirely free of obstructions or shall be replaced. All conduit shall be reamed, burrs removed, and cleaned for proper introduction of wires and cables. immediately after installation, plug or cap all conduit ends with watertight and dust-tight conduit seals until the time for pulling wires. Install insulating type bushings or manufacturer's standard insulated metallic bushings on the ends of all rigid conduits, except where conduits terminate in threaded hubs on cast boxes or cabinets, in which case Insert manufacturer's standard insulating sleeves. Where insulating bushings are used, and where bushings cannot be brought into firm contact with the box, fasten rigid conduits to all sheet metal boxes and cabinets with two locknuts where required by NEC; othe rise, a single lockout and insulated, metallic bushings are acceptable. Provide suitable expansion fittings for raceways crossing expansion joints in concrete slabs, or provide other suitable means to compensate for the building expansion and contraction. Wooden plugs in- serted in concrete or masonry are not acceptable as a base for raceway fastenings, nor shall raceways or pipe straps be welded to steel structures. Support multiple raceways adjacent to each other by ceiling trapeze. Support individual raceways by wall brackets, strap hangers, or ceiling trapeze, fastened by expansion shields on concrete or brick. Conduits shall emerge from the concrete at right angles and shall have none of the curved portion of the bend exposed. The curved portion of the bends under floor slab where conduits emerge from tl, Floor shall be concrete encased. Provide structural support for the ccndu inq pouring of con- crete to insure that the conduit remains in positr Jso, seal the ends of all conduits by pipe caps or plats in couplings. Conduit shall be of greatest practicable single length between joints, and all joints shall be made up with approved jointing compound. Do not use nails to fasten boxes or conduits; do not use wire In lieu of straps or hangers; and do not notch structural members for the passage of raceways. Install and equip conduit boxes and fittings installed outdoors or in other wet locations so as to prevent water from entering the conduit. Rigid steel conduit installed under-ground shall have a minimum cover of 2 feet and the excavation and backfi ll shall conform to the requirements of Section EARTHWORK. Coat conduit installed underground with Kopper's Bitumastic No. 505, or wrap with Scotchrap No. 51 plastic tape with 1/2-inch overlap in strict accordance with the manufacturer's recommendations. Con- duit may be wrapped or coated before final assembly, provided that all wrench marks, exposed threads, or other holidays are wrapped or coated to provide a continuous holiday-free uniform coating after final assembly. Do not use union type fittings underground, except with approval of the Engineer. Separate parallel runs of 2 or more conduits in a single trench with Kindorf Type C-105, or as approved, and install spacers and rhannel at not more than 20-foot intervals. Support conduits installed in fill areas suitably to prevent accidental bending until backfilling is complete. Sp. Specs. I6A - 10 -52- Do not backfill underground conduit until it has been inspected by the Engineer or his representative. Final connection to motors where flexible connection is desired or re- qui-ed to minimize vibration, shall be made with 18-Inch minimum lengths of liquid-tight, neoprene-jacketed, flexible steel conduit where the required conduit size is 3 inches or less. Where required conduit size is greater than 3 inches, rigid steel conduit shall be continued to the motor terminal box. CONDUCTORS. CONDUCTORS, 600 VOLTS AND BELOW. All wire shall be continuous from outlet to outlet. Splices, where required, may be made In outlet and pull boxes only. Use wire connectors of insulating material or solderless pressure connectors properly taped for all splices. Soldered mechanicai joints insulated with tape will not be acceptable. Vinyl plastic tape of suitable quality is acceptable in lieu of rubber and friction tapes. Con- ductor size shall not be less than those s' con. Conductors shad rot be smaller than No. 12 AWG fnr lighting or power circuits, or No. IL AWG for control circuits, unless otherwise indicated. Arrange wiring in cabinets, panels, and motor control centers neatly cut to proper length, and remove surplus wire. Apply Stak-on or similar terminals to control wiring for connection to terminals, and bridle and secure in an approved manner. List all circuits emanating from power, distribution, and lighting panelboards by function on the directory card. Identify all circuits entering motor control centers or other control cabinets by directory card listing terminal block number and function or by means of tags securely fastened to the conductors. OUTLETS. Provide each outlet in the wiring or raceway systems with an outlet box to suit the conditions encountered. Each box shall have sufficient volume to accommodate the number of conductors entering the box in accordance with the requirements of the NEC. Provide flush or recessed fixtures with separate junction boxes when required by the fixture terminal temperature requirements. Set boxes installed in concealed locations flush with the finished surfaces and provide with proper type extension rings or plaster covers where required. Install boxes In a rigid and satisfactory manner and bolts and expansion shields on concrete or brick. Where boxes are concealed in walls, if not embedded :n concrete, the hole shall be no larger than required to receive the box. Locations of outlets indicated are approximate; study the building plans in relation to the spaces and equip- ment surrounding each outlet, so that the lighting fixtures are symmetrically located according to the room layout. When necessary, with th_ approval of the Engineer, relocate outlets to avoid interference with the mechanical equipment or structural features. RECEPTACLES AND WALL SWITCHES. Equipment shall be located at the following height above the floor, unless otherwise indicated: Convenience receptacles (Indoor) 12" above floor Wall switches 48'' above floor Thermostat 60" above floor Sp. Specs. 16A - 11 -53- DEVICE PLATES. Install plates with all 4 edges in continuous contact with the finished wall surfaces without the use of mats or similar devices. Plaster fillings will not be pe emitted. Install plates vertically and with an alignment tolerance of 1/16 inch. Do not use sectional type device plates. LIGHTING FIXTURES. Install lighting fixtures at the height and in the manner indicated. Provide accessories, such as straps, mounting plates, nipples, or brackets, for proper installation. Single-unit fluorescent fixtures shall have twin stem hangers. Suspended multiple-unit or con- tinuous-row fluorescent units shall have a tubing or stem for wiring at one point and tubing or rod suspension provided for each unit length of chassis. Rods shall be of not less than 1/4-inch diameter and shall have a finish to match the fixture. Deliver lamps to the project in their original cartons and the fi xtures just prior to the completion of the project. install in After construction of the total project is completed, wash fixtures and clean lamps. MOTOR CONTROL. Install equipment in strict accordance with approved dr wings and manufacturer's recommendations. Secure motor control centers a J other free standing motor control rigidly to floors or mounting pads with anchor bolts, Phillips Dri 11 Company concrete anchors, or other approved means. Grout mounting Channels provided with motor control centers into the floor or mounting pads, unless the control center is firmly anchored with the specified concrete anchors, in which case the channels may be removed. UNIT HEATERS. Attach unit heaters securely and permanently to the ceiling, in accordance with the manufacturer's recommendations, and make final wiring connections with a short length of mo istureproof flexible conduit. The installed unit heater shall be free from objectionable noise or vibration when in ope-ation. Control shall be by built-in thermostat. THERMOSTATS. Mount the mnOStats approximately where indicated and in accordance with the manufacturer's recommendations. Mount thermostats lucated on exterior walls on a base Of the meal-insulating material. GROUNDING Except where specifically indicated othe rwlse, ground all exposed noncurrmnt-carrying metallic parts of electrical equipment, raceway systems, and the neutral of all wiring systems in strict accordance with the NEC and other applicable laws and regulations. Where ground rods are indicated or used, they shall be Of copper-clad notdiam less than 3/4-inch means er, 10 feet long, driven fulllength into the earth. Special require- ments shall be as shown and as specified herein. GROUNDING CIRCUITS ABOVE 150 VOLTS TO GROUND. Ground all enclosing cases and mounting frames of all switches, control panels, motors, junction boxes, and other electrical or electrically operated equipment with a separate grounding conductor from the source of supply. Run the grounding conductor inside the conduit enclosing the power conductors supplying the equipment. Supply all metallic conduits with ground wedges and connect at each end to the grounding conductor. Sp. Specs. 16A - 12 -54- The ground conductor shall not be more than one standard wire size smaller than the largest current-carrying conductor in the conduit, except that the smallest size shod be No. 12 AWG and the largest size No. 4/0 ANG. Make the ground conductor connections to motors 10 hp and above or circuits 20 amperes and above by solderless terminal and a 5/16-inch minimum bolt tapped to the motor frame Or equipment housing. Ground connections to smaller motors or equipment may be made by fastening the terminal to a connection box. Connect junction boxes to the equipment grounding system with grounding clips mounted directly on the box or with 3/8-inch machine screws. GROUNDING CIRCUITS BELOW 150 VOLTS TO GROUND. Ground circuits Protected at 60 amperes or more, or serving motors larger than 5 hp in accordance with the provisions for Grounding Lircults Above 150 Volts to Ground. On smaller circuits the metallic conduit system may serve as the equipment groc where allowed by the NEC, GROUNDING CONNECTIONS. Make all buried grounding connections by brazing or CadweId type joint. Make all other grounding connections ;y brazing, Cadweid, or with approved pressure terminals. TESTS. After the electrical system installation is completed and at such t.me as the Engineer may direct, conduct an operating test for approval, Demonstrate the equipment operating in accordance with the requirements of these Special Specifications. Perform the test in the presence of the Engi- neer or his authorized representative, furnish all instruments and personnel required for the tests; the Owner will furnish the necessary electric power. AS-BUILT DRAWINGS AND INSTRUCTION BOOK. Supply 2 copies of as-built elementary wiring and outline diagrams and the manufacturer's operating and maintenance instructions to the Owner when the work is completed. This material shall be supplied for motor control centers and all other major items Of equipment specified. Mark all departures from Contract drawings, under- ground conduit runs dimensioned from established building lines, and all electrical work revision; on 2 clean sets of record drawings. Submit all of this material to the Engineer for approval prior to delivery to the Owner. GUARANTEE. AH equipment to be furnished under this item shall be guaranteed for a period of one year from the date of acceptance thereof against defective materials, design, and workmanship in accordance with the provisions of the applicable Article of the General Conditions. 0. PAYMENT. Payment for the work in this section will be included as part of the'lump sum bid. i ldf Sp. Specs. 16A - 13 -55- :: .w 1 { .a.•.orw r m..-.o .J m• /a,s �. •� / '. .. '-' - tE—� �.Y gib' .i+':YBJ�Lxk�eY.a Ep i I qL ! 77 I �LLCTRtC�L PL-A fJ I T I � e BXNAU 9 FflN T .C4 amm N OP Mx�wnO ra. / r TYGtCAL CD�ITR04 Olr7C.Zr9M �� ue<nuu nUM�b'O t 6 � C Sll+-1 wG APR 4� .F'/t -'_ _ �� � �1 I 4.�+. t .. °♦✓�`.o � ff/V6 O[TA4L [rrr�uD;•TAIL '\a Me NooP EV p(L • 1 � •, . ♦ (/jJ fnveP P44T!-FVTU4G PW'9P I w. Po ETA!~ coveP v -,f f i {' ( r.a. (— ..wan ay. _ _ .f '• _ - . l y -cev. n.,..d.e.+j+—�MeaM//'-t'.._e�^`.1_ " �www }tamer •.r a •� :iu .aw+e uo uueaee Mti'f rN�CY LNO . I ,•na�„�, . ��, ..„,.,.......�°' — •• �i inJJWTa.iws. _ `IO.T� ` I/� • �ra s•..v. .� � � � a. ••.�.ls asravar . .....> . L.J. � � � � j'�I{-\` {III � r ♦ { .... ., I IlaN.fIC41LN a D11.1\5 /A' �4a"a✓ � Cf)aai r + LT o Ir veer L J RLLY RLON , , - m' FA<$E �G4TT OFT.4lL F3 I I a. •r 1 ••My Y�v�N • Et yW Au(�ti O O i yan am tlnroaN Ni.ii f�R � __�.'�_� —__ Pj- T NS .1e1 C '1 sNtr nni.i[tisa i .i' ...w ' attcrloN artVATroN nr, NNc.nae xr. L N Nuu n Nan uNrnxn N vnia .ar«...•..♦.,w rAB/N OET_�1L/S +'w.:aye:..KY'.... T Nl.il 4 INN �..� '�r��'L •w fFUlOa OlS6BtIeM -� - -- r om��.w ARC K GOLtC y "„en. ,,,,.u..u.we.w.Y♦o.W"0'. ep� "E rr.r.rwM�$ MAKE . t c assa . +rr loEAx ING�� �� F FIL FILE TITLE 3a`} VON ve • Pa A/0 S%7,icn/o low-- a �p�eei�' r'Cct-f-idiVS