Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
WTR2700600(5)
W-600 SOUTH TALBOT HILL PUMP STATION WTR-10 1+ #5 Contract Documents WTI- Id �unrp �i �`idro s ENDING F FIL FILE TITLE JI " �4D Y. Ta [ puNio Slkt'tiarCl �5 Co�ot�ea��f' ,(�ocurt�en� r 6f := 7-4eL CoPb Gy-`tt'Ci:h1L �•�A°►!f '.i�1�58Pa*, � �. ,w: l .4" 4010MTRACT DOCUMENTS FON THE CON'MUCTM OF SOUTH TALBOT HILL { PUMP STATION r CITY OF RENTON, WASHINGTON ,ospa A.M LLge HILL imp. low KLLEvkm WA!lmmm" : 2064634= ADDFNDUM No. I to the CONTRACT DOCUMENTS for the construction of SOUTH TALDOT HILL f'UMF STATION Fenton, Washington 70 All Planholders: January 20, 1981 � Gentlemen: FFroject No. S13631 .A1 The following changes, addition, and/or deletion:: are hereby made a part of the Contract Documents for the constr,,ctxon of south Talbot Hill F•um,p Station. dated June 19e0, as fully and completely as If fully Set forth therein: the same were 1. SPECIFICATIONS A• Section 11004, pate 3, item FIRE PUMPS NO. 1 ANC, NO. 2, Guaranteed Performance, Delete entire paragraph and substitute: Fire F'un,ps No. 1 and 140. ? +_hall have two Operating points:7'00 gpm at :.J7 feet total n-4d (9Varantee point) and jO..> g..m ' at MInirv•um 140 feet total held. D. Section "160• paaa 21 Item DUTTEFtFLf VAL-.ES. At the .+nd of • tie second Paraarapn, ..,,�} !.I-.e f0llowin9 s+nl coca: Fro•n de operators with Osxtlon 1nd1cators which iodic ale Position of %'al,e from full open to full closed. h6AWINGS A. Drawing No. S13631.A1. Sheet 8. See ONE LINE 1'if AGRAM. Delate '250' and substitute •300• for the fire pump motor horsePOw,Tr. D. ""wing N0. S13631.A1. Shoot o, See FOWEF; PLAN. L Delete 1250• and •750 MCM' i substitute •300' for the Tire pump motor horsepower. Del ete • nch• and •500 MCh' and substitute •3--1.�._xnch• ,r.,,-�• for the t'i re z•ur,p's conduit and wire size, C. Drawing No, 513631.A1, Sheet 11. See MOTOR CONTROL DIAGRAM. • Delete horsepower'_50' arid substitute .300' for the fire pump motor Ad.ierd jm 110. 1 1 All kidders shall ac"owledge receipt and acceptance of this Addendum No. 1 by slgntng In the space provided and submitting the signed Addendum with the bid. bids submitted eithout this Addendum will be considered Informal. Very trulv vourg+ T CH2M H1Ll.. a 1 . . ... . . . . ....Ju�sK Ml ^ ii Receipt acknowledged and %on- ditions greed to this AA day of 4.4;A4ar ly. .... .. .e�.'. kidder �•• ••„ 1<v axxxxx ANndum No. 1 2 CITY OF RENTON PENTON, WASHINGTON t CONTRACT DOCUMENTS for the construction of the SOUTH TALBOT HILL PUMP STATION •aa• CONSISTING F; BIDDING PEOUIRFMENTS CITY OF RENTON FORMS CONTRACT FORMS CONDITIONS OF THL CONTRACT SPECIFICATIONS DRAWINGS a aaa CH2M HILL Seattle ReplonAl Office �I J June 1980 CH2M MILK Project No, 513631,A1 COPY No, CStY or Penton Project No. v-600 CONTENTS _ Part I - Bidding Requirements Pages City of Renton Call for Bid, *City of Renton Instructions to Bidders 1 •Instructions to Bidders IWA) 1-7 Proposal 1-10 • "Bid Bond 1-2 *Affidavit o.` Wages Paid I Part 2 - City of Re.iton Forms 'Summary of Fair Practices/Affirmative Action Program I ' *Certification by Proposed Contractori Subcontractor/Supplier/Ref. EEO I + *Certification of EEo I + *Certification of Bidder's Affirmative Action Plan I + *Minority Business Enterprise Certifi- e+tion I ` *Non-Collusion Af f.idavit I + *Certification Re. Assignment of Anti- trust Claims to Purchaser I ` *Minimum Wage Form i •Contractor/Subcontractor Monthly Man- power Uti_ization Report 1-2 • 'EEO Compliance Repo-t Sample Form and Instructions 1 *Environmental Regulation Listing 1-5 Part 3 - contract Forms Contract 1-2 *Performance and Payment Bond ' _2 Part 4 - Conditions of the Contract *General Conditions 1-33 Supplementary Conditions 1-5 Preprinted. Documents so marked above must be executed h1' the Bidder, President and Vice President or Secretary if Corporation by- laws permit. All pages must be signed. In event another person has been duly author- ized to execute contracts, a copy of the corporation minutes establishing this authority must be attached to the Bid Document. Contents I MWI Part 5 - Specifications Pages *Abbreviations 1-2 Division 1 - General Requirements 01001 General Requirements 1-16 Division 2 - Site Work 02015 Move In and Site Preparation 1-2 02200 Earthwork 1-9 Division 3 - Concrete 03301 Reinforced Concrete 1-3 Division 4 - Masonry 04230 Reinforced Hollow Unit Masonry 1-9 Division 5 - Metals 05500 Fabricated Metalwork and Castings 1-5 Division 6 - Not used Division 7 - Thermal and Moisture Protection 0754U Fluid Applied Roofing 1-7 07900 Sealant 1-2 Division 8 - Doors and Windows 08110 Hollow Metalwork 1-5 08700 Finish Hardware 1-4 Division 9 - Finishes 09721 Seamless Quartz Flooring 1-3 09902 Painting 1-16 Division 10 - Not used Divisior. 11 - Equipment 11004 Vertical Turbine Pumps 1-17 Divisions 12 through 14 - Not used Preprinted. Contents 2 Division 15 - Mechan_cal Pages 15003 Ductile Iron Pipe and Cast Iron Fittings 1-10 *Water Standard Detail - Thrust Blocking 15160 valves and Flowmeters • 15260 Ventilating System 1-a 15400 Plumbing and Miscellaneous 1-2 Piping 1-4 Division 16 - Electrical - 16001 Electrical 1 „ Part c - Drawings Preprinted. Contents 3 PART 1 BIDDING REQUIREMENTS CITY OF RENTON CALL FOR BIDS SOUTH TALBOT HILL PUMP STATION Sealed bide will be received until 2t00 p.m„the a day of eaNU.v;r local time, on , 19BI, at the City Clerk's office and wi 1 be opened and publicly read inthe 4th Floor Confer- ence Room, Renton Municipal Building, 200 Mill Avenue South. The work to be perfot.aed under this contract shall include: Construction of a concrete and masonry building, including valves a .d piping, Bite work, and furnishing and installing four vrtical turbine type pump,, associated electrical equipment. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract docu- ments may be obtained at the Public Works Department office at the Renton. Municipal Building for a deposit of $13.00 each set plus $2.00 to cover postage, if mailed. The deposit will be refunded upon return of the Plans and Specifications in good condition within thirty days after bid opening. The mailing charge will not be refunded. A certified check or bid bond in the amount of five (5) percent of the total amount of each big mus bid. t accompany each The City's Fair Practices and NOn-Discrimination shall apply. Policies �/^ems,•� �) i'�^✓/'� Delores A. Mead, Qity Clerk Publish*dt Daily Record Chronicle: January 9th, 16th 6 23rd • Daily Journal: January 9th, ihth_ & 23rd brrl Le RbnrU, IN.TRUCTIONS 'f0 BIDDERS 1. Sealed bide for this proposal will be received by the City ' Rent..,; at the office of the Renton City , lerk, Renton City Hall, until 2:00 o'clock p.m., On the date aD cifi d In tie Call for Bids At this time the bids will be publicly opemJ and read, ulcer which the bids will be considered and it* award made — early es practicable. No proposal may be changed or withdrawn after the time set for recuiving bide. Proposal, 'hall be submitted on the forme attached hereto. c 2. The work to be done is shown on the lass. be Onlya p Quantities are understood to approximate. Final payment will be based on field measurement of actual quantities and at the unit price bid. The City reserves the right to add or to eliminate portions of that work ea dammed necessary. 3. Plane may be examined and copies obtained at the Public Works Department Office. Bidders 'hall Satisfy themselves as to the local conditions by inspection of the site. 4. The bid price for any Stem must include the performance of all work necessary for complc Ion of that item as described In the specifications. 5. The bid price shall be stated in ter ma of the units Indicated and am to a total amount. In the event of erro u, the unit price bid will govern. Illegible figures will invalidate the bid. b. The right is r,aerved to reject any and/or all bids and to wive inform- mlitims if it i, deemed advantageous to City to do co. 7. A certified check or satisfactory bid bond made payable without r,asrvution to the Director of Fiaance of the City of Renton in An amount not leas than 52 of the total amount of the bid shall accompany each bid proposal. Checks will be returned to unsuccessful bidders lmuwdlatmly following the decision as to award of contract. The check of the successful bidder will be returned pro sided he enters into m contract and futuishes A saLSmfectory performance bond covering the full amount of the work within ten days alter receipt of notice of intention to award contract. Should he fail, or refuse to do so, the check shall be forfeited to the City of Renton as liquidated damage for much failure. S. All bids must be Galt-explanatory, No opportunity will be offered for oral explanation except an the City may request further information on particular points. 9. The bidder shall, upon request, furnish Information to the City as to his financial and practical ability to satisfactorily perform the work. 10. Payment for this work will be made in Cash Warrants. 11. nil successful bidders must comply with Governor's Executive Ord.3r No. 71-00 regarding Employment Security Department Sp,clal Form No. 344-5, "State Contractors Quarterly Report of New Hires." Forms will be forwarded to the successful bidder by the Employment Security Department upon receipt of notice of contrast award. Rev. 8/14180 Rev, a/79 w ASHINGTON INSTRUCTIONS TO BIDDERS 1. FORMAT The Contract Documents are divided Into parts, divisions, antl sections In Kleplhg with accepted Industry practice In order to Separate Categories Of Subject matter for Convenient reference thereto. Generally, there has been no attempt to divide the Specification sections Into work performed by the various Du11d1ng trades, work by separate subcontractors, Or work required for Separate facilltles in the project. SPecitiCations are bound Into these Documents in the same order as they appear In the CONTF;JTS pages. Specification section numbers And the section page numbers are Shown at the bottom Of each page. 2. SPECIFICATIUN LANGUAGE "Command" type sentences are used in the Contract Documents. These rater to and are directed to the Contractor. 3. GENERAL DESCRIPTION OF THE PROJECT A general deacrlption of the work to be done Is contained In the INVITATION TO BID. The scope 1s indicated On the accompanyinq Drawings And speclf'ed In applicable parts of these Contract Documents. e. REGISTRATION REOUIREMLNIS FUR CONTRACTORS All Bidders, Including General Contractors and Specialty Contractors, shall be reilttered a$ Contractors oy the State Department of Licenses In contorma—e with the requirements of Applicable parts of Chapter 181 PCw, (A❑ Act providing for the registration Of Contractors). S. DUCUMENT INTERPRETATION The Contract Document$ governing the work proposed herein consist of the Drawings and all material bOUrl herewith Documents , These Contract detdlls ils r are intended to be mutually Cooperative and to Provide all details rlgUiretl for the execution of the proposed work. Any person contemplating the Submission Of A Proposal $hall have thoroughly examined all of the various parts of these Documents, and ahoula there be any doubt as to the meaning or intent of Salo Contract Documents, the Bltltler should request of the Engineer, in writing (at least 6 working days Prior tc bid opening) an Interpretation thereof. Any Interpretation Or change In Is Id Contract Documents will be made only In writing, in the form of Addenda t0 the Documents which will be turnlshed to all Midgets receiving a set of the Documents. Rlddars wA Instructions to Rldders 1 Shall submit with their Proposals, or Indicate receipt at, all Addenda. The Owner will not be responsible for any Other explanation or Interpretations of said Documents. 6. BIDDER'S UNDERSTANDING ........ ............. E4CK Bidder must inform himself of the conditions relating to the eseCutlOn Of the work, and It Is assumed that ne will inspect the Site and make himself thoroughly familiar with Oil the Contract Documents. Failure to do so will not relieve the succe&stOl Bidder of his ' ObligstlOh to enter il,tb a Contract and Comp,.ete the contemplated work In strict accordance wltn the Contract Documehts. It Shall re the Rldder's ObllgatiOn to verity for himself and to his Complete satisfaction all Inf Ormation Concerning Site and Subsurface conditions. The Owner will make available to prospective Bidders upon request and At the Office Of the Engineer. Prior to old opening, any Information that he may have as to Subsurface conditions and surface topoorophy at the wOTK site, Investigations Conducted by the Engineer Of subsurface Conditions were -lade for the purpose of study end design, and neither the Owner nor the Engineer assumes any respOns1b111ty whatever In respect to the Sufficiency or accuracy of borings, or of the logs of test boring&, Or Of Other Investigatlons thAt have been made, or Of the Interpretations made thereat, and there 15 n0 warranty or guarantee, either expressed or Implied, that the Conditions Indicated by &uCh Investigations Are representative of those existing throughout such area, Or any Dart thereof, or that untoreseeh d volopments may not occur. LOgs of test borings or topographic maps Snowing a record of the data obtained by trie Engineer'+ Investigations Ot surface and SuDsurt&ce conditions that are made available or bound Serewith shall not be considered a part of the Contract Document&, said logs representing only the opinion of the Engineer as to the character Of the materials encountered by him In his Investigations, and IS provided Only for the convenience of the Bidders. Information derived from inspection of 109s Of test borings, of topographic maps, or from hrawings showing location of utilities and structures will not In any way relleve the Contractor from any rlSK, Or from properly examining the site and maKing such additional Investigations of he mey elect, or from Properly fulfilling all the terms Of the Contract Documents. Each Bidder shall Inform hlmSelt at, and the Nidder awarded a Contract Shall Comply wltn, Federal, State, and local laws, Statutes, and ordinances relative to the exeeutiOn of the work. This requirement Includes, but Is not limited to, APPllCable regulations concerning minimum wage rates, nondiscrimination In the employment of labor, protection of puolic and employee safety and health, CnvirOnrental protection, the protection of natural resources, the protection, burning and nonb.rning requirement&, permits, tees, and Similar Subjects. wA Instructions to Bidders 2 7, JRAWINGS where the Drawings are reduced In Size from the original tracings, the amount of reauctlon Is Indicated by a note on the Drawings. Full-scale prints of reduced Drawings may be obtained at the office Of NO Engineer for the cost Of reproduction, a, TYPE OF PROPOSAL .... .. ........ A• UNIT PRICE when the Proposal for the work Is to be Submitted on a Unit pr♦. e 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 estlrate of quantities of work to be done 1s tabulated in ,he Proposal and, Althougn stated with as much accuracy as posslblef is approximate only and Ss assumed solely for the basis Of Calculation upon 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 Owner reserves the rignt to Increase Or diminish the amount of any class of work as may be deemed necessary, unless otherwise Specified In the SUPPLLMENTARY CONDITIONS, B. LUMP SUM When the Proposal for tore work Is to be Submitted on a lump sum bads, a Single lump sum price Shall be Submitted in the appropriate place. The total amount t0 be paid the Contractor shall be the amount 0• the lump SUM Proposal as adjusted for additions or deletion •esulting from charges In ennSt CU-tlor. The Bidder shall furnish, In the space prOVIAed in the Proposal, a breakdown of his lump sum bid• C. LUMP Slim WITH EQUIPMENT SELECTED BY OWNER When the Proposal for the work Is . b be submitted on a lump sun basis with equipment to be Selected 01 the Owner, a lump sum price Shall be submitted In the appropriate Place and separate price Proposals shall be submitted for listed Stems of equlPment as produced by different manufacturers and shall include the cost of installation• The lump sum Proposal Small not Include these listed items Or Cost Of their Installation. The total amount t0 be paid the Contractor shall Include the price Did for the listed • Stems of equipment to be furnished as selected by the Owner, plus the amount of the lump sum Proposal, as adjusted for Additions and deletions resulting from Changes In Construction• Bidder shall provide a breakdown of the lump sum as Specified herelnbefore under LUMP SUM, WA Instructions to Bidders 3 U. SPECIAL BIDDING REQUIREMENTS In the event there is a reed for Spe:lal bidding Procedures and requirements for parts Of the work Under this Contract, such requirements will be set forth in Section SUPPLEMENTARY CONDITIONS. 9. PREPARATION OF PROPOSALS ........... .. All rlank spaces In the Proposal forr must be tilled in, preferably In BLACK Ink, In both words and figures where required. No changes Shall be made In the phraseology Of the form$. Written amounts Shall govern in Case of discrepancy between the amounts Stated in writing and the amounts stated in figures. In Case of discrepancy between unit prices and totals, unit prices will prevail. 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 Lne prices are obviously unbalanced, or which in any manner shall tail to conform to the Conditions of the published INVITATION TO OIL. The hidde: shall sign his Proposal In the blank space provided therefor. It Blddar is a Corporation, the legal name of the corporation Shell be set forth above, together with the signAture of the Officer or officers aUthorlZed to sign Contracts On behalf Of the Corporation. It Bidder is a partnership, the true name of the firm shall be set forth above, together with the signature of the partner or partners authorlzed Ln sign Contracts In behalf of Lne partnership. It signature is by an agent, other than an officer of a corporation or a member of a partnership, a notarized power-of-attorney must he On file with the Owner prier to Opening of Proposals or sUbrltted with ,he Proposal, otherwise the Proposal will be regarded as not properly author lted. 10. STATE AND LOCAL SALES AND USE TAXES State and local sales and use taxes, as required by the laws and statutes of the State and Its Political sUbdlviofOMS, shall be Paid by the Contractor, and shall be separately shown in the Proposal In the space provided. 11. SUM913SILIN OF PROPOSALS .. ......... All Proposals must be submitted not later than the time prescribed, At the Place, and In the manner set forth in the INVITATION TO BID. Proposals must he made on the Proposal forms provided herein, Each Proposal must he Submitted Ir a sealed envelope, so marked as to Indicate Its Contents without being opened, and addressed in conformance with the instructions in the INVITATION TO SID. AA trstrictlons to Bidders 4 12. TELEGRAPRIC OR WRITTEN MODIFICATION OF PROPOSAL ........... .. ....... ............ .. ........ Any Bidder may modify his bid by telegraphic or written communication at any time prior to the scheduled Closing time for receipt of bids, provided such communication 15 received by the Owner prior to the closing time. The telegraphic Or written Communication should not • reveal the bid pricel It should, however, start the addition or subtraction or other modification ad that the final prices or terms will not be known by tht Owner until the sealed bid is opened. 13. WITHDRAWAL OF PROPOSAL .......... .. ........ Any Proposal may be withdrawn prior to the scheduled time for the opening of Proposals either by telegraphic or Written request, or in person. No Proposal may be withdrawn after the time scheduled tot opening of Proposals, unless the time specified in Item, AWARD OF CONTRACT, of these INSTRUCTIONS TO BIDDERS shall have elapsed. 14. BID SECURITY Proposals must be accompanied by Cash, a certified Check, or Cashier's Check drawn on a bank in good standing, or a bid bond Issued by a Surety authorlted to Issue such bonds In the State where the work is located, In an amount not less than 5 percent of the total amount of the Proposal submitted. This bid security shall be given as a quorantee that the Bidder will not withdraw his Proposal for a period of 60 days otter hid opening, and that It awarded the Contract, the successful Bidder will execute the attached Contract and furnish a properly executed PertormanCe and Payment Bond in the full amount of the Contract Price within the time specifled. The Attorney-In-FeCt (Resident Agent) who executes this bond in behalf of the Surety must attach a nOtarlted cry of his power-of-attorney as evidence of his authority to bind the Surety on the date Of execution of the bond. If the Bidder elects to turn a Bid Bond, he Shall use the Bid Bond form bound herewith, or one c—t Orming substantially thereto in form and content. 15. RETURN OF BID SECURITY • ...... .. ... ........ Within 15 days after the award of the Contract, the Owner will return • the bid securities to all Bidders whose Proposals are not to be further Considered in awarding the Contract. Retained bid securities will be held until the Contract has been finally executed, after which all bid securities, other than Bidders' bonds and any guarantees which have been forfeited, will be returned to the respective Bidders whose Proposals they accompanied. wA Instructions to Bidders 5 16. AWARD OF CONTRACT Within 45 calendar days after the Opening of Proposals, unless otherwise stated In the INVITATION TO BID or SUPPLEMENTARY CONDITIONS of these Documents, the Owner will accept one of the Proposals or will act In accordance with BASIS OF AWARD, below. The acceptance of the Proposal will be by written notice of award, mailed or delivered to the office designated in the Proposal. In the event of failure of the lowest responsible Bidder to sign and return the Contract wlth acceptable Performance and Payment Bond, the Owner may award the Contract to the next lowest responsible Bidder. Such award, It made, will be wade within 60 days after the Opening of Proposals. 17. BASIS OF AWARD The award will be made by the Owner on the basis of that Proposal from , the lowest responsible Bidder whicG, In the Owner's sole and absolute Judgment, will best serve the interest of the Owner. When projects are paid for In part with Federal funds, the award will be made on the 04516 of that Proposal submitted by the responsible Bidder suhmltting the lowest Proposal acceptable to the financing agency. The Owner reserves the right to accept or reject any or all Proposals, and to waive any Informalities and Irregularities In ■aid Proposals. 14. EXECUTION OF CONTRACT The successful Bidder shall, within 10 days, not Including Sundays and IPOal holidays, after receiving notice of award, sign and deliver to the Owner the Contract hereto attached together with the acceptable bonds as reduired 1n these Documents. Within 5 days, not including Sunday$ and legal holidays, after receiving the signed Contract with acceptable bonds from the successful Bidder* the Owner's authorized agent will sign the Contract. Signature by both parties Constitutes execution of the Contract. 19. PERFnRMANCF AND PAYMENT BOND ........... ... ....... .... The successful Bidder shall file with the Owner a Performance and Payment Bond on the form bound herewitn in the full amount of the COntraCt price, as security for the faltnful performance of the Contract and the payment of All persons supplying labor and materials for the construction of the work, and to Cover all guarantees against detective workmanship or materials, or both, for a period of 1 year after the date of final acceptance of the work by the Owner. The Surety furnishing this bond shall nave a sound financial standing and a record of service Satisfactory to the Owner and shall be authorized t0 do business In the State Of Washington. WA Instructions to Bidders 6 The Attorney-in-Fact (Resident Agent) who execute$ this bond to Denalt Of t" Surety must attach a notarized copy of his POWer-of-attOrney as evidence Of his authority to bind the Surety On the date of execution Of the bond, ?U, FAILURE TO EXECUTE CONTRACT ANC FURNISH BOvO ....... .. ........ ... ....... .... The Bidder who has a Contract awarded to him and Who tails to promptly anA properly execute the Contract and furnish the Performance and PayneOt Rond shall forfeit the bid security that accompanied nis bid, and th♦ bid Security shall be retained as liquidated damages by the Owner, and It is agreed that this said SUM Ss A fair estimate Or the amount Of damages the Uwner will sustain In case the Bidder fails to enter Into a Contract Sri furnish the bond as herelnbefOre provide0. Bid SOCUrlty deposited in the form Of cash, a Certified chOCK, Or Cashier's CheCK shall be subject to the lame requirement as a bid bond, 21. TIME OF CO'APLFTION .... .. .......... The time Of completion of the work t0 be performed Under this Contract Is the NSSence of the Contract. Delays and extensions of time may be 4110wed In accordance with the provisions Sated :n StCtIOn GFNEPAL CONDITIONS. The time allowed for the co�pletlon of the WOrK !s e'%ted in the Proposal. wA Instructions t0 Bidders 7 I M NOTE TO BIDDERI Use Preferably BLACK ItX tar completing this Proposal torn. PROPDSA: • City of Denton, Washington To: ........................................................... municipal BuIldlnq, 30J will Avenut South. Renton, wA 9@055 Addresa: .................. ........................ . ................ South Talbot mill Pump Station Project Tltle& ................................... .. ...... ................ S11611 Jl Project No.: ................... .......... ...... . . .. .... ......... .... . .. Blldert ..�tf.VJ..�.�ft�tiGS i...w l!'4�....... ... . .. .. . .. ....... .. .. A darelgt � c'Jq� P �.G. ! I..Y...i'..G�wLJ..I1.4Y..J.:N..lDF::i....... ... Octet ............................................. . Bidder's person to contact for additional 1Information on this Proposal& . ........................... . . Telephone: ....lrft�.:c:��:.✓.:J......�:C..�.KS'.l�l �.�i..Gl!/j .. . . 'Contra Ctor's License No.t ......: .[.:�1..:.(..:.:'/.:�..t�7t.i1:�.{.. . .. . .. . .. . ... .. . . BIDDER'S DFGLARATION AM UNDERSTANDING ........ ........... ... ............. The Jhllrslgned, hereinafter Called the Bidder, leclarte that the Only person] or parties Interested In this Proposal are thota named herein. that this Proposal it, 1.1 all respects, fair and Without fraud, thar 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 tunmltting another Proposal on this Contract. The bidder further declares that he has carefully examined the Contract Documents for the construction of the Project, that he nag personally inspected the site, that he has aotistled himself as to the quantities lnrolved, Including materials and equipment, and conditions of eorN Involved, Including the tact that the description at the quantities at w orW and materials, as lbeluded htreir, Is brief and is intended only to indicate the general nators of the worK and to Identity the said quantities with the Walled requlremehts of the Contract Documents, and that this Proposal Is Page according t0 the provisions and under the terms Of tn• Contract OOcuments. which Documents are hereoy made a part of this Proposal. Proposal I The Bidder further egrets thaS he net exercittd his own Judgment regarding the Interpretation of Subsurface Information and hat utilized all data +n1cn he believes pertinent from [M En91nSet. owner, and ether sources in Arrlvin9 at hit conclusions, BASIS Or AWARD The proposal , the lowest responsible Bidder will be that proposal with • the lowest 0421C LUMP Bum bid plus the sum Of tht prices Of flnally $eltCted Owntr-{elected equipment. The Owner reserves the rignt. before the Contract It awardtd, to Select any Owner-LaleCtad CgUIPmtnt e9ardltss Of the price, as will best suit the Interests of the Owner. The Owner will consider all aspects Of quality and Conformance with these Specifications fa well As price. CONTRACT EXECUTION AND BONDS ........ ......... ... ..... Tne Bidder agrees that It this Proposal is 4Ccepted, he will, within 10 days, not Including Sundays and 10941 holiday$. After notice of award, Sign tht Contract In the form annexed hereto, and will at that time, dellvtr to the Owner the PerfOrmanct And Payrent Bond regOlred herein, end rill, to the extent of hit Proposal, furnish all machinery, tool@, apparatus, And other means Of COnStrUCtlOn and d0 the work And furnish all the materials necessary to complete all worx as Specified or Indicated in the Contract DOCUmAttS. CERTIFICATES OF INSUPA4CE ............ .. ......... Tne Bidder further Agrees to furnish the owner, CefOre ccmmenCing the worx Under this Contract, tht Certificates of insurance as specified in these :ocuments. STAR. Or CONSTRUCTION AND CONTRACT COMPLETION T1.E The Bldder turtner agrees to begin work within 10 Calendar days After the date of the 41000LlOn of thw Contract and t0 Complete the Cnnwtructlon, 1n All TtBplCts, within 110 Calendar days After the date Of the execution Of the Contract by the Owner. LIQUIDATED DANACES .......... ....... In the event the Bldder it awarded the Contract and Shall fail to Complete the work within the Clmt limit Or exttndtd time IIm1L agreed upon, AS more PSrticultrly Set forth in the ,ntract Document$, 114WIdated damages Shall De Paid tt to* Owner at the race of 1250 per day until the work shall nave nelh Satisfactorily cOMPleted as provided cy the Contract Documents. Sundays SAO legal holidays shall be exCludtd in determining days In default. Proposal 2 ADDENDA The `Bidder hereby acxnowlfdges that he hag received Addenda No's. lBidtllr�lnaf . ..... ...I I......... I .."....... to theta Specifications. received.) SALES AND USE TAXES The Cidder Sgrets to PAY all tales and US* taxes for the rorx Contemplated herein as requlrod in the State Of Washington And as separately listed in the space provided In this Proposal. Whets the estimated gales (use) tax Ss called for In this Proposal torn, It Shall be considered as an estimate only of trio amount Of tales tax that ■111 be paid by rho SUCCISSful Bidder On materials incorporated into the wOrK. In* estimated t x Will not be tabulated as a COmpetltivf bid Stew In determining the low Bidder. Should the for Bidder's estimgted sales tax Items Appear unbalanced, the Bidder shall furnish Such evidence as may be requested by the Engineer to Substantiate his estimate. Prior to the e xecutlon Of a Contract for the contemplated worK, the lstlmateJ tax after review and approval by tnf O■her will be added to the lump Sum and Owner-soleCted equipment prices bid for the WOrK. BASIC LUMP SUM BID • SOUTH TALBOT HILL PUMP STATION The Bidder agrees to accept to full pay*ant for the lump SUM worK proposed Under this project, as herein SpeCLfied and as Shown On the Drawings, baSed ❑pon the undersigned's own estlmato Of quantities and Costs, not Including Ina CO.t Of furnlsning and Installing the Owner-&elf Cted equipment Items 11Stad 1n the proposal, the following basic lump sum bid Of (not Including Sales tax)l L:.�4.e,iv/(.L•�Yt.l1�:.•W�evs�.+3.wlW+r�VC(.��did��'" '/and.......�l/otl.:.::.......�. .,......;..Cents (Amount written In rOrdS has precedence) Estimated Sales TAX (S.sU 8.101,.�<./_ (Not A Bid Iteu) Y BIDDER BREAKDOWN OF BASIC LUMP SUM BID ...... ......... .. ..... .... ... ... S OUTX TALBOT HILL PUMP STATION ..... ...... .... .... ....... For the Sole purpose of facilitating monthly progress payments, the following brfaKdown Of the basic total LUMP SUM bid is t0 be given. The orIce br HKdOwn shall be t*lrly Apportioned t0 tnf Vari0us parts of the w Orx ahm shall moot with the Ehglnffr'S Approval. It 10 requested by the Engineer, the Contractor 6.1411 substantiate any price Or prices with additional detail ;race breakdown. In the event of d1SCrepancy between the Proposal l wrltten lump Sum Stated in LUMP SUM BID and the arithmetic total or the following BIDDER BPEAKDOkN, the lump Sum Rated in writing shall havh PracedanCe. (She Bidder must Submit with this prop 'Sal the aDDo[tioned amounts for the Items lilted below.) Section No, Title ....... ... ..... Amount 02015 Move In and Site Praparatlon S. 02200 Earthwork 1:3f:,.CCP...... 03301 Reinforced Concrete 0{2)0 Reinforced Hollow Unit Masonry 1 �Ct G1FU i...... 05500 Fabrics to Metalwork and Castings 075e0 Fluid Applied Roofing 07900 •..... Sealant -, 08110 Hollow Metalwor : {....�c:Y...... 0e700 Finish Hardware 09721 Seamless Quart! Flooring 09902 Painting •.... I.y.vcN...... 15003 Ductile Iron PIP@ and Cast Iron Fittings {.fr.�cr1J..... IS160 valves and F1owNtert y 15261 uentllatln9 System {.. 15e00 Plumbing and MIACellanooVS piping e, 16001 Electrical BASIC LUMP SUM BID (Not Including Sales Tax) Fatlmated Sc �e tax (5.Ia) (Not A Bid Item) Proposal 4 OwNFF-SELECTED EOUIPME;.T .............. ......... The Bidder further proposes to furnish and Install In accordance with the SpeclflCatlons, bound herewith, the Stems of equipment specified In Section 1100e, VERTICAL TURBINE PUMPS. TM equipment under this Section Is to be turnlshe! and installed In operating condition by the Bidder for the total price a, shown under each respective Item In the Proposal and is to be described by Information furnished to -he Engineer by the equipment manufacturer prior to bid opening. The Bidder shall list price proposals from at least the equipment manufacturers specified or listed below and Include the cost of installation, complete. In addition to the manufacturer's equipment speClfled, Bidders may insert In the spaces PrOVided below, other manufacturers' equipment Chat will meet the specitled requirements. In* prices quoted for other manufacturers' equipment shall Include the cost of Installation, Complete, Including the Cost of any smiln Sering redesign aork It It should of required, and the cost of any electrical, mechanical, or structural modifications to adjacent ant Intectacing equipment necessary to make all of the IOVeral parts fit together and perform as specified. Selection of the equipment to be furnished will be made by the Owner. (Continued) Proposal 5 EQUIPMENT PROPOSED FOR OWNER SELECTION ......... ........ ... ..... ......... Section 11004 Domestic PUMP NO.1 U Uant liyl 1 (Constant Speed Byron Jaexson !-lncn G-L Electric Motor-Driven) • Name Of MAnUf4ctUrer Type or Model • • •••••••••Ts • """•"•.•"• '.. q ent / •EgU10Ment For.�eY.u.wW$�.As.�:ev{et��a ..7F4e4....Dollar$ and.......?:l�A:...:�. ., :':..... .......cent$ $r ,G.".,I.c..... Estimated Sol*$ Tax (5.4%) (Not A Bid item) Dome/tic PUMP NO.1 QUertltyl 1 (Constant Speed P elf le/$ Electric Motor-Driven, . . ....................................................................... N sa• Of ManUtattu[et TyD• o[ Model [qu1Dn'•nt For........................... ...............Dollars and................................ ....... ...cents I.............. Estimated Sales Tax (hot A Bid Item) 0OM6%tlC Pump NO.1 JUan t (Constant Speed Johnson on ��. Electric Moto -D r CSven) ... ..... .... ........................... Name of ManutaCtY/Nt Type or Mode: rgUiprent For.�,.��.uC�m 14t,}•.�Nr.ti�..��1...............Dollars and......./.;4 ti...�... .......I.... - .. ..Can U s.l a..i�........ Estlmat.ed Sales Tax (5.4U s,y (Not A Bid Item) Qu4ntltyt 1 Domestic PUMP NO.1 (Constant Speed .. ElaCtrlc Motor-Driven)................�:�:::Model� ................. . Name Of MOAUfAetarer Type Or ����� 1•'' i COUSPMMC For"e4.Vtt'4W/+t Y{. 4..M14✓<{':�..e< tt►. trD..Dollars arid. ..... _ �.F.W.......: —. . ..-. .,. . . .. rr.//Cents f.�ai�li.r./..... Estimated Sale$ Tax (S.H) (Not A eta Item) Proposal 6 E;UIPMENT PROPOSED FOR ONNEP SELECTION ......... ........ ... ..... ......... Section 11004 KA/ Domestic Pump No,1. JdanT3[yt 1 a (Constant Speed ve Sk f✓l<_ b*m&RROPE@ * Electric Motor-Driven; .. .......................................................................... me Name of M��artutaetYNr Type or Model EOUlpmer- 14 ror,�Fl. a+A�.J►�hl.�i i il: � {'T:e4�{s4�.Do1lsre /- Y" N and...... ✓H\..............................•tionto 1. • \. A..... Estimated Sales Tax (S.e\) /..i:a.Yh (trot A Bid Item) Domestic Pump No 1. Suantityl I (Constant Speed IV4 Mawlr! - -` Electric motor-Driven ., l-r.4�t(k�.✓.>>w.ac..... a �.................................. rm xa me of M7enutecturer type:or:?NOdel 9OY1Dment Fot�6r�✓.i. V .04'/;o.G.ti...............Dollars ).• ._'. /^ ...I and..... /Dv.............................. ..cents 1.N M �..... Estimated Sales Tax (S.fU 1.3 L•.r.'j (Not A Bid Item) Domestic Pump No.l oUantltyl I (Constant Speed -lVq Johnson Electric motor-Driven) lDx Name Ot NanUlaO[Yt7 Type OT Model EOUSDmert F)r..........................................Dollars ...� and...........................................onto a.............. 1 Estimated Sales Tax (B.H) 0.......... t (Not A Bid Item) .1 Domestic PUMP No.l ..sntltyt I (Constant Speed riv Electric Motor-Drivfn) ... ........ ................... Spm Name'ot�ManulKtUreT• Type�ot�Modsl �E Quipment For.. ........................................Dollars c, ...1 ar.d..........................................Cents I.......I...... Estimated Sales Tax (5.4!) 6.......... (Not A old Item) proposal T NU1POENT PROPOSED FOR OWNER SELECTION ........ ........ ... ..... ......... Wtlon 11004 ....... ..... ;- OuantltYl tICE ^�� Domestic Pump No.2 'tPaMex�� _,1 Mt (Ct t Speed 'v <t1�SYL ~"��� Electric )totorDriven) ...................... �n Nee�o! Nanuteeturet Type of Model••••••••••••••••••• ••••••••• (O . 71/O(/end,.... iG1'....... .... •.G..{Yi�. .� ... .................Cents ..• Estimated Sales Tax (s.iu (Not A Bid Item) 1 Domestic Pump N0,2 OuantltY) 1 (Constant Speed Sv }wrEww t�-- Electric motor•Drlven) ... .............................. pm ine,ot,Nanutacturer J Type loi Node1 EQulDment /or.N�iti4 7.ji�t[•.✓iYf Cot.,kf e�N4cd.(rK'�,s,4..4 Do 11 ar t .... -...onto e.t7../..:�. Estimated Sales Tax (S.e%) (Nct A Bid Item) 3 Domestic Pump N0.2 la Mtit S': 1 (Constant Speed;onnson Electric motor-Driven) ... ...................................................... .......... a .......... .DR teas of mnutaeturer type or NOdel EOulpment r:.r....... ...................................Dollars ... old..........................................Cents I.............. Estimated Sales Tax (S.a\) (Not A Bid Item) �1 Domestic Pump N0.2 r ant ltyi 1 (Constant Speed rlv Electric motor-Driven) ... ........ .................................................................. 1Dm NaM Jt NanU bCtureC Type or MOde� CQuSDmenC tot.. ........................................Dollars a� ... o�d..........................................Cents 1.............. Estimated Sales Tax (S,ae) 1.......... (sot A did Item) Proposal 7 EQUIPMENT PROPOSED FOR OWNER SE1iTION ......... ........ ... ..... ...�.... Section 11U04 744ntlty: 1 1 Domestic Pump No.2 1- (Constant Speed Byron Jecxaon -tFln en C.M' Electric Motor-Driven) ............................. .......................................... . . Name of ManutaCturer TW or Model Equipment. FOr.4***( wrfe�e�i aa.�e►.1(avr� •Ar�..�(.v.Dollars C c � .r. and...... !K'................................cent. I.Q,:r.%�...... Eatimated Sales Tax (5.44) 1.j; (Not A Bid Item) DOmestlC PUMP N0.2 Quartets: 1 (Constant Speed Peerless Electric motor-Driven) ............... ........................... ................ ................ Name of ManutYCtUter T!M or Model EqulDmMt For.... .......... . ..... ......................Dollars ant.... ............. ... .. ....................cents EeClmated Sales Tax (5,4U 6.......... (Not A Bid Item) Do.eestic PUMP N0.2 Johntity: 1 (Constant Speed Johnson �1 Electric motor-Driven) N aae•Ot,Mar� . ...... .Ir+.S. . . •................... .. ... ulaeturer� � Lu or�Nodel �I I ,Equlpment� For.jr.M.z�..ra1 r(�tOl�. 4viYM l�. •ft.001lars n �/ and.... ..............................._� Dents /i.l.'��•.••. Estimated Sales Tax (5.441 Lit'; (Not A Bid Item) Domestic Pump NO.2 duantl[y7 1 (Constant Speed /��' Electric Motor-Driven) J��.�. ..............l.Qr/.sc/................................. Name of M4 uf4Cturer TW or Model Equipment For.J4 rd,.%14 .at�t.�.aol„te� ,i........Dollars and... • . . ....•• .cents /, .... EstIm4tee S43aa tax (5.4ed (Not A did Item) Fmosal T E]UIPMFNT PPOPOSED FOP OKNEP SELECTION ......... ........ ... ..... ......... Section 11004 /Yj KKIf Fire Pumps Quantity; 2 (Constant Speed Byron Jackson !•i 00 N'Q-L Electric Motor-Driven) .......................................................................... • Nimf o! Manutf♦G�t ure[ Typ/e or Model COU1Dment For ( ,:f�<`. .V�irc i<4+�. .W..✓Iu�MLYc��(4(�rfNne is I and`...;. {(vP...:! F:ST iv k 4.. . Estimated Sales TaX (S,aU epi.. . . (Not A Bid Item) 0 uantityt Fire Pumps (Constant Speed Peerless Flectrlc Motor-Driven) .......................................................................... Name of Manuleeturer Type or Model EQulpment For.............................. .. ..........Dollars and........... ........................ .......Centf 6.... ...... .... Estimated Sales Tak (5.4%) s. ...... ... (Not A Bid Item) Fire Pumps Jaan[ityt ] (Constant Speed Johnson /y .\ Electric Motor-Driven) N amf of Manutvcturer Typt o[ Model EaulPment Foa<�y.r♦�v;�a.Val�as 14 M At.'4V,{Y.J•�tstii.D o ll a r s q and r:.... .44�t...................:.i.7i i(/r.... /cents s..i..`t.'y...r..., Estimated Sales Tax (5.4%) 6;�:i`J1'/vi (sot A aid Item) Fire Pumps Ouantityt 2 ! / (Constant Speed ��lll (KgqJA..............I.Q1`4r.. _.ElICtrie Motor-Driven) Namfot Menu l aeturer Type or Model. . .•.••...EQUSDment• For.441�q '.C�tc. ..vtW:.V�kl. ti•}14� a+..a1.%iiars and...."lP ......................... ...(/ ...Cents 6 Estimated Sales TeX (S.N) 6.v0i.r4irlvt (Not A Bid Item) Proposal B M EQUIPMENT PPOPOSED fON OMN[P. SELECTION Section two Quantitft i /b Fx l)Mty) floe Pumps (Constant Speed i�e�7R y69, �.c 44MONe►dp-L Electric Motor-DrI ................. 0 u t.r ....................................Equi. .a Nal.•Ot•�UL00 TyDO Or NOdel p -r1 for,.fe /"{/,F.VIOWp r(.Uiv P.ki K4Ns(d&04�.Dd13ua a/ •nd..�....�,{{QQ..i.......-.�i.... V.4c.nts t7 tstLated &also Tax (s.e%) a.a�.�,'��•„�h (Or A Bid Item) Fire Pumps QOantlga 7 (Constant speed rJ _ ),}•. y�•LSJ�• y �,, ,• Electric Mo tor-Dr i ............ Name of mut"turar •Ty/p+e or Model• EQulp fe iM(WFTf�.�i1'rsh 6.Q4(��V:...........Dollars cstL•t.d sales Tax (Net A Bid Item) Fire Pumps Quantitfl 2 (Constant speed .Johnson Electric Motor-Drl ........ .... .......................... . .. .. ......... . N am1 0! NIIU HC[uTe[ Type Ot Model EOYI..... For...................................... ....Dollars and..........................................cents I.......... tataeettd Sales Tax (S.aU 6.......... 1 (M A Bid Item) t Fire Pumps QuAntityl 1 (Constant Speed s _ Electric motor-Drly ... ........ ................... Name of Nasiltacturer Type Oi model EQu lily For........................... .............Dollars and..........................................cents a........... tatlated Sales TOM (! .4%) 6.......... (NotA old Item) Proposal e ( SUPETT It the Bidder la awarded a conatruCtlon Contract on thla Proposal, the Surety who Provides the Performance and payment Bond will be ..... /'1L ........................... .nose address 1s fcd...l�k.{�.... tfI.. e •"'•Z'' •• Loci. :I.b'JPP • Sttee NN,w Kt•wr �.k lr Clty state Zip BIDDEP Ina name of the Bidder submitting this Proposal is :; K G•rYJ...h K�..•...... ••• . .. .......•• doing bas:nesa at .............r ..Irf:lv(..GC( Street Cf G�tt...i0r::.. which is the address to which all CommunlcaL —s CJncerned with this ZSp Proposal and with the Contract shall be sent. The names of the princlpal offlcers of the corporation submitting this Proposal, or of the partnership, or of all persons interested in this Proposal as prinClpalsare as follows: ...1 rw t'�1•l..�iF. .�.'.�rVl'N`.......... ........ . . .. .. ..... ...... .. .... ... . . . . .. . . ... .... . It Sole Proprietor or Partnership ................................. I% .I TNESS hereto the ander si gned has set n I a (Its) nand this day �f . ................... .......... 19... ......................... .. ........ . ...S lgnature of Blddet " " Title.... ... ... ..... ..................... .. Proposal 9 It Corporation • IN MITNLSB NNLa[o► the underal lead corporation has caused tnl• instrument to or eNSCYtod and \\Its As" attl NOd er its duly authOrlsfd otticers this ..11 day oe ..:./L'x4i+i�................r lVY•'. (ML) iaaa :otooraeion •••.•........... ar.. �•!�mog .......... vela„ ' ••••• ... .. ........ Attest.F..44/`�l.4ii:t, 04 ..... secretary proposal 10 r TTW,7=D PAC t rIC INBVRANCE COMPANY HOME OFFICE FEDERAL wAy WASHINGTON BID wmr) Bw,d No N/A wWeO VEba1 TH!a"*RICAN INS',TUTE W ANCNITECTS APNESEN S,t Na A.IIp hEE9. hnolo KNOW ALL MEN By THESE TEEM VENTURES, 19. S.that we as P"Chpal,herrnafter Called thtfl'metpal and the.UNITED PACIFIC INSURANCE COMPANY of 5 fifty here nn tWashington e,on. a cor .are net Organizeda „"d8r tna h+ws of the State of Washington. as a to ahlap Ina S CITY OF RENT the N bound unto as Obl".hereinafter called Ihemlgee ,n the sum of FIVE PER CENT OF THE TOTAL AMOUNT OF THE 110-------------- rorthe Pa' mentatWh,cn sum wFe and trul-fp----------Dotlarid 5z of the BId----..h Ourse!vM,pw hMra,"Xiscutpls,aaRtfhslratorS. LtCCeStp/5 and dtt be mdde, the d Prinppal aria m"said Surat these Drawls V omti y.be'd 1 Y and severally. 4rmN by WHEREAS.the Rhnchr'1 has subwttrrs7 a bid for SOUTH TALBOT HILL PMP STATION NOW. THEREFORE if the Obi into a Contract ye rnan accept the bid of tfe P"011al and hne Prin,;ipal shall enter Whth thR Obl ION p dance with the IermS Of such bonds as may be sWit,ed m the eatbng Or Contract Documents f s bid. ind alive such bond or the talthliv Oerformam:a of such 6nlract and to, Irhe good and sufficient surety for ^'shed m thfprOsdicution thwaof_Olin th wornpt Payment pf labpr and material fut- and glue A,ch bond w e event al theta o the the I'rh the d t1 enter such Contract the Penalty hereof between hf PeinCh{el Shrill (18y to the(�ligee the dtt}Iaenee urc to ennwt gbh flood tarth gear wahslwr'hf*d in ,d bid urld aA,r, hdrger amOUnt eOr 'I"ch the 'Lae may in a pttyr Ited Infer Ines obligation shall Oe nub an voh warty to DarnRm the can iffet by ,hid bid. d,otharwrse to remain m lull Corse and effect Signed and sealed this HY aaYof January AD, 19 El, ,f /j,' `i --.IEEM yENTg.RES j� Nit-nai ` UNITED DPPACIFIC /INSURANCE COMPANY Lorf Netted, Attorney-in-Fact SOO 2.f05 Ed.10.73 (1NI'CED PACIFIC INSLJR.ANCIE COMPANY '• NE OFFICE lEJE4�r All NAS—NGTON POWER OF ATTORNEY .FILM AL.. MEN.• INE iE +RE SEN IS TM•M UNITED PACIFIC INSURANCE CGW.NY .mranlp drlr ww^�tp SiF +nov IM NM H'tow el NKn.nrFrwl pw lypr•IM. .CmInVN PAS KRHpI r •tl lruF MO NNur AndINY N.iIM1.1.Roo..M.AI ,HIRy wtoNW uEiFW1,MRaI"KINMr A:;- .\,,.. LONTS ri:i.^, :.^t.;ER AK:.YS �F rII.•a dp rrN JNITEJ PACIF IC INSURANC E COMPAN r'IMIwv IN rul,PIN.wrM WM.nM1 nd wM ooRN wdmm�p rp.lM.Mrt,nl. .Nor oo FYtn'"fP. .M Mr r.r.I.r~O OY.n Etd "I"pbKr el•M UNITVID PACIPIC INSURANCE CCMPAN V Fn0 Mrp.na Fuwtp Or On. .OY rH,IN.Fn0 pnlumF FII IMI•la MIY AiIw MY1t1Mf K1 MY m•n PylFyed INrpl wl•.%. v .vdlNr It V..upN w0 Or prnw•q OI At".N VII OI IM SP LFM OI UNITED PACIFIC INSURANCE COWAN,rrn¢n ddT..11Kt•W S.d.rNt« 1 1915,MK^denYent N.nOyr.n lull Idd Ip.1rM.'Pwlp w IwNM ARTICLE V1I - EXECUTION Of BONDS AND UNDERTAKINGS 1 TM SOHO al OlrMwt IM P•wM.ltt IM CMnrnM OI IM Bow..Mr SMId VIu h.IgMI.or VId PrwrAFln Or Aunl.nl vrw hwldNl )111H OIII"I yywylb nY IM."', JI D•�Mwt IMII MW mwd MO Wibr,lY 10'.r.0..,^I A11w MYt n FM.p rO.V111dIt.iMT!O..KYI. J•dNll al eM]unldnv.ppt.p ergw NV Mt 'PoIII un<N.pnv.nt al.p.mn.ly.n.O~w p p t mpl0w•n IM It".IMIpI .p .I a•w110w.nr WM AIIOr MY..n FM r tl Mr I� "o IIp\.IM e.rwl M.pl Mlrlr EINn I. Is—INN.n.'rTnN•On.pl tM pW«OI HtdMY NIIb,.IMn_I..\KYN . a tow,1.1 IM COmpny OOn.t M.ypwl.\,rW ,..pylt.YM.,..I'Mt Ol,ndmnnv.M oiMr wr..Mt mIIMIpY'n rM MIWP tMr.01 1M cwmr.l.tyl•t pl MMMn Id .,IY al.lry Mond MC un.NiN,IIEr ,rm9rllMn.w.dn11Mt OI,n..11M,ir.p O1Ml rN•I,nE. 01.11 •n'M MId.IMrpl ] Al1Or Mrt.n iM Wn NW mM•.p W Inwrly IO..KN.Flly.un\rp«rp l0 d.II.MM 10 mpl.r..pEn.<.nM.<MIr.Rt VI.Iq.m. n•IY d nlM 9 , l Or aOl y.lOn upN\lt YI Ft wl.dN IM11.Ip MN mM.l MO piM1,1Y l0 Mnlr IM I,Yn.Jr n.iNMl11 OI IM DOIrIynY MO I • ,O OOdw VI M Br'JM al iM C.rgry y.nr wnH.Yr W,4nn Inwel Tq mMb al H.to., t Y"..p WN. eY IMIm.N .,Now M.nY WIId9v o1 IM 10IIOM,nq Rwwyl•On bmN.br 'M 90V.w Du KiOrt OI �NITEOPACIPIC INSURANCE COWAN,.UPmMlry na.e,lM 3ln yY Or IuM 12n to MIcn..Iprulll+•tl o-HM1..p NM R.MIY1,M nd p1 'awn F11M...or..w.Ip 'RHww..Iw IM Iy1.lYrw a11uM...Kmrt tp Ofi.wt.p•M rw Jr m.r.mdnr nNr to HII.p 1.Mr turn O.ww.r Mewn.r or Mr emr,Ml.gNIIry twno.r wo,"'.N..n.Mr Mt,mw...l.it.r Mr.r:Nrvnul.OMrmq 1V11 NNITN NM.Iu1N w-us IN YI.NI,d rHM.n.OIpIM Vmn In.Wlnynr wNf tnr IVM wort,to,".0w M.Cwtll.b Or IM,mIN YwNIVH wM IKYmn.WI IMII w WI...p OIpIp M.IM COmwnY In lot.Ia1N1 rr11n'P RKt lO.nr.O^O oI up«IH Im 1.wR1aw 11,.NIKnp IN MTNESS NNERIOP IM UNITED PAC"IC INSURANCE COMPANY MI oP,M III.K PPP.Mlt le d 1yN.py nt v,M hp.Ml .p n mIbIN. wlro dnwHe.nnb lnn ... ..r nl •_'CCC' 19 .. ."Y UNITED PACIiC�3V hCE MFAN� Y.hwNMt STATE OF ' COUN"OR ;�.,no; �A On . e .uY.1 7ep.ea;er 190.;.pNpnN1Y..O.Np 7r.ar_e3 9. •^+..qnn 10 d IN v.car.tEM1.r•M'NITID PACIFIC INSURANCE COMPANY Ma KrndYy.F.p 1n41 M.rwYlp.p.Itnlp m A••IE •.01. llt wN.IIItp IM"OI.cd.VIHIW IMIHO,wE Iw An NN V II $w11pn 1 j Prp ]OI tM B L y .wl.I KC COm.MY w10 r Mwlm Nn ri rM11 IMIHn w."It w ruu•.:p Ine M C.wII11Ww l.BVK Tian 12 .1982 / N.Nrr F,e_ea In MI A IF of RePtIMN Tacoma I harLe3 „ Falskev ARrI1M1 S.prurr OI I UNITED PACIUNITED IC INSW MESS A00 COMPANY. a IWNy whirr IMI IM .90N,t, IwPmlllF..YW.wl oir!pRy of P RINNI YI A11w My NPCY1..9y rro UN1TE0 PACIFIC 1y�R��� da.M..NM '•��^•rN.COBMANIF.AIM I.HnI inlwl IN NI•NESS Nrt RE OF No.NP.,.W wN Mn.wN � �-�-=-- Gel•01 [e .SO ��u' �r ...IwM13KwW. 9TAT8 or wAsaQ\a1'ON DEPARTIyE" Or LABOR AND INDUSTRIES AFFIDAVIT OF WAGES PAID On Public Works Contract Awarding Agency . Contract Number Date Contract Awarded_ —. County to Which Work Performed, _ STara or Wava,,C' N Loestion within County_ _�-`---- CouNry or In compliance with RCW 39.12.040 1, the undersigned, Ming a duty aulhori —_�:t�•� i r__ ,,�—_/�•. r�t � rod representative of do hereby certify that in connection with the sr /I r ire vpjf r maaurrwr described for the Performance of work on the public works each classification of laborers workmen and mechanics project above _ , 19 the following rates per hour for mechanic employed upon such work has been echo mcs have been paid and no laborer by the Department o! Labor and paid less than the prewilln r , workman or WAS A STATEMENT Industries as specified in tha g He of wage as determined TEMENT OF INTENT FILED?_.___ Principal contract, List belowhave each craft employed by you and the hourly rate and fringe benefits paid. In addition, If a Gces have been employed, list their names and,or registration numbers and their stage Classification of Labor PPren- �f g o! advancement. C.4.t rr,,,{,.r Rateof Hourly Pay Fringe Erin Benefits Paid /arlS .Ji ) Man: Attack AddtYeael inset, as Naadet L_.j7tr,— Subscribed and sworn to t Ma"t y before me By {:r _L�au Chile) N a�Y raNta Ia.ad fa.sk. M " rowed Ia weAw4fta, gwla wayayata, T>,h raatV r�ra� a's dr4annon I\SIRUCTIONS: t. contractors,pursuant to RCW 39 12 C90 copies of this firm must be completed by the contractor and each of his sub- 2 Complete this form in dup 3. S licate and have it notarized. ubmit this form for certification to: Ir dustrial Relations Division, Department Labor and Industries. General Administration Building, Olym)is, Washington 9850I e File a certified c0 UStr lf, CONTRA DY with the Awarding Agency. CONTRACTORS, ARE RESPONSIBLE FOR OBTAINING TRACTORS. This is re uired b law and AND FILING AFFIDAVITS of t he SUB arc Bled, Payments can not lawfully be made until such affidavits PART 2 CITY OF RENTON FORMS NlDIIItT "A" CIrY Or mcm, SUMMARY OF FAIN PRAC7;CRS POLICY ADOPrrD NY RNSOLUTION No. 2_ 740_ rho potioy of the City of Renton is to Promote and afford equal t raatOppo tunawd terviao to at! o{eison• and :o assure equni omplay- moat Opportunity !o at' p,rsmta roeardtea• of rant; *quad; *ploy: te, i ns*sonar origin; •s:; the pquo*na• uJ a non-,fob-qula tad rit. Poll*seneoPY, or mental hands eaP: opa; or ma rs sal atatrs. Opportunity y and CS b• board on the arinoipto• of opparlrni ty and affirmative ao ei on pride if 00 as oral smptoymt"t foddrd . as la and iota! IaWo. Ait de tat forth in Ronton shall adhoqu to the Jotiowin part.•";• of the risk of Y Fri do ltnto: !Il r . Ir PRACTI s - sit setivitida Palatine to employ- end ment tee as roar, event, selection, promotion, termination ""nor.training rorsO lmel doo'"'"`Will"be based on tainoi J�al Parfopmano*, otaffing roquirone*ta, and in ae*indivi• With go. mime Civil Ssrvis. La Ws and dAo agreement 6otusse the C[ty of Ronton and eAe Yuohington Stcto Cornell of Conn to and City rmployeet. It/ COOPNRATfON ylfN b'UMAN '!ONES OROANIZA IONS - rho City. of •"con w u 000porato h Y W t a ergo" ea ti ono and eammi seions orpgnt t*d e p praotiose and equal opportunity in *mploymeno t.rowoto fair y !J/ APPIR Af rr C ION PRORRAN - rho City of pan to Affirmative ve Age on raeran u e me neainod to Jaaili to is AAfirmat• . representation within the City Workforee and to astute equal employment opportunity to all. It responsibility and duty of q,t •halt be the to oarry out the Polio' City *ffioia t• and employee, measure* at qt fortA y Y,idoiins• amd oorquet.u• employment programs Mal,Y this program. Copquotivo the quoommemdotion of anb1 adtabZish*d by the Mayor an thgao doper t=tn t• fn uhiah fairmntioe Action Commit.** for if undo r.re Protoo red eZat• of amp toyqu• P, ;"t,red. !tt COR RA TORS' U LIGATION - Cantraotarq, •uDoon tray Ror• and OUPP era *on ,oec�yatnete with ;b City of Aenenn Dial; affirm and *,be to the Fair praotiooe and N",- Dioepisination poliafea •,t f„rtA by tau an of 'Pmotiuo Aotion Pp.gro,, d in the Cops as of thio poli*y •hall be dirtrib,ted ea all City e Aa l2 appear in art apporattonai duoumentatiun of the City,bid mat lo, and shall b ty,toyoto, facil[tfat. • Pwwinenby displayed in appropriato"`ityiep CONCURRND IN by the City Council of the City of Ronson, Washington, ` this "d�—' day of hmo Iteo. clrl OF erproN: 1 RryroN Ctr7 COUNCIL; Uwpaw mayor Attest I ianAait President Issued, July 10, 1972 ctt7 sr n R,vlsed, February 9, 1976 Rsvl Gedi June 2, 1990 L[RI11CAttOm My PaOMSSD COrITpKTOR. SUbCONTRACTOA Ave. SUP►LIkA AWARDING MIAL IAPLDYnENr oppONrORITT IIISTAOCTItMi cstion TnrA9du cY.prtltl"Ovid 1a rNWred p[rwnt to IONaI Aeecutir. Order Ill/a, The I&Plaesnting rules old W re t</ "ere"all that 0 As initial r or "It Or a contactor, or Ny of their proposed •yb<ont a<ton path la bay prsvlaus Clletaer ^ the bid or neeetation. of the contract 'Tic It hap !fled all o of subcontract lub)ect to the equal m .be, ar It Ma 0"1"Ace agora dw unesr • PortunitY cLuee. aed. ,f The City has n4clUtora PP11eNle Ingtructlons. aolicy,• as Implaosnted bbaopted ANelut/on 1140 under date of IuAa 1, 1PS0, w[.d1 bntoa to promote she afford helit tlw Action progry eMceln aredine eM n9 • •Talc !o<tl<.a opportYnI MAed oe a►lllt ague! treetr.t and service t0 •11 eltleees and Poi ICY Of the City or net. orl Y .. fltnees to All persons r.gara)eos of rA re d,&.SureCol pusl employment esrltol status. dear the prose of a den-)ob.related esr cass. rolore &pj leltY• Shq pellq wall ilkawSN • MYolul. •eneery or esnal Aandlup. des of corgwtlnt ►w/heTh with the Gltr o! pply to All eontrectors, sub^,o tractora ,Ad pile N. The aferrAmwt! alalso who In turn shell Affirm and euA•crl e0 d suppliers OCRing tsl N►►PPltsve ss ppevlNer tholl rt apply to rontaea or he eo soli preetlao contra<ta of less cede blpvartert.ls ba 11s.o Or areeAL%O%L a wl th leas than�lowirat to tot standard business par Anna. with the CItY. O�loyeas or Men the Contractor/00"Ontracter/Suppl lot (Royal tsr re breed to a the the Cl ty of Menteh to atlbmlt Ae Alf Lrrtlw ACtIN pan. Lhe .!nave acceptable Omployrnt will be Chet Contactor, a required by TIOet Abinl In PercomptAga which Is currently listed In A x I- jC paanaN of minority •vAllsbls for the Hw1LMod City of PeAten Afflrrtiva Action Pr wend![ I• .1%. o! Menton Goals and [W iaV at tme wAi I<IW1 aullding, °Are.• l.e� f.l•. Thle Proq,e. !• The and.tract h will Gtor therefore covenants, stipulates end Agrees that outing the aAla contract M will vet "therefore against spy When !n M�l��, aaunq or eny other deco er sendIt"' of Wrforesnp O[ tho (III easmployrnt. by [esoen of Such personga status. log, ence tporlss !!sled In Wra. I above. Wnon • status. r.brrn<s Contrestor further egress that he will take Afhrrtlw and Contlnuow aetlOn a0 to w-:h such P011oy and progress In all [aspects: It helny etl<tly understood and Need that comply with any of the Carr of gold are tuff compliance • on tract. provlalone shall ee And constitute a failure to r terl•l pre11<11 Of this eontrestor shell, UPOn ague•t •nd/or as coon ar Wu,Ale the Neher. turd•A Infetteat lOn and rrparta "gulled by the City to deteatne whether call cots 1 cont.eotor nn* the cony am and •11 account Oywthe City for LtMeed progru atW contractor vi ll Writ acga tolh,a b has oo been rde by the W[PON of investigation to a•csrtaln own c tag arords and centtw.os..pwPrM.-aNnry Ospl lone, Pr+ctl... Wriel • f\C edges th" Awo wao Ree.lwa a t•w end CerNev.espg N the Caty�• 'tLLr > CLATIPICATIcm by. w✓ raCt COmrAACfnR ,6� sort C!t Oa r 4 _ _._ 1 I Q( subt:pNl'bAClebNAM; S EU►PUSS out ADDRESS. C' \ r tt) aElfIEpE1RAtEtNp. _(r•,�ti�l .� tttls. _i.. : r I�•. ' Iw r. LQ_lL� — 1. Contractor/gubwAtrerbar/buNllar has pR Ppq�. to the bawl OppprtuplbY C1aYNt \/'aclppaad is a preview bontraet ar Y^ _ Subcontract evRl.<t I yeaenca reports wN required to br tilled in CNNat1On wlN GUM wagagraet Ot submetfNtt 1. conersstt"4 over tnatrueC lone1 Y e for/SupplJars Ass tiled all CaplianN rapotta r aw Ynaer apLeatiN ; , 1. Il eMwer to item ) is •Rog, plesse NplalA In aetall M ""IN aide of this cortlrlcat,an. Ct ATAICATICM. TM an lorrtlon ahe • _ w to e�ew And SemplaN to the best of my lno.,tdgo end Oelont. ame a er sae NN typr et gar n -- nevtwed by City AYthp[l tY. IfAta r•. vtA•eo woe: • CERTIFICATION OF EQUAL EXPLO114ENf )PPoRTUSITr REPORT Certification with regard to the Performance of Previous Contracts or Sub- ' contracts subject to the Equal Opportunity Cieuse and the filing of Required Reports. The bidder �, proposed Subcontractor hereby certifies that he has � has not , participated in a previous contract or subcontract subject to the. equal opportunity cl was. as required by Executive Orders 10925, 11114 or 11246, and that he has has not filed with the Joint Reporting Committee the Director o Slim Office o"ederal Contract Compliance, a Federal (;ovtmaent contracting or .dninistering agency, or the former President's Committee on Equal Fiployee-- Opportunity, all reports due under the applicable filing requirements. c- ompany Date. J Z:r?AiI hot#: The above certification is required by the Equal Employment )pportunity Ptgulstaons of -4# Secretary of Labor (41 CFR bO-1.7 (b) (1). and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subiect to the agual 3pportunity clause. Contras•., and subcontracts which are exempt from :he equal opportunity clause are set forth in al CFR 60-1.5. (Generally only contracts or subcontracts cf L10,000 or under are exempt.) Currently, Standard form luu EEO.1) is the only report required S, the Executive Orders or their imple.enting regulations. Proposed prime contract^rs and subcontractors who have participated in a previous contract or su..untract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 6o-1.7 (b) (1) prevents the award of contracts and subcontracts unless such contractor submits ■ report covering the doliquent period or such other period specified by the Federal Highways Administration or by the Director. Office of Federal Contract Compliance, U.S. Department of Labor. CERTIFICATION OF BIDURS AFFIRMATIVE ACTION rLAN • Bidder is to indicate by check-mark which of the following statements pertains to this bid package, and is to sign the oertifitatiwu :or that specific statement: a) It is hereby certified that the bidcar is exempt from the City's Affirmative Action Plan requirements because: "Average annw; employment level •,i less than eight permanent employees, and the total contract amount wit.i the City during the current year is less than 1110,000." Company Data BY. it e OR b) It is hereby certified that an approved Affirmative ACtlOn Plan is on file with the City of Renton. and that said Plan specifies goals and timetables which are valid for the current calendar year, ompany atdT— BY: Titre • OR c) It is hereby certified that An Affirmative Action Plan is supplied with this Bid Package. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it includes 1) Present utilization of minorities and females by ;ob classification, ;) duals and Timetables of Minority and Female Utilization, and S) Specific Affirmative Action Steps directed at increasing Minority and Female 'Utilization. ompan'y ,at0 BY: Title O0. !7U d) It is hereby certified that an Affirmative Action Plan will be supplied TT�^ to the City of Reston within five (5) working days of receipt of notification of low-bidder status. Said Plan will be subject to review and approval by the City as a prerequisite to the contract award, and it will include: 1) Present utilization of Minorities and Females by Job Classification, ;) Goals and Timetables of Minority and Female Utilization, and • d) Specific Affirmative Action steps directed at increasing Minority and Female Utilization. 1 Company at! BY: i Rev. 10/80 PARTICIPATION CERTIFICATION: MINORITY BUSINESS ENTERPRISES (!mg) and WOIQNS' NINURITY BUSINESS ENTERPRISIs (WMBE) the Contractor •grses to use his beet efforts to carry out a policy In the *yard Of him subcontracts, agent agr omentm And procurement contracts to the fullest .:.tent to utillse minority business enterprises conalatent with the efficient performance of this contract. As used ;n this contract, the term "minority business enterprise" Mass a business, at least 50 percent of which is owned by busines Y group cabers or, in the cap of publicly owned business*@, at least 51 percent of the stock of Which is owned by minority Gamblers. For the purpose of this detlnitionI minority group members are Women, Negroes. Spanish the Speaking Surnamed American persona, American Orientals, American Indiana, American Es kimos and American Alm uts. The City will consider worn affidavltw presented by subcontractors In advance of contract award As one means of establishing minority status In accordance with criteria cited above. To be eligible for award of this contract, the bidder must execute and submit, es • part of the bid, the f-1lowlnR cert;flcatlon which will be deemed a part of the resulting contract. a bidder's failure to submie this certification or submi u;oo of • false cer[Sflcstloo $hall render his bid nonresponsive. • MINORITY BUSINESS ENTERPRISE CERTIFICATION Certifies that: Name of Bidder(s) (a) i eo a • (does not) intend to sublet a portion of cM cons rsct work and he sa net) taken affltmative action to seek out and consider minority business enterprises as potential subcont rectors ib) the zontacts made with potential minority business enterprise subcontractors and the results thereof are listed below. Indicate whether MBE or WMBE ind identify minority group. (If necessary, use additional shoat.) 7 ME Men. Sr. '.,QZ 'Mr of Fin, Bid Iran, t L Rssu rs of Coat cu) ❑ y++ 1' ❑ tPp�1 31 3. 1..%n�•/ tth. Mr./Ns. ,[ A � rl l )�a� (1,..the liaiwm o[f leer !or admiolsc melon of t pityabubeen designated so program for this fin. /� 1 I CAN�iMYtY'� OAi �7. `�.ir�t rl Ninorlty Contact Continued 6. Lukes M 6 H Electric Electrical No 81d :BE 1. Art Pearson Electric Electrical No 81d 4RE 8. Takeuchi (.ardeninP. F Landscaping Landecspin{•. No Response `WF 4. Stan Salov Masonry Nasonry Rid ?®E /� �X t NON-COLLUSION AFFIDAVIT STATE OF WASHiNGTON ) COUNTY OF K,,4l ) SS 1 ELL A t being duly sworn, deposes and says, that ne is the identical person nno Submitted the foregoing proposal or bhe and that such bid is genuine and not sheen or collusive Or made in the interest 0r 0, behalf Of any Person not therein named, and further, that the deponent has not directly induced Or solicited any other Bidder On the foregoing work or equipment to out in a Sham bid, Or any other oerson or corporation t0 refrain from bidding, And that deponent Ms th not i re himself or t0 any n any manner sought by collusion t0 secu t0 th other person any advantage over other Bidder re Bidders, • SIGN HERE: if•r•, i t y � 'i Subscribed aed sworn before me this Q L day Of I g_Y'L. Votary ub c an Or t .e�3.e t0 of ---�+ _ -esitling at • --- / • r.�_ therein. CERTIFICATION Ri: ASSIGNMENT Of ANTITRUST CLAIMS TO PURCHASER TO THE CITY OF BATON RENTON. YASHIIgI: Vendor and purchaser recognize that in actual economic practice overcharges .eabting from antitrust violations are in fact usually borne r the purchaser. Therefore, vendor herebY assigns to purchaser a7 and all Claims for such overcharges as to goods and materials Whased in connection with this order or contract, except as to ow harges resulting from antitrust violations coaaeencing 0tert4 date of the Did. Quotation, or other event establishing tie price under this order or contract. In addition, vendor wrrantseed represents that each of his iuppliers and • subcontractors rill assign any and all such claims to purchaser, Subject to the aforementioned exception. r UT Project ame 0didatr s Firm 1� �= • --r S 9n3 —� ut n ze 'Teo resent—ative o er it at MINIMUM WAGE AFFIDAVIT FORM City of Renton �. T s! COUNTY OF /\;,,,� 1, the undersigned.having peen duly sworn, deposed, say and certify that in connection with the performance of the work of this project, I will pay each classification of laborer, workman, or mechanic employed in the performance of s� h work; not less than the prevailing rate of way or not less than the nAnimue rate of wages as sbecifled In the principal contract; that 1 have read the above and 'oregoing • statement and certificate, know the contents thereof and the substance as set forth therein IS true to my knowledge and belief. c� FTUN Subscribed and sworn to before me on this _.:2A_ day of r / / otary Public in and for the a e , of Washington Residing at A,- dkl. r ^ • t•wR1^/e6I UK/auDUVAI a, IVn NONTNLY \ 1 MANPOWER UTILIZATION REPORI � � J�fi . REPORTING PERIOD 1b be eubatl teed to ♦ ♦ Month: Year: the City•a pr, }sot Winter during the lae Mek o! following �f Goals and Timetables as committed "0" whi la contract is in progra.a. Prlb , " in Contractor's Affirmative fbntsa;tox is responsible for obtaining and Action Plan s - tan all Subco trac o e y '---9.1 To: law .�N Iseauw .f w" ^r Per City's Plan 9.1 i.... q«Nr ayt.) From: ------__d . IN.ar .nd loea tan of coot nCt orl Is report is requi ra y F.xecut ve r er 11.at,, result in ."ctrotn which include suspension, rrninat ioo,2¢encellatlons or debarment of contract. aalure to report can 7• 3. York Hour. of leyloyaont (aq toatnot.i alnm- fetal ,ota1 Cla.al a• rtty ^u^ear weer or of Cotp"'a ham. I L L.i Trade f1.!. Tota a.aok N1 a- ar� Aa•1 In/ 41 to air alnorlty K.,by. t ions .... Arutr panto Fn- t'rtDiov- eae a 3an•I tle wAi era A Tr i Tr c Cr°ny+ny .1e1, a ns are .n , e Pa to St3 neJ I 9. a epnoM tma er I to elud. Ana Coda) Ilev. 11/77 (•Nalee A renal ae, 7/!0 (Submittal (h eeNi nor Cites a Non-m iamstaiee) qm tenants a City's Cw)a lsf7iertablea) Page of INSTRUCTIONS FOR FILING EMPLOYMENT UTILIZATION REPORT (CITY OF RENTON) The Employment Utilisation Report is to bo completed by each subject contractor (both prime and subcontractors) and signed by a responsible official of the company. The reports are to be filed on the day required, each month, during the term of the contract, and they shall include the total work-hours worked on the project for each employee level in each designated trade for the entire reporting period. The prime contractor shall submit a report for its work force and shall collect and submit reports for each subcontractor's work force to the Compliance Agency that In funding their construction project. Reporting Period . . . . . . . . . . . Self-explanatory Compliance Agency . . . . . . . . . . City of ReltOn (administering department) Contractor . . . . . . . . . . . . . Any contractor who has a qualifying construction contract with the City of Renton. 1. Company's Name . . . . . , . . . . Any contractor or subcontractor who has a qualifying contract. 2. Trade . . . . . . . . . . . . . . Only those crafts covered under applicable EEO bid conditions. 3. Work-hours of Employment . . . . . The total number of hours worked by all employees in each classification; the total number of hours worked by each *minority group in each classification and the total work-houre for all women. Classification . . . . . . . . . . The level of accomplishment or statue of the worker in the trade. (C - Craftwrker - Qualified, Ap - Apprentice, It - rralnee). 4. Percent of minority work- hours of total work-hours . . . . The percentage of total minority work-hours worked of all work-hours worked. (The sum of columns b, c, d and a divided by column a.) S. Total Number of Minority Employees . . . . . . . . . . . . Number of minority employees working in contractor's aggregate work force during reporting period. b. Total Number of Employees . . . . Number of all employees working in contractor's aggregate work force during reporting period. * Minority Is defined as including Blacks, Hispanics, American Indiana and Asian and Pacific Islanders - both man and women. CITY OF RENTON IN.STRl1CTIONS FOR E.E.O. CONTRACT COMPLIANCE REPORTING (Ref: Title VI Civil Rights Act; Executive Order 11246, and City Resolution 2,540) 1 systemiw i l Of fapply Renton Fqual Employment Opportunity Reporting awarded b to all contract, in excess of f10,000 separate State Hithwa except for those contracts which involve requirements. Highway Oep.rtment or Federal E.F.0• Report (See attached Sample Report Form - City of Renton) I. EEO Reports for each month are to be submitted during week of the following month while a contract is in Separate Report Forms willR the first by each S be used by the PrimeProgress. Subcontractor The Prime Contractor and obtaining, verifying Contractor rarepo is responsible for subcontractor EEO and submitting the reports relating to the a PerfothmnIs. All reports are to he to Pisite ate City Project Engineer, and will be considered a prerequisite to the Processing of Mont fly Progress Payments. 3. In the eventthat a contractor is City Contract at a involved with more than one given time, each contract is to be r separately. tinder no circumstances will EEO statistics for multiple sport ed P Projects be combined. 4. Monitoring of EEO Compliance will he related Timetables contained in the Affi to the Corals and nmative Action Plan as confirmed by the Prime Contractor in connection with the bidding process, (The Prime Contractor should obtain an Affi that bid Action Program from each of the Subcontractors.) (then the xltiveyis Pro is not satisfied with the EEO performance on a specific project, an attempt W11 fiat b project Engineer liaison with the Prime Contractor, If' She Problem by direct is not negotiated, the matter will then be refarredrtoconclusio the n CFO Officer for further evaluation. A ten-day ',,he* cause,, will be sent to the Contractor before any further referral of a problem to the City Affirmative Action Steering Comittee, and Possible subsequent action by the City Attorney. Revised 1/8/?s Revised 7/g/80 RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POL CES In accordance with the provisions of Chapter 62, Laws of 1973, N.B. 621, the Contractor shall secure any permits or licenses required by, and comply fully with all provisions of the follow-ing laws, ordinances, and resolutions: Kin Count Ordinance No. 1527 requires 9uilding and Land eve opment tvIsTo—nand frydraulics Division review of grading and filling permits and inclassifled use permits in flood hazard areas. Rer•5luticn No. 36230 establishes storm drain design standards to be incorporated into project design stand- ards to be incorporated into project design by Engineering Services. Reivew by Hydraulics Division. King, County Ordinance No, 800 No. 900 No. 3006 and Resolution o. d o, No. contained in King oun y Code Titles a and lu are provisions for disposi- tion of refuse and litter in a licensed disposal site and pro. vide penalties for failure to comply. Review by Division of Solid Waste. P��uyye__t Sound Air Pollution Control Agency Regulation I: A regu- Iacion o con ro a e'mission of eTr conta— % nants'Tom all sources within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and K,tsep Counties) in accordance with the Washington Clean Air Act, R.C.H. 70.94. WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 18.02: Requires operators of stationary sources of air contain nants to maintain records of emissions, periodically re- port to the State information concerning these emissions from his operations, and to make such information available to the public. See Puget Sound Pollution Control Agency Regulation 1. R.C.W. 90.08: Enacted to maintain the highest Possible standards to ensure t e purity of all water of the State consistent with public health and public enjoyment thereof, the propagatiun and protecting of wildlife, birds, game, fish, and other aquatic life, and the industrial development of the State, and to that end require the use of all known available and reasonable methods by industries and others to prevent and control the pollution of the waters of the State of Washington. It is unlawful to throw, drain, run or otherwise discharge into any of the water of this State any or ►nit or inorganic matter that shall cause or tend to cause pot tion of such waters. The law also provides for civil penalties of 55,000/day for each violation. R.C.W. 70.95: Establishes uniform statewide program for handling so wastes which will prevent land, air and water pollution. Makes it unlawful to dump or deposit solid wastes onto or under the surface of the ground or into the waters of this State except At 8 solid waste disposal site for which there is a valid permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.W. 76.u4.370: Provides for abatement of additional fire haz- ar—T (Tan s upon which there is forest debris) and extreme fire hazard (areas of additional fire haxard near building, roads, campgrounds, and school grounds) . The owner and/or person respons- ible is fully liable in the event a fire starts or spreads on property on which an extreme fire hazard exists. R.C.W. 76.04.010: Defines terms relating to the suppression or a atement o orest fires or forest fire conditions. R.C.W. 70.94.660: Provides for issuance of burning permits for a at ng or prevention of forest fare hazards, instruction or silvicultural operations. R.C.W. 76.04.310; Stipulates that everyone clearing land or clearing r g -of-wLy shall pile and burn or dispose of by other satisfactory means, al` forest debris cut thereon, as rapidly as the clearing or cutting progresses, or at such other times as the department may specify, and in compliance with the law requiring burning permits. R.C.W. 79.44: Laws governing surface mining (including sand, Rrav�e —afore, and earth from borrow piW which provide for fees and permits, plan or operation, reclamation plan, bonding, and inspection of operations. W,A.C. 332-18: Delineates all requirements for surface mined an rec amation. W.A.C. 332-24: Codifies requirements of R.C.W. 76.04 pertaining to an c earing and burning. U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 13 1902: Author- lies ecretary o imy an orps of ineers to Issue permits to any persons or corporation desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. Section404 of the Federal dater Pollution Control Act (PL92-500 gS—Star._ —iutTror zes tFe Secretary df_tec lGmy, actTng t roug t e ores of Engineers, to issue permits for the discharge of dredged or fill material into the navigable waters at specified disposal sites. Permits may be denied if it is determined that such discharge will have adverse effects on municipal water supplies, shell fish beds and fishery areas and wildli`e or recreational areas. MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act approved March 1 1899: Provides at NE arge o fWGie without a perm unto— navigable waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complain- with the U. S. Attorney and share a por- tion of the fine. •2- PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOW'; KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION Kin Count • Resolution No. 25789 requires an unclassified use Perm or t 73icte quarry3nncluding borrow pits and associ- ated ecdisposalties as asphaltplants, rock crushers) and refuse disposals and provides for land reclamation subse- quent to these ities. A copy isvailable at the Department of Public Works or Building and Land Deavelopment Division. Shoreline Mana ement Act 1171 requires a permit for construction on rate SE ore toes, ermit acquired by Public works and reviewed by Building and Land Development Division. Kin Count Ordinance No. 3a88 requires permit for reading, land S.except Ona County right-Of-way. Review bying a dBuildi,,g,andaLandsDevelop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND GMIE Cha ter 112 Laws of 1949: Requires hydraulics permit on certain Fro ects. ng ounty epartment of Public WOtks will obtain.) WASHINGTON STATE DEPARTMENT OF ECOLOGY W.A.C. 1T5-210: Requires a National Pollutant Discharge Elimination ystem permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. W•A•C_!)72-24: Permit to discharge commercial or industrial waste waters into btate surface or ground water (such as gravel washing. Pit operations, or any operation which results in a discharge which contains turbidity.) W.A.C. S08.12.1(io: Requires permit to use surface water. W.A.C. 508.12-190: Requires that changes to permits for water use Fe rev ewe y fTie Department of EcOlogy whenever it is desired to change the purpose of use, the Place of use, the point of withdrawal and/or the diversion of water. W.A.C. 508.12-220: Requires permit to use ground water. W.A.C. 508.11.260: Requires permit to construct reservoir for wa er sty—`prage; W.A.C. 508-12- 280: Requires permit to construct storage dam. W•A.C. " *60: Requires rermit to construct in State flood con ro zone. King County Public Works secures one fo design. Contractor secures one for his operation (false work design, etc.). -3- PERMITS REQUIRED FOR THE PROJECT - Continued WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES R.C.N. 7b.04.150: Requires burning permit for all fires except or sma nut oor fires for recreational purposes or yard debris dieposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions If R.C.N. 76.04.150, 76.04.1'r0, 76.04. i80, and 70.94 due to exteme tire weather or to prevent restriction of visibility and excessive air pollLtion. R.C.N. 76.08.n30: Cutting permit required before cutting merchant- &Tle tim6er.— R.C.N. _6.08.275: Operating permit required before operating power equ pT ment-in dead or down timber. R C.W. 78.44.080: Requires permit for any surface mining opera. }ion inc u rng sand, gravel, stone, and earth from borrow pits). UNITED STATES AP.MY CORPS OF ENGINEERS Section 10 of River and Harbor Act of March 3 1899: Requires Perm t or cons ruction of Fie r -{Fian�b'rx gee, see . S, Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtainl . FIRE. PROTECTION DISTRICT R.C.X. 52.28.01 52.2B.020 52.28.010 SZ. 28.040 52.28.050: lurov es aut Deity or, requirements Of, and penalties for failure to secure a fire permit for building an open fire within a fire protection district. UNITED STATES COAST GUARD Section 9 of River and Harbor Act of March S 1899 General _B_r_i_d�s ct o arc •nu enera �r ge ct uT'T�3b�'a�—a�`ended— u ust equ res a permT} or constructron o r ye on haviga a waters (King County Department of Public Works will obtain) . King County Department of Public Works will comply with pertinent sections of the following laws while securing the afore- mentioned permit: Section 4(fl of Department of Transportation Act, National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.( 2(d) i2)(iii) of Re ulation I ; Request for verifica- t ono popu ■t on ens y- Ontrat or should be sure his opera- tions are in compliance with Regulation 1, particularly Section 9.02 (outdoor fires) , Section 9.04 (particulate natter--dust), a d Section 9.15 (preventing particulate matter from becoming a,rborne) . .4. PERMITS REQUIRED FOR THE PROJECT - Continued E,4VIRONMENTAL PROTECTION AGENCY_ Title <0 Cha ter Ic Part 61 : Requires that the Environmental rotectron gency a notr ze S days prior to the demolition of any structure containing asbestos material (excluding residential str.�ctures having fewer than S dwelling units). The above requirements will be applicable only where called for on the various road projects. Copres of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Directot of Public Works, 900 King County Administrction Building, Seattle, Washington, 98104. It shall be the responsibility of the Con- tractor to familiarize himself with all requirem� .ts therein. All costs resulting therefrom shall be included in the Bid Prices and no additionai compensation shall be made. All permits will be available at construction site. •S- PART 3 CONTRACT FORMS CUNTFACT Th%CContr4et, made and entered into this day of 19. f, by Ard between the City of Penton, +ashington, a municipal Corporation of the State of Aashington, hereinafter called the "Owrer", and TEEM VENTURES, INC. ' .......................... . . . . . .. . ... . .. . . . . .. . . . . ........................ P. 0. BOX 4245 ............................... . . ..... . . . . .. . .. . . ... . . . .. ....... .. .. ...... FEDERAL WAY, WASHINGTON 98003 of ... . . .. .. .. . . .. . . .. . . . . .. ... . .. .. .. .. . .. .................. .... ........ nereinaf[er called the "Contractor"; 'alTNf.SSFTHS The Contractor, in consideration of the III to as palu him by tre , .nor and of the ^.OVendhts end d4reements herein contained, hereby 4irees At his own prober Cost and KPOnSe to do all the warx and furnish all tre materials, Lock, letr, aad all arnliances. macninerY, and aoourter .nces for the South ialtOt Hill ?Onster Pump Station to the extent Ot the Proposal made tV the Cnntractor, dated the ,Z,tj* bay of .,SM1uaR'f. . Iq$�, all in tull • compliance wit; the Contract•DOCuments reterrel to herein. The eIOUENG FEAVLF Pc,NTS, including the siTned copy at the Proposal, the CITY JF PENTON FORMS, the C0.7TPACT FIRMS, the %14C-ITIONS rF THE COrTPACT, the SPf.CIFf^4TiJNS, and the OFAAIN,;S, which consist of 11 sneers er.title4 "South Taltot +111 Pump Station", .)swing No, Sllbil,Al dated June 1400. are hereoy referred to and by reference m.adQ a part of this Contract as tully and Completely as it the same *ere fully set forth herein and are murually Cooperative therewith. in conslderatLaM at the oQrtarldnCe at the worK AS set forth In trese Contract Documents, the Owner agrees t0 ray t0 the Contractor thw amount all in Chi Pro^csal As 411u5ted to 4CcOrdAIC0 with the Contract noeureents. or Is otherwlse nerein oroviitd, and to TAKO SUCH payments In the •anrer And at tl* times rroviled In the Contract Documents, The Contractor agrees to CJmDlet* the worK within the time anecified herein And to accept As full oayment nereunder the amounts co^puted as determined by the Contract Documents and based ph the said Proposal, The ^o,.tractor agrees to res'.edy all defects Appearing in the wore or developing In the ^aterldls furnished Ind the iorKmansnlr nertormed inner this Contract for a rerlod of 1 year after tre late Of Acceptance at the w,rK by the Jwner. And furtner agrees to ihdemhlty and save the iIwner harmless from dhy costs encountered in remedying such Defects. The total amount of this Contract is TWO HUNDRED SEVENTY-ONE THOUSAND, EIGHT HUNDRED EIGHTY-ONE hOLLARS AND FORTY CENTS ($271,u81.40) which includes Washington State Salee Tax. Payments will be made as specified in the GENERAL CONDITIONS of this Contract. Cohtract t • It is agreed the time limit for completion of the Ccntract, bgqgged upon the Proposal shgq11 be the . .16'.''. day of I EP.rF.MA6&. .. . . . 19T. In the event that the Contractor shall fail to complete the work within .e time limit or the extended time limit agreed upon, as more particularly set forth in the Contract Documents, liquidated damages shall be paid at the rate of $250 per Jay. Sundays and legal holidays shall be excluded in deter- mining days in default. IN WITNESS WHEREOF, the City has caused these presents to be signed by its Mayor and attested by its City CIerk and the Contractor has hereunto set his hand and seal this . . . . . . . . 17v Of ...... . . . . . . . . . .. A.D., 19..... . / CONTRACTOR CITY OF RENTON ,�tf M Pr •liden / / I -+r. 1, '4ayor Y ; ATTEST: ZY Secretary ".•/••'"" 7/IrtLc� sty Ci� -,a TEEM VENTURES, INC. Firm Name tndividuel_Partnership__ Corporation A A Corporation state of Incorporation Approved As To Form Attorney Actention= If business is a CORPORATION, n3roe of the Corporation shou'd be listed in full and both President and Secretary must sign the contract, OR if one signature is permitted by corporation by-l3•ns, a Copy of tt= by-laws shall be furnished to the city and made a part of the contract document. If business is a PARTNERSHIP, full name of each partner should be listed tollowed by d/b/a (doing business as) and firm or trade name; any one partner may sign the rontract. If business is an INDIVIDUAL PROnRIErORSHIP, the name of the owner should appear followed by d/b/a and name of the company. �eocr�cc Rev• 2/T9 wlshINarOh ?ER!^.R;uVCE A40 pAf4tnT 5m4D .......... ... ....... .... IONO 60. U 35 46 01 ......................... AMOUNT: S„2....... KYCW ALL uEN 51 TH¢SE PRESEr+TS, that ........................ ............ TEEM VENTURES, INC. ......................................................................... as PKIhCIPALr end .UNITED PACIFIC INSURANCE COMPANY . ..................................................... .................................................................. a eordoratlan. eu:y authorised to 0o a general furety uusinesa in Washington, of 314;0*1' art lolntly and severally held and Wound unto THE CITY OF RENTON, WASHINGTON ................................ ......................................... ............................... .........................................0 the URLIGFE north, in the su+ of TWO HUNDRED SEVENTY ONE THOUSAND, EIGHT HUNDRED ....................................... EIGH,t ONE AND 40/100----------------------- . .00LLAKE fs..271,881.40 ...). .................................... ter the cayman• or •nlcn •♦ plod euratly u, our neirf. a:eeutors. Administrator$, successors, and assigns. lotntlY and sevtraliv, firmly by these presents. Tn1S bond If eatcvted in oursuanct of Cnapter 39.0s, Revised Code of 'aashington. THE COnDITION Oa 'HIS OaLTCRTTUN TS StrCN THAT% TEEM VENTURES, INC. OA6e1.43. .. . ...... ..... ......... ......................... ............ the PAtnCiv►L entered Into a certain Contract with ...... . ............... THE CITY OF RENTON, WAS HINGTON .................... .................................................... . SOUTH TALBOT HILL PUMP STATION for ..................................................................... . .................................... ..................................... IN +ITBFSSi aOa, ThI,:FF^Fe, it the •RIvCIPAL stall faithfully pertorm all t"e provisions at scch Contract far the duration thereat, incl44111 tre 1-year ;uarant+t =triad, an3 pay all lao0rer1, 1tten4n1e3, sueoontractora. satertalxan, and all persons Ann snail supply aucn vorK, then t•.:s obligation is mist dtnervlse to remain in full force and tftect. 0A p 4 e lend 1 UNITED PACIFIC INSSURANCE COMPANY HOME OFFICE FEDi RAL WAIF ,ASI..NG,ON •NDAP ALL MEN Sv THESE PRESENTS TRIP Ih UN1rtoPACIFIC WEROF ATTORNEY An•OI wKnrrylon.eew IKrK).nr••.mnwKKy wA UNITW INSURANCE COMPANr.•m.mNgn Oulr drn.l•D YmN.IN q.0IRA ':RI WHITTED of SEATTLEP WASH:H;T,'ti M Pw Fn0 NMuI AltornR r.Fsl.n IIPIa1.FP9WN,1a91 MrMle M rrE M ti arw,aVl•IIIaE•Ma.Ea ANY AND ALL BONDS AND UNDEBTAAINOS OF SJFETYSHIF_ FM IO dM W UNITEO PACIF IC INSURANCE CO P PANv rMrlpr w rYlry.rW iD IRA WIM•nPn1 K 11 Puaw boM PrrD dlyrly Y.MI FnU o N..YI.I.np a11N DI IVeq oM Mlun Ih.orw•r•'Elvy br an EE•m1.W 011.rr DI IIK UNITED PACIFIC INSURANCE COMPAN nl•D v Nq My, .,•I, Dv pM VFF.NII N/PEV rKrIK••IFO mnbrrM•II Ih1 IIP nID A""N,f.L rn.FM IMY POP'.mlWnq MII01 n'n F4uN 01 AltpMr n ErM1A YIyN•nD W pino,UY of Al KN VII OI IN Of Um Of UNITED FACIE IC INSURANCE COMMNV wnlon CFprM NIKIi W S•p•IIFF).191♦ .YII.FII dOFVOIIE M•rqV/rn full INq NM IIIM.r•W.M K fO1bM ARTICLE Vn - EXECUTION OF aONOS AND UNDERTAKINGS I TOP EM0 01 D,,w,IN p,Py PI Ih CN,,Mn 01 eM EOdO.PAY EMId VO RbPFROPI my If.rlPNyle d ARMOm,V.hNIA•nI F d D1Nr-I'-'FlyMPAP O by lM a"d if OrrMNI PMII I'M ftm mil Pewl"I ID W PRI Ali..,• .FM m tO PYInd r1P IM111IO PP•FVN on OPMI pl IRA COnpPnr EOM Prq yrYN.p\'RAF.I•mEn.MOM mnlrMP of rMN/KnY AM n,NI w n.rgr W.11.1.n IRA N,.,.III AM Ibl I.'WON.Mr mf,And MV rn FM K my"PN aM r•WII•IN—1 rnJ hnbrnr 21.IO nrm AIId MYP rn FM PNII MW W.•M Kr....... MefM Io IN Id IRA•M nT.INIOnP a1IRA EpKPr OI FIIpMv WV•O IO I1K111,10•pCurF M Pd�Wr pn bM4101 IRA CO111DPn,WM NO Y NFt.N\IMP.I MO,,,,,O ,N mnfeMPdfNy_.nr MOOt:.II WIIInEP MNFIdY In IN MIVr•tM.Ppl M cdmFl•YFI V MI MFROA, rd IRA WlgilY OI Prq Wnln PN uMNrpbrlp, rKp•nNmp1,mgIMF oI InOF11111rIY n1001Mr W N, M4N Iory r.rM Mlur•IEr•rpl 3 Ar1OrMYF T FM IMI,N.WwN PM A,,I,10••Kul•aflgFvrn IpurrPO IO EP PItPmM 10 WRAF,I•mElrn.nl rL mnlr•Y)Dl lrn•T • dq d DIMI a,I.F. or ye C. a uIIO my InEP d101My ENO PIW NM RpMr anO lW nOrnY t0 ANIr IRA IIMMKI nFl•rMr\JI IN CD111ynY•n0 IV OOpIp of IN 9Y II'M o11M CpTynY N am NIKn or AMrpn IMr•pl n"F W. OI Ktd Mr n PrE11F0 ENO WI.O by IMIMN uM•I MO by hlndllY OI Ih IdIVN.rIO gndur.on tlMnU by IRA aONU Of 0,,,d UNITED PACIFIC INSURANCE COM • OAN,aIFmM.N ndnm IN SIP,Mr pl,uM 1979..,MIFO.FNd uln wF d•FPn I.I,Mq RFFOIueDn nK nol Oyer"my"Ifly00r I•,MI. ••Rwo1W0.IMI'h PNNIYrK W Punl dlKl.,F N e1111N and IN rN OI IN C.Imm,IMV Y am...I.POP,.afn WYl If FllOrnfY Jr ml "".p IWO.by IP[P.TW Enn.1 y W.,OI PIId MY Or g11.I1U1•E•FrxIE FUM IPpITII• MM Tu4E d IARKTIN WI POP"OF vIq•dl lF-NI E yppn IRA W,,A ,.rq my,PI. AII yO N YWnIN RI.1b WYwI EO•.KYI.O In0 EMI.II•y LY MN Mtl IP(II WI WL ma pnJ. C"N"""'I n I nffu"y"'I MOM'lO-1 bOn11n VnONIP\rN MllFn II IP •[II ' IN WITNESS WHE A'OF,IRA UNITED FACIE IC W.ID Iw nK•ro PDIEy. rOINSUoNiCtE iCANrN DI.PF o-lwn h PM by m vW Rw.ad. M m mmmlea qb . Ia'.0. v,w UNITED PACIFIC IftSU NCl)PCAPFmPV Ku V w• STATE or Washington Newom, COUN"eF King IR O•Iff, 8th Ew bl September 111; bwFwwlr aRrnrPD Charler ?. S:hm.:: ID T••IWwn ID h IN VIOF FIFrgyni VI IN UNITED PACIFK INSIIn,I COWANY F'nE IIrKIUTMI......M IN WI OI rlll cMmFlron INP.,O aM 11K1 ANKK ENNMys 7.VII d 1,2. RC 1PpEFlI IN,M P.-FY1•J Kq PII..IM IN Mi.rl 1pin I1WNn N•nrll In IVII POP. see]Of IN ar LRq of Kn Co,v FM IRA My CwINFIIwIDn E.prK }� June I. 1952 KI 1 .r6q/Y1R� Norry rPp4e InPM IdS I•pl Washington 1lwrprMK m9:` I .hare= , , F'nax_: nu FOOW PMIdyprno IP•n W PM IrIr AKln.m SP Df IN UNITED PACIFIC INSURANCE COMPANY h.m M/•pr pn.4 IMI P OdrM mq of•'Of.Fnp mwl POrr Of And My u W wulFO by w UNITED PACIFIC INSURANCE COAPFANv Yyn¢n IP and.n run IN wl TNESS WHE PEOF.I h W Nrwn10 r rnv N",,•Ir0 plum IRA W'Or yF10 CorYwnr nN br OI vw�1 /Iq aDV 14T11P .AD �.W • AwK1Mt ElWWY - PRUv1DED, -iQ4KVF.1-, Last the Conditions of this coliCation &hall not aeoly to anv Money loaned Or AdvanCea to the PRINCIPAL or to any +uuContraetor or other oet&on in me eartormance of any auCh ••orK. Slpnad •cd sealed this ,¢p,'� day of ...........MACC..E1.. 19$1. TEEM..........................(HAL) 04 k ... 44, :............. t�Si T' UNITED PACIFIC INSURANCE COMPANY ............................ SURCtY torneY-In-Fact Lori Mhitted Approved e3 to ford,! aA Q G a fond cxoro MARSH 6 MC LENNAN, INC. COMPANIES AFFOROING COVINAGES 800 NORTON BUILDING A SEATTLE, WA 98104 '!"" _ CONSOLIDATED AM ERICAN 1N5URANCE_C.Q. __ B_.bABTiQgQgQCIQEy1�E IbUEMd1LY.f TELM VENTURES, INC. P.O. BOX 4245 FEDERAL WAY, WA 98003 a 1. c v'r1a/NMI PaYteiMinYY,Nxt,w�l x Wi IIP in>N I rtxMpylgyj Ytlu urm�ia Mla l�Y.. NclM+ii„iyy� F. . wean!nnl;axTlNn)M aYM un .v --^4 Oavlun.tk u,wnuw•110N,X1 IW Il,r au++w -. 1 A XX CAP 18 23 63 7-6-M Xx L XX � 1.. . . Xx �., 500 500 XX XX Soo A XX CAP 18 23 63 7-6-82 1 XX XX XX 500 B Xx 52 HU 82 09 42 1-6-82 2,000 2,000 E . SOUTH TALBOT HILL PUMP STATION 10 CITY OF RENTON March 6, 1981 CITY CLERK'S OFFICE RENTON MUNICIPAL BUILDING 2O0 MILL AVENUE S. RENTUN, WA - y- C' ;?.r'" that the dndurYagned have lwocured lnwrance as hereinafter silecifwd from cortain w-ol-e; iettem has laem e8eet491. tptuilitt which a Cerhlieateisi aixllur PuhcYfied ra"ifi in: .10 ,ii ,illy inrrnr.r,hurry the 1!wm eonttiti0ns and pruvivi,:nt'd the(;",Ii Hr;algPJ un llnr svtred and Address. TEEM YCNTURES, INC. P.O. BOX 4245 FEDERAL WAY, WA 98003 ,mt or t, W, $272,000. Course of Construction - "All Risk" $500. deductible South Talbot Hill Pump Station (I; n �1 3-6-81 I.' 01 A n• 3-6-82 AETNA INSURANCE COMPANY Additional Insured: CITY OF RENTON CITY CLERK'S OFFICE RENTON MUNICIPAL BUILDING 200 MILL AVENUE S. RENTON, WA lw;ur my under thn itiuJ•.a to •",,,.,,, n Ow lust aboveuamed date at.the plact•uI lmdnon of nsh Insured, .., dt.���.a� !ime pn� r �. rl �,.,nrlsl•Ind/w PolicYii1•s) nldv he iswnl on the above risk,or un ItS+p!rr"uu'ay cierr" ii;i ,n ,yir . Seattle, WA 6th • „ March 19 81 $200. flat charge IMF 85 76 14 atanh& McLennan, Inc. i CERTIFIED Copy OF RESOLUTION The undersigned hereby certifies that the following is a full, true and correct copy of a resolution adopted by the directors of TEEM VENTURES, INC. , a Washingt n corporation, at and thatgsaiduresolutionoasand dulyelrecordedea day of March, 1981, book of said corporation and has not been altered,aamenrs nthenornute revoked, to-wits RE IT RESOLVED: That. Fritz B. Bright . tho president; Richard W. Mathias, the vice President; are each hereby authorized to make, execute and deliver on behalf of this corporation any an-, all documents, contracts, agreements and instruments of every nature whatsoever that they may consider necessary or appropriate in connection with the affairs of this corporation, including, but without limitation by reason of specification, the signing of contracts, bonds, and other assurance. DATED this It, day of March, 1981. r , ae I , es dent SPECIAL MEETING OF DIRECTORS OF TEEM VENTURES, INC. A special meeting of the Board of Directors of TEEM VENTURES, INC. , was duly held at the office of the corporation, on the !L.' day of March, 1981. The following directors were preacnt, Fritz. B. Bright Richard W. Mathias Fritz B. Bright, president of the corporation, acted • as chairman of the meeting, and Richard W. Mathias, secretary of the corporation, acted as secretary of the meeting. The chairman stated that the purpose of the meeting was to delegate authority to execute, in the name of the corpora- tion, contracts, agreements, binders, bonds and any and all other types of documents on behalf of the corporation. : !ter discussion, upon motion duly made, seconded and unanimously carried, it was resolved as follows, BE IT RESOLVED, that Fritz B. Bright, the. president; Richard W. Mathias, the vice president ; are each hereby authorized to make, execute and deliver on behalf of this corporation any and all documents, contracts, agreements and instruments of every nature whatsoever that they may consider necessary or appropriate in connection with the aftA rs of this corporation, including, but without -1- limitation by reason of specification, the signing of contracts, bonds, and other assurance. There being no further businusr to come before the Board, the meeting was adjourned. DATED this day of March, 1981. secretary, T VENTURES, I C. ATTESTS J P resi ent, EEM VE UI;tS`; 'INS; STATIN OEPAORTMENTOf MIASHINGTON CONTRA rR-CAArn'ae 71FE DF IASOR AND INDUST111QS wecoF�F` CONTRACTFMYFU FIQFGN IS j AEGIS IENEGAS d FOOVIOFo er yew IS � j DEEP YENTURFS IVC OFPO; VS4S • I. FEOEBAI AAT f NA 96", I I l>•11F<,Ox 'I 2t3-D1 �T F�J�u IrFnirww 'FM-Ya_12 23NL U7-13-Pl E - I'LLASIE PRI NI ON fYPI. ALI iH100NA1 ION. Ill* Original Application with the APPLICATION WE ANNUAL FOR OFFICE USE ONLY: City. keep Copy for Yuur records. W NIML BUSINESS LILkNSL LICENSkS ANL WE BY JANUARY 31+t EAL•N YEAR. CITY OF RENTnN _ VY Nev_Mner License„-, II • new buatr,a... the license Is FINANCE n DEPARTMENT ��LL due by opening date. Cootrecto 1Qi" `• not looted in the City nay renew 200 WILL AVLNUE SOUTH bounl Nov poi Bute n tie_ can caamen,va,cnt cal nrtk In the City. Licenses are not pro need. All NLNT ON, mA5NIx4TON 91U55 a ing ry nion license eNDire December Slst. 133 2604 FEE MUST !.000MPAN1 APPLICATION. ,171'ADCID—F'iie rEmenl 1. business Naee.___ ."rnl nrnm lar ,,.. M us tnHa Addyesa Too '�$f-are • "lYu�ir �l —� i n, ilol' 4?215 _r'c r:1 k ,, VA UEfYrt 3. Na,linp Address -- — la III, OIFFLNLNTI —FLuNTier •or 9 L lY ^i1.15'. O onin date ill CI%Y__ _ a. Bus Inca+ 1'hune S. State Lic enae ___ b. P B ). Check one'. (7 Corporation L7 PartnerthiP L7 Individual Urner 1. Check one or sore Nunes that apply to your business. � COntroctor I Nome buv,ness Y-7 oli ice L7 Service♦ [7 motel Motel L7 lmstalutlon-lducatier (7 Sales L7 Industry Manulactun D. Describe in Jetatl, the type of business; Including any special processes or ,Pecul eyu,pment i i•ncrnl GOPLTactor GlR•,EON Jr, ceitmmI Wtet I,nd Iowv,•C hallti:'t1� __ 10. List the Novo, It", Address. Phone and Title of O%NLRS. PARTNERS or CORPORATION OFFICERS of hU+iRes+. Pritr L'. 'UripLt, Plr v--i`rur.i Jent 13n_:1. 411t-ts011, AA OR090 662-'I Ic'• lc hnxA C, `4„;,�1an, Sv• retarvTre:vluter, 10015 I ,X. 13 flt•, ellevua. WA ?I Pi 11. I".0vt hole. the o,t al number of tmpnyeen line bW,ng mmlo-lNl, the license tee, Don.Ilty, ,f due, du,l - the total lee .Iuo. nuv messes outside the City Limit s• count un1Y these ompla Yee, .",king nI the f.ity. Penalty It,- Scheduly Ier IUllo re to pay License Ice rtthln thirty t3Ui Jaya cal dole due is Ill ui the Ituon,e Irc Io, the I,r,t month and an udd,lional Sl for each sucetJinY month. but not 0911141-tg Ill, RAIL BASK FEE No. EMPLOYEAS LICENSI FkC PENALII VIAL ILL OUL A. 1 ihrocyh S Lmp loyaes S a0.0U k. a through 10 Employers --- • C. 11 through 20 ERPIOYeto 120.00 U. 21 thrcu Bl, It") tr' luyeec. 440.00 -- ---' Plus 13.OV Pat ex ot�-ee over 21 to numhv, L. IOl thlouyh 200 kms' . en'. ND.00 -- Pluo 31'S0 Par emp.1 e over 101 iti number. t. 201 of more Employees: 500.OD Plus $1.00 per employee over 201 In number, It. 1 hereby Certify that the statements and information furnished by me, on this application ore true and complete, to the bast of MY knowledge. 5 i[nalu te_M_.._ _ fit le '•'Y, Tt• I, .,-,r Dot. AF!'1RM_A1_IVE ACTION PROi1gpM Teem Ventures inc. I ull,su(ng Plan ! , hereinafter known as "TVI" agreem to the n meeting its equal opportunity nhllgatlon pursuant to Eatcut(ve Order 11246. and 'Title V1 and V11 of the Civil Right Act of 1964. • 1• Equal Emp luymen[_UPhurtunity pull�•� TVI's policy assures that applicants will be employed a,W will be treated during emPluymont, without regard to rave, creed, color enthicttY, national rgin. ass, the presence el Pbvsical, sensory or mental handicap, age o r marnon-Juh-n•I:atd ,1 nstatue, This Pwlivy shall apply to every aspect of empluvmynt; uryarad ing; demotion; recruitment; Idyotf cr terminatlun; Pity sralem; arrl a ticeshlp or on tilt job b training. PPren- =• liqual Emrluyment,Opportuntty of ue-r TVl hereby deafgnatea Richard w. Mathias, Secretary - Treasurer •,:: EEO Officer with lull authority to administer and promote an active program of equal employment opportunity. i• O/ysweinAtton_,. of Pulic1r a. 'A personnel authorir.�d to hire, supervise, promote, demote, and terminate employees, who recommend such action, or are involved In :mv of those action+ will he iw,ds fully -calif Gant ni', nod will lved Inns '1'V('x policy and contractual responsibllties. To last-- the advice is carried out, [he following minimum actions will he taken; 1. Dlesting of foramen, leadmen and personnel Indicated above, will be held periodically no t in 7s equal less than mami-annually and in U employment •opportunity Policy and its 1mPlemsntation reviewed and etiPlaL,ed• 'I'baee mtat3nge will be conducted by the EEO Officer. 2• All new foramen, leadmen and peraonnel indicated in 7a above will be thoroughly indoctrinated by the EEO Officer coyerinp Tel'a equal employs,eaC opportunity oblige t ions within thirty days followin , p 4• Rec r_ ul[mtnt P hiring in, a• tur ,ed vurtlsemwus lu,' emPluymenl !n the newpaPrr shall include "Teem Vs.,Any Inc., an Equal Lisployment Opportunity tilt Emplover", c III,,v nt for employees will be by Aff:rmative Action order to the Stets ,ruitm or re- f men[ Security Clsmisaitn when a vacancy !a m be filled by a minority Group person. h• '1'VI will encourage em employme t !n discussions ployees to refer minority group applicants lot Posting spp n regarding the procedure for ouch referral and by rtpriate notes and bulletins on employee bulletin boards. S• I!�rxpnnel Act l�_ma a. All benefits, monetary, and working conditions will be extended without rerard to race, color, religion, sax, or national orgin. The followlug Actions will be taken: 1. Periodic Inspections of TVI,, facilities will be made to Insure non-discriminatory treatment of personnel. 2. Wage evaluation made to Insure non-dl,eriminatory "go practices. 3. Periodiealty review personnel actions for evidence of discrimination and take currvctive action where Indicated. 4. invvetigYte in full all complaints of alleged diacriminacio:n and take appropriaty action where imlicated and Inform all complainants ut avenues of Apnea 1. A• :I;Tafp.�and I'rnwq C,lon a. 'i'Vl will endeavor to locate, qualliv, and increase the skille of minority group employee, and Apriltranta. b. Conslatent with requirements mid as permitted within federal and Slats' rtgulationa, 'rVI ••ill fully util Lee training orugrsma for the .ntractual area and advise employee, and anplicanta of these programs and their entrance requirements. A i•r,.µrum of review or the traininp and promotion potential of minority xruup employe,, will be conducted and theme employeum encouraged to apply for same. 7. UT ion, 'rl'1 w II seek the cooperation of union, tit Increasing opportualties for minoritr ,;rtntpe within the unions as follows: A. Cooperate with unions to develop Joint training prw,rama for the qualification of minority group members fur memherahi.p in unions and akilim tot higher paying positions. b. Incorporate An equal employment opportunity clause into all union axreemants to tho and that oA,h union will he ;nn applicants wiftn.at r'vrd of to lhelr ra.o, to trnrtually I:rntnd to refer origin. sex, the tor, creed, ethnitity. national prusencs of n non-lob-retatvd phvmi-'Al, sensory or mental huadlr.np, age ,Pr marital status. . . It the union is ,noble or wtvlllinx to rater minority group Applicants as requested. TVI will fill vaneancies without regard to race, rotor, ethnicity, national origin, sex, the presence of a non-fob-rel.ted Physical. sensory or mental handicap, age or marital status making ev,ry effl.rt to obtain persons in minority µrwr,4. 8• Subcont rrct lox TVI will strive to utilise minority group subcontractors ur those with meanfpgful minority group persons In their employ and usa all effort W uaure such subcontractor compliance with their equal opportunity to fltatlons. 9. Re orb atq ilecorda a. fVl will keep too." records necessary In determining vwpollan, with its equal opportunity obit V.ationx. They will 1ndt,,dto; 1, Breakdown by work classification on each city, Federal or Foderally protect of minority and nun-minority group members employed. 1'h• progress and eifortY being made to lncroaae .!aunty group employment 1n cooperation with unl ore oppurtun![les. 3. TVl's progress and efforts in locating, hiring, training, qualifying and upgrading minority group emplovees. 4• TVI's progress and efforts in securinp. its• aw ieo or tip Yubcontractoru no fed in paragraph B above, il contract completions and dbewmadebavailabled for for inspattinn rt o compliance pivteton at reasonable times, Inspection tlx: Contract r, TVI will submit periodical repor tY on forms iurnlshrd by the if _any..I"All : bivislun of it' emrloyeus and lieu> ut Ilaol aruntrJclorw, f d, TVI will require in eyeca subcontract of $10,000 or mUlr a W1111,1 SN Alfirmativa Action rrogram consisting of all rtqulrYmonts herein or with such modification as is neceasary to nbligJte lilt, subtortractur to a Proµ ram of AI't lrmativr lrt tun, pop ire of such program huinr. retained at TV I'e Off lc n, !0. Goals TV' has a corm ona•nt of throe permanent cull time employees, none of which are minorlty group members. TVI Inrroasea atxl Jutreues Sta employees on a job to lob basis, It Le antic loot art lrat our future coat"'" will res.11 ill the State of M:nahington. lloahiring�tt ampor�a ry'vm,,suv��,y��11 ��� outaida of 't" to employ minorities to the utiileation that ie lvpleal of thatt Is t ent a A,.1. IVl ieela that perhaps the possiblity lot the greatest utillsatlun nt minorttits la through awarding subcontracts to minority businesses It i t s the intent of TVI to esek out minorlty Yubrattrattore to the local Possible.at b Jubsltw and to award Yubtontrac(4 tc minority firms whore-ever PART 4 CONDITIONS OF THE CONTRACT' 4ASHINGTON GENEPAL CONDITIONS Pev, 5/74 CONTENTS Pale DE11•+I TInNS ---- '. AS APPROYEO ...................... 7. AS 5404N 5 . 4Nu AS TNDICATEC J. PI Of,EP 5 4, CONTRACT •.....•... .... •.•............................. ..... 5 5. CONTRACT DOCUMENTS ................... ............ S . ................................S. COITRA 5 1. nAYS ........ ......... b P. UPA4thG3 ................ ........... .. ...............•..... b 9, iNGINt.EP ......... ... ................................... b ID. NOTICE: ................ . ................................... b li. .A EQUAL b ......•..•....................•...... h 17, i:W N1R .......... ....................... .... ............ h 13, PIANS (See DkANINGS) 14. SrECIEIC%TIn.•IS .... ................. ...................... 7 ..................... 15. bUNSTANi A 7 I L COMPLF.T ION ............................ 7 ........................... 7 CONTPACr ODCUVLNTS 17. INTYNt Or CONTRACT DOCUMENTS wA cenerAl Coniltl.ns Vale 10. UISCMEVANCIF.S AND t1MIS31DN5 ................................ 7 19. ALTIPATIONS ... ............................ ................. 4 20. VERIF-1CATIJN AND WARRANTY ................................. . 9 21. IIOCIIVENTS TO HE KEPT ON THE JOHSITF ........................ 9 22. AODITIOIIAL CONTPACT DOCUMFNTS ..................... ....... 4 23. OwNERSHIP OF DRAaINGS ........ .............................. 9 THL F.NGI%FF.R 24. AUTHOHITY 'IF THE. ENGINFF.R ................. ................. 9 25. UUrIES AND FFSPONSIBILITIF.S OF T.,E ENGINEER 9 2e. REJt.CTFO MATERIAL .......................................... In 27. UNNOTICEU DFFECTS .................. .................. ...... to 25. RIGHT TO RETAIN IMPFPFFCT wOPN ......., 10 29. LINFIS AND C.RAIIFS ....................... ................. l0 30. Sr,OP URAdiNG SUBMITTAL PRUCFDURF. it 31. DFIAIL URAw14GS AND INSTRUCTIONS ........................... 12 THE CONTPACTUP AND AIS EMPLUYEFS ... .......... ... ... ......... 32. CONTRACTOR, AN INDEPENDENT AGENT ........ ............., ... .. 12 33. SV4C0 'RACTING ..................I.......................... 12 34. INSURANCE AND LIAPILITY .................................... 12 35. lNDLrnNITY ......................... ......................... 14 36. TAXES ANC CHARGES .......................................... 15 37. JPDIVANCES, PERMITS. AND LICEVSFS 15 DR. SUPFRINTF.NDENCE ........ . .................. ................. 15 WA General ConalllonA 2 i P4 it I0' RECF'Pf IOS 7F ENCINFER•S DIRFCTIOKS „ � 40, SANlT0.T1+)N .................... 10 .............................. ................... 41. EMPLOYEES ....... lb ............. 42. REQUIREMENTS OF WASHIN ""• Ib • GiON I,AW FOR PUBLIC CONTRACTS 4I, SAFETY •°•••... 16 ...............•............ .44 17' CON rRACTOR•S TOOLS AND F'OUIPniENT 45. Pp(' CT10N OF WORN AND PROPERTY 46. RLSP,.)NSISILIrY OF CONTRACTOR •••••••••••••••••••••••••••• 18 TO ACT IN FMEPGeuCy 47. MATFRIALS AND APPLIANCFS ly ................................... 19 4N, CONTRACTORS, AND MANUFACTURERS- COMPLIANCE: WITH STATE 5AFEtY. OSHA, AND OTHER COOF: REQIIIREMEITS 49. SUHSrITUTIDN OF MATF.PIALE 19 ...•.................. 50. TESTS. SAMPLES, D INSP T 21 AN EC IONS S1, RUYALTIF:S AND PAT F.NTS ............................ 20 ' 52, CONTRACTOR'S R•.;HT TO STOP WORK OR TERMINATE CO4TFAC'••,'••• 21 53. CONRECTIUN OF nEFFCTIVF WORK AFTERCf EPTAh FINAL A .. 71 FRUGRF'.SS OF THE WOFK CE ,,,,,�„ 71 $4. RF.GINNING OF THE W'OpK ..................... 22 55, SCNFDULES AND PRDGRl 33 REPORTS •••'••••,•••• 27 �b, FHOSECU?l O.V OF fHE WUPK .......................... ...... 72 57, ASSIGNMF"T SR, OWNEP'S MIGHT TO DO WORK „.. 59, UONER•S RIGHT TO TRANSFER EMPLOY,9FNT ............• ..........60, nELAYS AND ESTFNSIOh OF TIME ...... 2i ......................... 74 .A Cenerel Conditions I Ago 61. LtUpID4TEG DAMAGES .................................. ....... 25 b2. OTHER CONTRACTS ............................................ 2S b3. USE nk PREMISES .......................... ................ 25 bA. SUBSTANTIAL COMPLETION DATE ...................I............ 26 b5. PFRF,)NMANCF TESTING ................ . ...................... . 26 ob nWMER'S USE OF PORTIONS OF THE WORK ........................ 26 _ 61. CUTTING AND PATCHIAG .............................. ........ 26 68. CLEANING UP ......................................... ....... 27 PAYMENT 64, PAY'IENT FOR CHAKGF. ORDEPS ............ ...................... 27 70. PARTI' - PAYMENTS ................... ................... ..... 24 I1. CLAIMS ..................................................... 31 72. NDTICE nF CLAIM FnN UELAY ...................... ............ 32 73. PELF.ASE OF LIENS OR CLAIMS ....................... .......... 12 74. FINAL PAYPENT ............................ .................. 32 75. Nl, oklVLR OF RIGHTS ........................................ 33 76. ACCFPTANCL OF FINAL PAYMENT CnNSTITUTFS MELEASE ............ 33 MA General CoMltiont wASNTNGTnx U NERAL CUNn ITIUv5 .......... ....... .......... These GE':FRAL CIROITIONS contain contractual-legal Articles that estanlisn the requlreaents and Conditions governing responsibility, policy, and procedures that apply during the Construction and ws'ronty period, This " part of the Contract DOCumentS 1s preprinted. Any modifications to the fpllowlnq Articles that are special to the project under COnslderVIOn • will be Made it the SUPPLERCNThOl CDNOITiONS. Requirements and Conditions that have special algniticance to the Contract for the Oontemplatod VOrK on this Prot*Ct are as set forth in trio remaining sections of these Contract Documents. DEF I%If IVAS wherever in the Contract Documents the following terms are "so. the intent and meaning small Of Interpreted as follows$ 1 . AS APPROM rh* words "as a^proved", unless otherwise iUalitled, ShAll be urderstood to be followei by the voids "hy the Endlmeer". 1. AS SHOWN, ANI, AS IWVICATEO the worge "as shorn" and "as Indie4ted shall be undtfatOOd "0 be followed by the worms "on the Drawinds". 3. R111'iN The person or persons, partm*rsmip, firm, or corporation submitting a Proposal for the work Contemplated. 0. CONTPACT Tre "ContraCt" is the written agr*ement Covering the Ptrfprm*nce Of the work and the :urnjshing Of labor, mAt*rials, Incidental services, tools, and equipment in the construction Of the work. It includes supplmmental aire*menCs Amen.,Ing OT ext*mdihq the work contemplatti And which Tay of required to Complete the work In a substantial and accept-able PaMer. Supplemental agro*meoCs at* written agreements coV*ring alterations, amendments, Or extensions t0 the Contract and Include Contract Change Orders, S. CONTRACT DnCU..AENTS The •Contract Oocumenta" consist Of rho Ridding Regulre""ts, ContraCt Forms, ConditionS Ot toe Contract, the SV@cIficatiOhs, and the tira.ings, including all modifl•:ations thereof Incorporated into tr,e documents before their execution, and including all other requirements lncorparatei my specific reference thef*to. 'h*s* form the Contract. .A General Conditions 5 i l4� 0. CDy T wACTCN Tie person or Persons, Partnership, firm, at cornoration -no enters into the Contract awarded him by the owner. T. DAIS n.:less otherwise specifically stated, the term •days" +1,1 re understood to mean Calendar lays. A. nPAwIhGS The term "Drawings` reters to the ofticl mrJwings, profiles, cross sections, elevatlans, detain, anA utner working drawlr,as and supplementary drawings, Or reotoductlons thereof, stgned Cy the Kmgineer, -hick show the loeation, cnatacter, dimensions, and details of the work to be Performed, Drawings may eltner no round In the same boot As the balance ct the Contract Document$ or round it. separate sets, and are a part of the Contract nocurenta, regardless of the method of nlnding. a. ENCI.4:EA rho Person or organitatlon laentified as such In the COntraCC Documents. The term "thglneW means the Englneer or its authiriZed reoresentatiVe. 1". NOTICE The tern •notice" or the requirement to notify, as urea in the Contract Do"nents of APP11car1e State of Federal statutes, shall signify a written comaunication delivered in person or by certified or realsterel mall to the IndIVI Ual, or to • member of the firm* or to An otticer of the corporation for wham it iw intended. Cetritled or realstered mall snall be addressed to the last business address known to him Who gives the notice. 11, rlh �.UUAL file term "or equal" small be understood to Indleate that the "equal" oradUCt is tme sane or better Chan the 1roduct named in function, Performance, rellamlllty, quality, and general confluurailon. D"termin4tIOn of ecuality in reference to the orolett design rsgnirements Will be made Oy the Enatneer. Sucn "equtl" oroduCtd shall not be purchased or installed DV the Contractor Ithout the Fngineef's written •pPf Oval. 12. n'NFN " The Person, oflanitatlon, or public poly Identified as scan In the Contract DoCuments. eA General Conditions 6 I1, PLAbS (See DRAWINGS) 14. SPECIFICATInNS The term "SPVCif Scations" refers to the terms, Provisions, and requjroments contained herein. where standard specifications, such es those of ASTR, AASNTn, etc„ nave been referred to, the appllCaole portions of such Standard specifications shall become A • part of these Contract Documents, IS. SUBSTANTIAL CnmPLFT10N "S cstantial completion" shall ;e that degree of completion of the prolect or a defined portion of the DrOleCt, SuffICIOnt to provide the owner, at nIs discretion, the full-tlme Use of the ,roject or define4 portion of the project for the purposes for which 11 was lntende-i. IN. wORw The word -wore" within these CohtrACt nOCUmehts shall inetcde all mat.rtal, labor, tools, and all appliances. machinery, transportation, and appurtehAnces necessary to perform And Complete the Contract, and such additional items not specifically lndiedted or deserlbed which Can he teasonAbly interred as belon,ling to the Item descrl�,ed or lPdlcatel and ws required by QOOd practice to Provide a complete and satisfactory system Or structure, As used herein, -provide- shall be understood to mOon "provide complete IP-PlAce", thwt Ss, "fUrnlih and install". CnNTRACT noCU4t.NT3 11, 1"!Tf NT GF GnvTRACT DnCUNFNrS Tne Contract Documents are complementary, and wnat 1w c,.11ed for by Ore shall be As Olndinq as If Called for by all. The Intent of the Documents is to Include all work (except specltic Items to ve furnished by the Owner) necessary for completion of the Contract. 4ateri4ls or work descrined In words which 20 Arplied have a well-known technical And trade meaning shall be held to refer to such recognlred standards. 14. OISCRF.PANCIFS AND D4ISSIntS • Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer Immediately, The Engineer will clarity discrepancies or omissions, in wrlttriq, within a reasonable tine. .AA General Conditions 7 In resolving Inronslscencles among two or more sections at the Contract DOCuments, precedence shall re given in the following orders I. CUNTPACT 2. SUPPLEMENTARY CONDITIONS I. iNSTWICTIONS TO PIDUEPS _ A. GENERAL CONDITIONS 5. SPECIFICATIONS b. UPAwINGS Figure dimensions on Drawings shall take precedence over scale •_ dimensions, detailed Drawings shall take precedence over general Drawings. 1g, ALTFNATIONS me nwner, without Invalidating the Contract, may order Changes In tte fork within the general scope of the Contract by altering, Adding to, Or deducting from the work. the Contract belni adl'asted accordingly. Ali such work Shall be executed antler the Conditions at the original Contract, except as specifically adjusted at the time of ordering such cnange. In giving Instructions, the Engineer may order minor changes in the work not Involving extra cost and not Inconsistent with the Purposes of the project, hot otheraise, except In an eaergencv endangering life or property, additions or deductions from the work shall 02 pertormed only In pursuance of an approved Change order from the nwner, signer or COunterslgmed by the Engineer, or A CMAnge Order from the Engineer Stating that the nwner has anthorlled the deduction, addition, or change and no Claim tot edlitlOnal payment shall to valld unless so ordered. If the work is reduced by alteratlons, SUCK action shall not constitute a claim for damages Rased on loss of anticipated Profits. 20. vtNIF1CATIJ', AND aAPRANTY The Contractor shall thoroughly examine and become familiar with all of the various parts of these Contract Documents And determine the nature and location of the work, the general and local c Ondltlons, and all other matt,rs which can In any way affect the work Under this Contract. Failure to make an eXaTlnALIOn necessary for this deterTlnatlon shall .got release the Contractor from the ebligAtiOns of this Contract, The Contractor warrants that no vert4l agreement or Conversation with any Officer, agent, or employee Of the Owner, or with the Engineer either before or after the execvtlon of this Contract, has ettrcte-i Or modified any at the terms Or oh U.gations herein containen, MA general Conditions e 21, CmCp.F')TS TO BE Ff.PT ON THE JUBSITF. Too Contractor {hall keeo one Copy of the Contract Documents on the 1005lte1 1n 700d order, available t0 the Englneer and to his t eprestntatives, 77. ADOIT1t)4AL CnNTkACT DOCUMENTS Tne t;e, elf rj7j (Vrnlan ge Cnar t0 the Contractor or request and tree of • six Copies of the Contract Documents and SIX Sets of Lull-alseA 0[allnos, Adaitlonal cool•• of Contract Document{ or Dr a•ingi may De obtained On request by ,.avin9 the actual Cost of rlproduc inq the Contract DOCumentS Or Drawinqs, 2), Of"54IP OF DRAk)NGS by All Drawinqs, Plans, SPPcIfICAt[Ont, and Copies thereof turnisned work hand,gllthr thee his exceptioneotythe They slgn Are ed C not otr act be 'Sod on Othe[ returned to hIe On request at the comDle(lom of tn! work,are to be reuse of these the materials wl[hOdt specific written Y!rlf lCatlOn Of Any a AADtatiOn by ih! engineer will b! at the tl{k At the user and 'trout ilabtllty or legal expense to the Englneer. Any such Verification Or adaptation w111 entltle the Englneer to further Comfenaation at fates t0 be agreed upon by the user and the Fhglneer. All models are the Droperty of the owner. THE FNGINE1.k 24. AUTHORITY OF TNF ENGINFER The Fnglneer small be the Owner's representative Aur)n4 the limitedCtoOm perl0tl. Nit authority and responsibility shell be limited CO the provision{ set forth In Cht6! COnCrAC[ DOCVmlbtJ. The engineer Snell nave the authority to reject work and materials whenever In a cordancrelertlen may no neCa6iAry CO insure !xlCVC10n 0! CRe Cc nt[aet !n accordance tiro the intent 0t tot Contract T'ocumints, J5. DOTIES A,%D RESPONSTHILITIL. OF THE ei1GlNFFR tot Englneer will make periodic visits to the rite of the Prnitet t0 "Serve the ni o0f tai dmd gUi11tV of the work and ro de:ermine, Of In the Ml, If the work is DfOCPetllnq !n ♦CCOrAADCf with the inter( Comprehensive lmuOus le Shall lonerot t Deer-Quired to make Tud"I" Of the work, and he Snell not De reaponilDheck telty to(Or cOhgiruCClOn means, mlf hOtla. ClchnigUla, sequences, or procedures, Of for safety Precautions and prOgrama In COnneCClon with the rO[k. Visit$ And observations made by the Enginter snail not relieve the Contractor of nla onllgetlOn to conduct Combtehemsiv! 1.12PeCtfons Of the wOrx And to furrlsh material: and perform acceptsble %O[x, and to provide adequate safety prlN Intent of the Contract, utlO'd, In Conto[*epee with the .'A General Conditions u Tne tnulneer will make decisions, In writing, on all claims of the owner Or the Contractor alining from interpretation or execution of the Contract Documents, Such decislor shall be necessary before the Contractor can receive additional money under the terms of the Contract, Changes In work ordered by the Engineer will be ^ado In compliance with Article 19, ALTERATIONS, One or more inspectors may be assigned to Observe the work and t0 act In matters of Construction under this Contract, It 1s unierstood that such Inspectors shalt have the power to issue instructions and make decisions within the 11M1tatlons of ice authority Of the Lnglneer. Such Inspection stall not relieve the Contractor of his obligations to conduct comprehensive inspections Of the work and to furnish materials and perform accertable work, and to provide adequate safety precautions, In Conformance with the intent Of the Contract, 26. REJECTED MATERIAL anY material Condemned Or reieCted by the Engineer Or ❑Is a Uthorited 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 to Used On the work. 27. UNNOTICEn DEFECTS AMy defective work or material that may be d1So0Vert4 by the FnUlnetr hefore tbt final ac^eptanCe of wnfk, or before final POVment has teen made, Or during the guarantee period, shall be removed and replaced by work and matertals which shalt COnfdrm t0 the ProVISIOns Of the Contract Documents. Fallure on the Dirt of the Lralnetr to Condemn Or riled bad or Inferior work Or materials shall not be Construed t0 imply acceptance Of Such work Or meter l als, 10. RIGHT TO RETAI4 IMPLRFFCT wURF It any part or portion of the work done or material furnished Under this Contract shall prove detective and not In accordance with the Drawings and SPOCIflCatfons, and It the Imperfection In the same Shall not be of $ufflClent magnitude Or importance a$ to make the work dangerous or unsuitable, or It the removal of such work will create conditions which are dangerOUS or undesirable, the owner Shall have Cne right and authority to retain such work but $Mall ` make such deductions In tie final payment tMtefor as may be Just and reasonable, 29. LIVFS AND GRADES Lines and gtades Shall he established as rrovlded in the SUPPLEMENTARY CIINDITIn4s. All stakes, marks, and other Information Shall be Carefully preserved by the Contractor, and In Case of their careless or unnteessary destruction or removal by nlm or his emoloyses, such stakes, maiks, and other Information w111 be TeDIOCed by the Fnalneer at the Contractor's expense. WA 041naral Conditions FO S'MP OWING SUMMITTAL VOOCEDUst 'ne Contractor shall submit, In quadruplicate, to the r.rgtheer for his revieW, such shop drawtogs. elect•Ital diagrams, and catalog Cuts fOr fabricated Stems and manufactured Stems (!n.•luding mechanlCal and electrical equipment: required for the COnstructlom. ShdP drawings shell be submitted In sufficient time to allow the Engineer not loss than 20 regular Working days for examining the Shop drawings. ' These shop dravingt snail be accurate, distinct, and coPplete, are [tall ContAin all required lnformatlon, Including satlStactory Identification of Items, units, and assemblies In telatlon to the Contract rra.lmgs and Specifications. Unless Otherwise approved by the Fnglneer, shop drawlnls stall be submitted only ty the Contractor, who small Indicate by A stared itAmP on t" shop drawlro,, or Other Approved means, that he (the Contractor) has Checked the shop drAwings, and that the work shown Is In accordance Wife Contract requirements and nAs Deer, checked for 11mensions and felattonshlp with work of all Other traits 1mvOlv0,1. The Practice of submitting lhcOmnlete or UOCheCKed Shop drawlnft for toe Fnglnarr to rOrrect or finish will not be a Ccentdoly. and shop drawings which, in the orlrlon of the rnilneer. clearly lholeate that they have not been Checked ty the Contractor will be considered as not complying with the Intent of the Contract OOCUmtnts And Will be returned t0 the Contractor fOr resunmISSIOn In the proper form. dhen the shop dra,tngs have heen , dewed by the f.ngjneef, two seta Of surmlttals *Ill be returned to the COmt!ACtor appropriately sti�ped. If ralOr Changes or corrections are neCmssery, tme shop drawing may me rejected and one set will re returned to the Contractor with such OhA110ts or Corrections Indicated, and the Contractor ShAll correct And resubmit the shop drawings In quadruplicate, unless Otherwise directed by the Fnglneer. NO changes !hell be made by the Contractor to resubmitted shop drdwl' is other than tnosv change[ ImIl"ted by the EnOlmeer, unless s UC6 Changes are clearly described In a letter accompamytnq the rNU •ted shop drawings. Tre t . hew of such shop drawings and catalog Cuts by the Engineer smell not relieve the Contractor from respoms1bt11ty for correctness of dimensions, fabrication details, and spice requtraments, or for devlAtlons from the Contract Drawings ur SpeclticAtlOns, unless the Contractor h&s called attention to such 1evI4tIQMS In arltin% by a letter accompanying the shop drawings •nd the rnglneer approves the Change Or deviation in writing at, the tlme of submission? nor Small review by the Enolrear relieve the Contractor from the rearonsiblllty for errors lr the shop drawings. Aran tm1 Contractor does Call such deviations tO the attention Of tre Engineer, the Contractor small state In his letter whether Or not such 1evlAtlota Involve any deduttIOn or extra Cost edj-tstment. AA General COndltlons Of rA3L bRA•INGS A3'D INSTRUCTIONS The F.nglneer r111 turn,eh, with reasonable promptness, additional Instructions by means of Drawings or Otherwise, It. 1n Che Engineer's opinion, such are re with the quired for the proper execution of the work. A33 such Drawings and instructions •111 be consistent COnt Fart Documents, true developments thereof, and reasonably !r,•erahle therefrd.,, - Thk CWif- ACTUP ANU =IS rMPLUYFF.S , 37, `r4TRACTIR, AN 1hDEPEN1)F,,T AGENT The Contractor {tall perform all wOrk on Pr tnis Contract as 61 Inlependent Aqent and shall not be Considered as an agent Or the Owner, nor sna 11 the Contractors subcontractors or s Uba)*Mt$ of the Owner, employees be 33. SUdCUNTRACTING "'thin 30 days after the executign of tEA Contract, the Contractor {call submit to the Fagln/er .he names of all subcontractors PrOrOsed ror the work, Inclu Ing the names Of any Subcontractor{ that he;e submitted with the Proposal, The Contractor shall not e mplOy any SubCOntraCtOrs t"t the Ensineer may object to as antitngcip ted.Di'SIV to properly plrtor^ r0ek of the (VDt and {Cope anticipated.U, NO Chanles rill De allowed from the Approved subcontractor ,lit withOUt approval Of the s'ngilleer. Ths Contractor agrees flat he is as fully responsible to the owner for Sitter sets end Om1SalOns of hIs subcontractors and Of potions e'(h!T directly Or Indirectly employed by them as he Is for the acts an6 Om,sslons of persons directly employed Oy him, Nothirq Contained In the Contract documents sna11 create Any .OntractUal rolatlon be(veem a,.y snOcumt Fist Or and create the owner. ts, IhSURANCE AN') LIABILITY A. GEVERAL The ContrA etor {hall provide (from :nsurance cOmoanles ACCeOtabte to tot Inner) tho Insurance cOVerage leslgnAted hereinafter end pay all costs, Nefore Commencing Work under this Contract, Contractor small turnlse the Owner with certificates of Insurance specified herein shoring the type, amount, Class ;! Oper effective 14t4pS, and ations toveren. Containingsuhstontlallye the foIci llowing state"entrte, and rA General Conditions t2 e a -the Insurance Covered by this Certificate will not be cancelled or materially Altered, ekCept otter It' Jays' written notice has been received by the Uwner.- In case Of the breach of any provision of this Article, the Owner, at his Option, may take out And mainteln, At the !'Pons* of the Contractor, Such Insurance as the Owner may deem Proper and may deduct the Cost Of such LMSvrance from Any monies which • may be due Or beCoTe due the Contractor under this Contract, d, CUNTRACTnP AND SUBCONTRACTOR INSURANCE. The Contractor shall not Commence work under this Contract until he has Obtained all the Insurance required hereunder am such Insurance has been rtvl*wed by the Owner, I.Or shall the Contractor allow any subcontractor to commence work on his subcontract until Insurance specified below has been obtained. Review of the Insurance by the nwnef shall hot relieve or decrease the liability of the Contractor hereunder, C. CJNPLNSATInN AND ENPLOYFR'S LIABILITI INSURANCE: The Contractor shall maintain durinq the lit* Of Eris Contract the statutory -Pr"en's renp*nsatfon, In admitlon, Employer's I,Sablllty or -Stop-Gap- Insurance In an amount not less than 6100,000 for each occurrence, for all of hit employees to he enoaged In work on the prolect Under this Contract and, In cast Any such work Is sumo , the Contractor shall require the ' subcontractor similarly to provide worKmen's COwpensation and Fmoloyer's Lla1h111ty Insurance for all of the tatter's *mplCyees to be @ngaged in such wOrK. where work under this Contract inclgdes any water or navigational exposure, Coverage Shall be included to Covet the Federal Longshoremtn's And da►borworKer-s Act and the Federal Jones Act. I1, GFNFPAL LIA1411ITT INSURANCE (INCLUDING AUTUmUa1LE) The Contractor shall maintain luring the Ilf.' of this Contract such general IIablllty and automobile 11ahllity Insurance as will p•ovlde coverage for Claims for damages to, rersonal inlory, Including accidental death, as well as for claims for property damage, which may arlse directly or Indirectly from performance of the work under this Contract. Coverage for property damdQt shall be on a -broad form- basis. Amount of Insurance to to Provided shall be not less than s1000nn for hoilly Inlury for each occurrence, with Coverage for property damtle not less than $100.000, plus umbrella exCesa liability for the general Ilablllty and automobile liability Insurance In An amount not less than a2.000,00' Per occurrence in @%teas of the abcvt-stated Primary limits. wA Central COOd1tIOhs 13 In the event any work under this Contract Is Pertormed ny e subcontractor, the Contractor shall be respOnSlbae for any 1lahillty tllrectlY or Indirectly atislnq out Of the work Performed finder this Contract by a sub{OntrtCOfr, a work liability is net covered by the s ubcIrh Ontractor's insurance. The owner end F,nglneor, thelr Officers, agents, and employees Shall be named As additional Insured$ on the Contractor's and any $UbCOntractor'■ general liaplllty and automobile liability Insurance p011cies for any claims arising out of work Performed under this Contract, C. NUILOERS PI3k ALL NISV INSURANCE. Unless otherwise modified In the SUPPLEMENTARY CONVTTIONS, th! Contractor shall secure and ma!ntain durjnq the lit! of t- s Contract. r00 RgllderS RISK All Risk Insurance covtraae for lull o![temt of the Contract amount. Such lnaurance shall not e%Clude c erage for earthquake, lanlslide, flood, eallapse, 0( loft dV! t th! results 0f faulty workmanship, end shall r rOYl d! for lOS ses CO b! paid t0 the Contracto( And the :1w0![ As their Interests may aOPlar. F. INSURANCE COYr RAGE. FOR SPECIti, CONnTTTONS bhen the COhttructi oOn Is t0 tf accomplished within d runlic Or �[IVat♦ rjgh[ otOf wwa.way requlrinl special insurance Coverage, the COnttactOr shall cOnfOrm t0 Cn% 04[tlCul4r regUfrlmorts and OrOVlde the required Insurance. The COntrattOr Shall dU !n Cn nOrlra 1llabljlty policy all endorsements that otection Of Said Seclude the , Cy may require for the Pr eU s •r, 326 Insurance the Ch!coverage raid It Officers, edeets, and employees. special candltlons, when required, shall he provided as set forth In the SPPpLfJMEN TARP Cnnnt TlUNS, G. NU PF.PSONAL LIABILITY OF PUBLIC OFFICIALS In Carrying out any Of the provisions heroot !n !%erClilnO d0Y a'abilitY granted by the COhtT act, there will be n0 personal tfab111t u y public oftl Ia1. 15. IPDKNI tTy The Contractor shall Indemnity and hold harmless the Owner, the Engineer, and their agents and employees from and against all Claims, damages, losses, and tnrenses including atto roeYt• fees of!sing o•+t Ot or resultlnq from the pertormance of , nrovlded that any Such Claim tht POCK, dama0e, loss Or exPtn6! I11 IS aC[tibltablf to bOAll ,y In)Urv. sickness, disease, 0[ death, or to In"'ry Or to dettructlon of tangible property (Other than the work Itself+, Iwhole or the loss or use resultlnq thrtetrom, and i:/ is Qa'+sad !n wnnle or !n pr rt by any act or omistlon of the •.0 of NctOi, any subcontractor, dhYOhe directly of Indirectly I 1 t'le,d OV Any Of regardles s Of aheem thet yOrenorrl r nose acts any Of them may he Party lnde*nlfled hereunder. 1S Nused In Cart by a wA Genera, Conditions 14 In any and all claims against the Owner, the Engineer, 0r any of Their agents or employees by any employee of the COnt[ac[ot, ant' subcontractor, anyone directly or indirectly amplpyed by any of them or anyone for whose act$ any of them may 0e liable, the indemnification OhllOatlOn under this Article shall nc be limited 1n any way by any limitation On the amount or type of oemeglim Compensation, Or heneflts payable by or }0[ the Contractor or any {UDCgnLraCLOt Under Workmen's Compensation Acts, Disability Renetlt 4cts, Or Otner Employee Benefit Atts, The obligation of the Contractor under extend to t this Article snail nottheliability of the Engineer and his agents or emplovees arising out Of the preparation or approval of .naps, drawimos, Opinions, reports, surveys, Change ❑rders, designs, Or Specifications, lb, TAXES ANn CHARGES The Contractor shall Day all applicable State and local sales and UN taxes 4n item{, and In a manner 46 required by the law$ and statutes of the State Of washington and Its political subdivisions, s Ublert to env Overrllinu authority, The Contractor shall withhold and Day any and all wltnnOlding taxes, whether Stare or Federal, and Day all Social Security charges and also al Compensation enar,4es, an l te Unemployment d pay or cause to De rl Statat as the Case may be, any and all taxes, charges, or fees or Sums whatsoever, whieh are now Or may heteatter to required under any laws, t0 be reed or withheld State sales tax shall he paid On monthly partial payments at the time of payment, Tne State sales race tax shall be paid on the amount ownerr,. by C he Contractor and -16c the percentage retained by the 37. ❑ ,01NANCES. PLP".ITS, Ahn LICENSES The Contractor shall Keep himself fully lot^^••+ 0' all ordinances, as well as State and Federal I. •nyal affect tht WIrK here I In Specified, The le ICh to any manhlr times comply with sell ordinances, laws, hon at all Protect and In'emnlfY the ,lwner and its oos, end any claim or liability arlsinn 11,,... •1 agents against any such laws, Ordinances, t n 1"OlAtion of and in{pectlon fee■ necessary fOruprOaeCUl1 w11 g1CM!Cs, licenses, walk shall be weCured and DlnOtIOnless of the Otherwise specified. pall for by the _ontra�tor, unle{{ 38. SOPURINTENDENC.E The Contractor Shall keeD on the WOrK, durino Its progress, Combatant SUrervlsoly perSnnnel. The Contractor shall eesiglete, In wri[inq, before eCertihq -ork, an AUthorltOd repreSentntive rho Shall nave COm01et! authOrity t0 represent and t0 act CpntrAct01 . The Cant Factor shall give etticlent tar the o[k, utlog his Stet supervision to the skill and attention. The Contractor $hall be 301e1y resoonslhle for All construction means, method&, techniques, ,A General Conditions 15 i 1I aryl nroctdures, and for providing adequate safety precautions and c00rdin&t Ing all portions of the Fork under the Contract, 34. Pt.CF.PTTUV OF I.NGiNF.FP'S DIPFCT:ONS Tne ■uverintendentr or other duly authorised reprtsentatlVe of the Contractor, shall represent the Contractor in all directions given to him by the Engineer. Such directions of major importarce will he confirmed in writing. Any direction will be so contirmed, In each, case, on written request from the rontractrr. In. S.ANTIATION Sanitary convenitnCtS conforming to State and local codes shall De erected and maintained by the Contractor at all times wnile +orktrs Are employed on the work. ?me sanitary convenience tarllitles shall De as approved by the F,hglneer. 41 . FMPLOYEFS The Contractor shall emrlOy Only cOmPttent, ak lllful workers to do the %irk, ant whenever any person shall appear to be SncOmDeCegt Or to act in A disorderly or Improper manner, such person shall be removed from the work. 42. Nt.QUINEMENTS OF wASNINGTnN I.A4 JON PUPLIC CONTRACTS wnen the Contract PoCUMents concern Public works at the State it any County, municipality, or political subdivision Created by Its laws, the applicable Statutes of the State Of waShlblton shall arply. For this reason, the following chAVters Of the POV15eA Code of dashingtOn, to include the latest additlens and revisions, are Incorporated by reference At parts ^t three Contract VOtgmentsl A. 19.12 (ooncernlnq the prevailing wale rates to be Paid to Journeymen and ApnronTiees on public works, the certificates required by the State in Contracts for public works, the Arbitrator in cases o. dispute Of wales, and the penalties Involved it these statu es are violate'). The Contractor shall FAY not less than the rreVAllinq rate of wages in accordance with wasnington RC* 3902.021). Certificates of wage payments oy the Contractor shall oe submitted to the Owner in accordance with PCN J9.12.040, wAge certification forms srall be provided by the Contractor. • The prev Allina rate of wages to be paid to all workers. I laborers, or mechanics employed In the pertormanCt of any part 1 at tnis contract shall be in accordance wirn the provisions Of RCw t9.12, as amended. The rules and regulations of th, Department of Labor and Ina �trles are by ret-hence made a Dart of this Contract as though '.1y set forth herein. The senedule of Prevailing wage rates tar the locality or locallties where tnis Contract will be performed all detersimed • Pey. 4/0Q t.A General Conditions , lb W-600 SOUTH TALBOT HILL PUMP STATION WTR-10 2+ #5 Contruct Documents by the Industrial Statistician of the nepart%ent of Labor and industries is attached. Inssmuch as the Contractor will be held responsible for nayina the pravailiha rages, it is imperative that all Contractors tamillarize themselves rite the current wage rates before suPPitting bids based on these S"Ciflcations. • In case a dlfrute arises as to what are the prevalllna rates of _ wales f0I wo:k Ot •] similar nature and such dispute cannot Of adjusted by t`e t,arties In interest, Including labor and m analemtnt representatives, the matter shall be referred for arbitration t0 the Director of the nepartment of labor 'end Industries of the State, and his decis.On therein shall be final aril Conclusive and binding on all parties Involved in the dlsPute as provided tar oy RCM 39.12.060, as amended. the Owner does not quarantee that labor Cab he procured for the minimum Bales In the wage scale. The rates of rages hotel are minimum only, oelow ahict. the Contractor cannot pay. and they do not constitute a representation tnat labor Can be procured for the min,mttm listed. The Contractor snail ascertain for himself the rases above the minimum set forth that he maY have to pay. A. 4g.16 (Concerning the emnIOYment preference to be uiven • residents of the State Of washin'ItOb). C. 4q.24 (COnCerning the ltfinitlOn of a rorKing day, emergencY Overtime provisions, the penalties and ednrellatiOn Of Contracts for violation of these statutes). • It Is understood and agreel that all parties to this Contract shall letetmine the contents of thes' app110ahlo statutes arri CO%PIY math their PrOViSIOns throughout the Performance Of the ContraCt. 41. SAFt.tt The Contractor shall be solely and Completely reeoonsiole for conlltlons Of the lObaitt, Including safety Of all persons (inc Uldlna employees) and property during performance Ot the worK. This requirement $nail apply Continuously and not be Ilmitel to normal worKing hours. Safety Provisions shall contorm to q.S. Department Of Labor (USMA), the State nCcupatlonal Safety and uealtn Act, and all other applicable Federal, State, County, and local leas, iritnAnces, cedes, the requirements set forth below, and any regulations tnat may be detailed in other parts of these DOC7ments. 'dhere any of these are in Conflict. the more strihllnt requirement shall be f011Owed. The Contractor's !allure to v irbuohly tamillarize himself with the atorertentloned SatetY Provisions shall not relieve him from Compliance mitn the ublilations ant penalties set orth herein. +A General ConlltibnS 11 Tne Contractor shall develop and maintain for the duration of this Contract, a Safety Program that .ill effectively incorporate and ImPlament all required safety Provisions. The Contractor shall aOpOlnt an employee no is qualified and AUthOriZed t0 supervise and enforce compliance with the safety Program. The duty of the Engineer to conduct construction review of the Contractor's Performance is not intended to include a review or approval of the adequacy of the Contractor's safety supervisor, the safety Program, or any sataty measures taken In, on, or near the Construction site. The Contractor, as A part of his safety Program, small maintain at his Office of Other well-known Place at the jobsfte, safety equiOment apPIICable t0 the work as Prescrleed by the 4for0mentloned authorities, ell articles necessary for giving first ill to the Injured, and shall establish the Pr OC@oufe for the lemldfate remnval to a mOSPltal or a dOCtor'S care of Persons (inCludinn employees) .hp may be injured on the jobslte. It death or Serious Injuries or serious damages are cause,, the accident Shall be reported Immediately by telephone or messenger to Dot?' the Engineer antl the honer. In addition, the CuntraCtor must Ptomotly report In writing t0 the Engineer all accidents whatsOOVer arising Ont Of, Or in CCnnectfOn witn, the Performance of the work whether on, or adjacent to, tmt site, Olving full details and statements of witnesses, It A claim Is made by anyone against the Contractor or any s UhCOhtrictOr on actount of any accident, the Contractor shall PrOmPtly report tho facts in writing to the Engineer, iivinO full details Of the claim. 44. C1'k TPACTnP'S 101115 ANn t:JVIPMF.Nr The Contractor's tools antl equipment used On the work shall be furnlshei in sufficient quantlty and of a capacity and type that ,111 Safely perform the work specified, and shall be malntalned An,, Used In i tarter that will not create a hazard to Persons Or Provel' Y. Or Caus• a delay In the progress of the work. 45. PPUTF,CTSJN nF wuhk AND PROPERTY The Contractor shall at all times safely quard the Dwner's Property from Injury Of 10S6 In Connection with this Contract. The Contractor shall at all times safely guard and protect from damage , mis own AOrk, and that Of a_ •Gent property (as provided by law and the font►act POcurents). all Pass&OewayS, guard tent-S, llnhts, and other facilities required for Protection by State or municipal laws and regilatlons and local collditlOns, must be provided and malrtalnel. AA General conditions to The Contractor shall protect his work and materials from damaae due to the nature of the work, the elements, Carelessness of other Contractors, or from any cause whatever until the completion end acceptance of the work. All loss or damages arlslnn out of the nature Of the work to be done under these Contract Documents, Or frO- any unforeseen Obstruction Or defects which may be encOUntered In the prostcutlOn Of the work, Or from the action of the elements, "All be sustained by the Contracto-. 46. MESPnaS1BIL1Tr OF CONTRACTOR TO ACT JP EMERGENCY Ip Case Of an emergency which threatens loss or 1nJury at property. ani/Or safety Of life, the Contractor shall act, w1tnOUt previous Instructions from the owner or Engineer, as the situation may .arrant, rho Contractor shall notlty the Engineer thereof Immediately thereafter. Any Clatm for compensation by the Contractor, together with suhstantlatlnu documents In regard to espense, shall he submitted t0 the Owner through the engineer and the amount of compensation shall he determined by agreement. 47. -4AThAIALS AND APPLIANCLS Unless other+Ise stipulated, the Contractor Shall provide and pay for All materials, labor. Hater, tools, equipment, 114nt, poser, transpOrtatlon, and other facilities ❑eCeSsary for the execution and Completion of the work. '"'lees otherwise sPecltled, all materials shall oe new, and both workmanshin and -�aterials shell be of 1001 quality. The Cont6ACtor shall, it required, furnish satisfactory evidence As to the kind And IU- Ilty of materials. In selecting and/Or approvino equipment for Installation in the Project, the owner and Fngineer assume no resnonsibllity for tnJUrY Or Claims rtsuitlno from failure of the equipment to enmply with applicable national, State, and IOCAI safety codes or requirements. Or the safety requitement, Of a reeognired agency, or failure due tO faulty design ennCSPts, or detective workmanship and materials. 4A. CnNTHACTORS' Cob `ANIIFACTURF.MS' COmPLiANCE WITH STATE SAFETY, USHA, ANn OTHER COOS. REWIr AEMENTS Tht Completed wOrk shall Include all neCeasary permanent safety devices, such AS machinery guards and similar Ordinary safety Stems re4ulred by the State and Federal (OSHA) Industrial authorities and applicable local and national codes. Further, any features of the work (Including nwner-selected equipment) subject to such safety regulations shall he fatrlcated, furnished, and Installed in c OmpllanCe with these requirements. Contractors and manufacturers Of equip*ent snail be held responsible for compliance with the refuirements inclgded herein. Contractors shall notify all eg7lpment svrPliers and sabCOntractors of the orovislons of this Article. .A General Conditions IQ 09, SO"STI TOT ION of MAiFAIALS UbstAe V1Ce uti Uwhf r.slllcy!`Plclfledntw It..., aht n0 t[orlon is clearl prodjet, henev items where indicated Or tlxtOre, form, ty_e of er Any material, manufachtrer,aop![Iflld by Patent fOnstroctlon, article, dtlmed to be [ °y catalog nUmbeO[ Prootletary name, n[ DrOcl56 li qua lit vied for the r, such $Decry name, sy name Of V and tactlltetln Purpose of establishing d small be desired. This PrOoedere the description Standard of eomteclt 'On oche is not of the material or process mamufdctur! r Products Of equal De c°mstrUld a. ellmtmdt1mO from ra there full equal or batter quail t0 to tolloveA by the 'ordSuitable In design, and analbyb other Cases, Submit the lat Ord, Or equal", deemed anotaer material, tdata the And may, Sn euen type, Or to the Fnglnter for COns1dl' n S of equal In every re e Peet process rhlci, Sno)I h SubatlCute maCetlAla to that ip 1-dtedtltl a 5ubstantlaliv I b owner of nI shall not be used s specltled, substituted a s autnorlr t agent r unless approved In w tticla Or m , trial, ill he the sole rltlny, 50, 11STs fudge of the , SAMPLES. AND INSPECTIONS the Contractor shall turnlih, without extra test nieces and samples, Inetudind tac111t1e Ortat1in7 fro Charge, cn! nefese ary the Co reef orEsnell Stu rrtlaea ,ed by the Engineer.. lWhen for equlpment made at [he certlt leetea Of to When repplrtd, labordtOry, Point Ot manuFeCCUr! by a`f eeoon Materials and Thel fed testing rap Ow Mr• Fnmineer, and aUChO(Sfld 'love representatives shall at all tlmea b [^mend agents, and their , shall provide ft 1S tm OrlPardtlOn Or Pi Oovlded Safe access to 1ne dc111CIee for gress, anp the l Vdlny malntehdnC! Of SUCK iCclas Antl tOr 1❑ t^! Cont ractor G ampO[ery d0'1 1 old soectl°n, ' If the SPeClfleatl access, ordinances, tons' the Fnglneer•s 1MStruetfons sheds' or any publte Authority to ly teatetl O pU • laws, nD% of Its reaAln eEsroved, the Contraetorany 'ork t0 me C OndueCed p tOt 1"IiPectlon, shall give timely Praccovered up the Engsoe'CewO11 be promptlynTa�'t to lanA where at the ltnout a work r !t to DpTOVa p if she Fngf eer, be qulred by the Engineer,or consentof (h• Pngl Weer, it she ontractor•a expense, [' be uncovered t shall o. It at the It such wok 1of t o un the o r orkwork lMay me m.-nOrdered b Engineer, and, order It suen rOTk shall Y the nocumOnts, the n to be in dCCOr dd nce Iered py the Contrartor, reblaeemant, 'her rill pay the a lfn the Contract It such work 0t °, reexamination the Contract npeuren Is round e n not 1n aecorlaAndnce with work, aaliri fne pTa' the Coaclnmtor andsnall in the defective 'or an an snit r!l,Amtn -aid by the Cont ractOf, C°f7lCCSOn of the defective wA General Condition, 20 St. ROYALTIFS AND PATENTS 'fhe Contractor shall Pay all royalty and license tees, unless Otherwise specified. The Contractor Shall defend all Suits or Claims for lntringement of any patent rights and shall save the Owner and the Engineer harmless from loss on account thereof, S). CUNTRACTOR'S RIGHT TO STOP WnRK OR TERMINATF COUTPACT If the work should be StOPPld Order an order of any court or otter public autmOfItY for a period Of more than 3 months, thr OUNh no act or fault of the Contractor or of anyone employed by him, or it the Engineer inOOld fall to Issue Any estimate for payment within 15 days after it is due, or it the Owner Should fail to pay the Contractor within 30 days after the time sCeeitied in Article 10, PARTIAL PAYMENTS, ary Sim Certified by the Engineer, then the Contractor may, urm� 15 days' written notice to the nwner and the Engineer, $ton work Or terminate this ''ntract and recover from the owner Payment for all work executed an-1 any loss SUstAfned Upon Any Plant of material and reasonable protite unless Said default has been remedied within sail time. 51. CnRRFCTIUN OF OFFECTIVE aOPK AFTER FINAL ACCkPYANCE The Contractor here y agrees to make, at hit own expense, all repairs Or replacements necessitated by detects to materials or w Ork"hShIP, POPPlied under terms of this Contract, And pay for any • damage to otr.er works resulting from soon detects, which become evident within I year otter the date at final acceptance Of the w OrK or Within 1 year after the date of substantial completion established by the F"mlineet for Specified items of equipment, or within such longer period of time AS may no prescribed by Law or by the terms of any al`plicaole sPlclal guarantee rRTulreO t'Y the Contract DOCNmenta. The Contractor further assumes responsibility for A Similar guarantee for all Work Ann materials Orbvlded by a UOoontractors OT manufacturers Of PACkaged egUipment Components. The etteCtive date tar the Start at the quarantee or warranty Period tot equipment AU*I1 fvInQ as Substantially Complete IS defined in Article IS, SOPSTANT.AL COMPLETION, and Article ae, Sl'BSTANTIAL COMPLETION DATE, In these GYNERAL CnNDITIONS. The Contractor also agrees to hold the Owner harmless from liability of any Kind arising from damage due to said defects. The Contractor Shall maKe all repairs and replacements promptly upon recfiot of written order tar same from the owner. If the Contractoe tails to make the rerAirs and replacements promptly, the Owner may do the work, and the Contractor and his Surety shdll at liable for the Cott thereof. Any additional rejufrement► for the prolect relarlve to correc[Iod of AffeCtive work After final aCCeptanof Are set forth In the SUPPLE"'VNTARY CONDITIhNS. wA General Conditions 21 P""GOFS5 of, THE WUPK Se. Nt.GTNNING of THE WOPK NefOrs Work shall be started and material{ Orde[!d, (n! Contractor wshall meet and Consult with the Urner antl�or derFnglneer relative to oork[lall, lgUlpm0 t, and all ar tan.aments for Prosecuting Lbe SS, SCHFnULES AND PPOGPESS PCPORTS Pllor to starting the fonstriction, the Contractor shall nreOare and submit to the Fnqlneer for review, M orOgress schedule snoring 6Poroxlmately the date$ on which each part or division of the Mort is expected to be started and finished. The progress scnldUle shall be brought up to data and sUbmltted t0 th! EngSnelr it e end of e.',Cn month Ot at such Ocher times the Engineer may req-the rest, The Contractor &hill also forward t0 the Engineer, at the end 0( each month, an ItOmIzed report OE the dellVery status o} me]0[ and critical items a nnrenasetl equip the end materlAl, including'dl drAwihds And the ttdCUt of shop and field material, work, Progress reports shall Intl lcate th! date O shop current perelntave of Com f the These p letlon, estlmatH delivery. And order, the AelaY. Sf Any, y, And cause of Tf the Completion Of any Dart of the r0[K or the Al11V![V Of materla It is behind the apOroved torte dull, me Contractor of s ubmlt in wfltlnq a plan acceptable to the Owned And EnpinelT for btinglnq the worn uP to scne. Jle, The Owner shall have the tight to withhold progress payments tot the dole 11 the Co^.[NctOt tills to update and submit the Aron schedule and reDOrts aE specllied, I•as 56, PPOSECUTION (IF THE dOPK It is expressly understood and Agreed tnat the Llm! Of nlglnnlnn, rate of progress, and time of cOmpla:ion Of the work Ire the essence of this Contract. Tne work shall he ptoseCVCed at such time, and in Or on such parr Or parts of the protect as may De required, to complete the Ord]ect •s contemnla[ed 1n the Contract P ocUmints and the ipPrOvld cons[rUctSon sOnldall, 1} the Contractor On to carry On work at nlght Or outslde the regular hOUl s, h! SM17 91ve timely notice t0 [n! Bnglnlel t0 ether ` 5 t istACLOry aTrangemeht6 to be made tot 1n3DlCtlhq the rock In progress, WA Central COhdItlOns 21 57. 4531GNYEVT Neither Party t0 Ibe Contract shall a$s19n the Contract or sublet It as a whole, without the written Consent of the Other, not shall the Contractor assign any Monte$ due or to become due to him nerrUnier without the previous written Consent of the Uwner. 59. 0-4t R'S RIGHT TO PO 00Rr It the Contractor should, In the opinion of the Engineer, neglect to prosecute the work properly or should neglect or refuse at his own cost to take Up and replace wor., as shall have been rejected by the En7lneer, then the nwner $hall notify the Surety of the Condition, and after In days' written notice to the Contractor and the Surety, or without notice It An finergemey or darner to the work or public exists, and withOUt prejudice to any other right which the r1wner may have under the Contract, text Over that port10m of the work whiCh has been improperly executed and make Bond the deficiencies and deduct the Cost thereof from the payments then or thereafter due the Contractor. 59. Owvt.R'$ RIGHT TO TRANSF E.k EMPLOYMFhT It the Contractor shouts abandon the work or should be adjudged bankrupt, or it he should make a general assignment for the benefit of hit Creditors, or It a receiver should of Appointed On account of his Insolvency, or it he should persistently or repeatedly fetus! 0[ ahgUltl (ail, !%Clpt in CAsf$ for which extension of time Is (rOvlltl- to supply enough Properly skilled workers Or proper mdtf) tals, or If he shOUIO fail to make orombt payment to subcontractors for material or labor, or persistently dl$regar ] law$, ordinances, or the Instructions of the Fnglneer, or Otherwise o' nullty of a suhstantlai violation Of any provision of the C Ontraet or Any laws Or ordinance, than the Owner may, wlthCut PTeludice to any Other right Or remedy, and after giving the Contractor And Surety 7 days' written notice, trAnsfer the employment for said work from the Contractor to the Surety, DPon TPCetpt Cf $UCh notice, such Surety shall enter upon the Orfmlses an3 take possession of all materials, tools, and appliances thereon for th% purpdse of cOmpleting IF* work included under this Contract end employ, by Contract Or otherwise, any Ualttled person or Persons to finish the work and provide the materials therefor, In Accordance with the Contract Documents, without termination of the continuing full force and effect of this Contract, In Case of such trAntEer of employment to such SUrtty, the Surety shall be paid in Its Own came on estimates according to the terms nereof without any Flirt of the Contractor to make any Claim for the same or Any part tnereof. wA General Conditions 23 In lieu Of the foregoing, If tht nwner so elects, he may terminate the employment at the Contractor and tare possession of the Prerises and of all materials, tools, and appliances thereon and finish the work by whatever method he may deem expedient. In such Case, the contractor shall not re entitled t0 receive any further Payment until the work is tlnlsntd. If the expense of completing the Contract, Including compensation for addltlonal managerial and administrative services, shall exceed Such unpaid balance, the Contractor shall pay the difference to tot owner, , b0, DELAYS ANn EXTENSION OF TIME It the Contractor is delayed In the Progress of the wort ry any act or nt,ilect of the nwner Or the EnglMeer, or by any separate Contractor tmPlOyed by the Owner, Or Py strikes, lockouts, tire, gngsual wtatner conditions, or UnavOldable Casualties, the Contractor shall, within es Moots Of the start Of the occurrence, 91ve notice to the Owner of the cause of toe rOttntlal aelav and estimate the possible time extension involved, within 7 days after tr:e Cause of delay has been remedied, the Contractor ahall olve notice to the Owner Of any actual time OXtension requested as a result of the AtOrtMontloned Occurrence, NO extension at time will be granted to the Contractor for delays occurring t0 Parts Of the work that nave no meaallrable Impact on the COTrlttfon of the total Mork under this Contract} nor will ewtensfOn Of time re granted for delay! t0 Parts Of work that are "t lccatri on the critical path it the Critical path Metnod (Crv) is USel for 2"eOUling the wotK. NO exttrslOn Of time •ill be cOnSlderel for weather conditions normal to the area in which the work is bung serf Ormed. Unusual weather COndltlOns, it dtttrmined by the Engineer to he Of a severity that would stOP all progress of the work, Tay he Considered as cause for an extension Of Contract completion tlme, pelaya In delivery Of equipment or material pirchaaed by trip Contractor or hit Subcontractors (incluwna owner selected equipment) snail not be Considered as a Just cause for delay. The Contractor sr.all re fully responsible fOr the timely Otderinq. Scheduling, eXPedlting, delivery, and installation of all equipment and Taterlals. within a reasonable period after the Contractor submits to the OwMtr a written reoupst for an extension Of tire. the Lngineer will Present his arltten opinion to the owner as to whether an extension Of time is Justified, and, It so. his recommendation as to the Mumner of days for time extension, The Owner will make the final decision On all rtiupsts for extension of time, aA General Conditions 24 it no event shall the Contractor be entitleu under this Contract to collect or recover any damages. loss, or expense incurred by any delav other than as caused by the Owner, as stipulated In Article 72, NOTICE Or CT,Al� FOR ')ELAY, bf, LIQUIDATED DAMAGES Should the Contractor fail to complete the work, or any part tharlof, in the time ag-eed upon In the Contract or wlthtn such extra the AS may have been allowed for delays by extensions granted as provided in the Contract, the Contractor shall reimburse the Owner for the additional expense and damage for each calendar day, Sundays end legal holidays excluded, that the Contract remains uncOMpleted otter the Contract Completion date, It is agreed that the amount of each edditlonal expense and damage incurred by reason Of failure to complete the worK is the per-diem rate, as stipulated in the proposal. The said amoants are herehy agreed upon as liquidated da*ages for the loss to the Owner on account of expense due to the employmlrt of Engineers, inspectors, end other employee, after the expiration of the time of Completion, and on account of the value Of the operation of the works dependent tnoleon, it is expressly understood and agrees that this amount Is not t0 he Considered In the nature of a penalty, but as liquidated damages which nave accrued against the COntrActor. The Owner shall have the right to deduct such demaues from any amount doe, or that may beCOme due the Contractor, or t. e amount of such damages shall be due and Collectible from the Contractor Or his Surety. 62, OTHFR CONTRACTS The Owner reserves the riont to let other Contracts in connection with the :orK. The Contractor shall afford other Contractors reasnnarle opportunity tot the Introduction and storage of their materials ant the execution of their work and shall properly tunnoct and coordinate his work with theirs. It any part of the work under this Contract depends on the prior a CCf Dtdblf Completion of work by others under separate Contract(&), the Contractor shall inspect and promptly report to the Engineer Any JeteCts In such work that would adversely affect the satisfactory Completion Of the work under this Contract. The COntraetOr's failure tm so inspect and report shall constitute acceptance of tGne work by others as being suitahle for the proper reception and Completion Of the work under this Contract, t excluging, however, those detects in the worK by others that occur after the satisfactory completion of the work spedifled hereunder, w 63, ,sE �)F Vwrnst:s The Contractor shall Confine his equipment, the atordoe Of Materials, and the operation of his workers to limits shown an trip I)rawings or lmdlcated by law, orllnances, permits, Or directions of the knoineer, and shall not unreasonably OMCumber the premises witn his materials. The Contractor shall provide, at his own expense, the necessary rlghts-of-way and access to the work xn1Ch may he required outside the limits of the Owner's nroperty. WA General Conditions �S The contractor shall not load or Permit any part of the structure to he loaded with A weight that w111 endanger Its safety. Aa. SUMSTANTIAL CONPLFTIUO DATE The Engineer may, at his sole discretion, Issue a written notice of substantial completion for the purpose Of establisnlni the st Arting date for specific equipment guarantees, and t0 establish trip late that the Odrer will assume the responsibility for the Cost Of operating such equipment. 5..1d notice shall not be considerel as final acceptance Of any portion of the work Or relieve the Contractor from completing the remaining work within the specified time and in full rorpllance with the Contract Documents. "5uostantial :ompletlon• Of an operating facility shall be that legree of Completion that will provide a minlmum of 7 Continuous work dAys of successful operation in which all Performance and acceptance testing has been successfully 6emonstratel to the Engineer. All egoiPment contained in the work, plus all other components necessary to enable the Owner to operate the facility in rre manner that was intended, Shall be complete on toe substantial Completion date. See "SUPSTANTIAL COMPLETION" tinder Article OFFINITIONS, of these GF.NEHAL C0,4DITIUHS. b5, PEPFOPMANCF TF.STIMG nperatinu equipment and systems shall he performance tested In the Presence Of the Fngineer to demonstrate Compliance with the specified rpAuirements. Performance testing .:hall be conducted under trip specified deslo' operatinq conditions of under such sl'"ulatel Operatini conditions As recommendeo or apCrovel by the Enilriepr. Schedule such testing with the Engineer at least 1 week in advance of the planned Mate for testing, 66. OwNEH•S 115K LF PUFTIONS Ot THE. wUHx The Uwner Shall have the right t0 take possession of and use any Comrletel or Partially Completed Portions of the work. Such use shall not he considered as final acceptance of any portion of the work, nor shall such use Oe considered as cause for an extension of the Contract completion tlme, unless authorlted by a Chanoe Order is SUed by the nwnpr. b7, CUTTING ANn PATCHING The Contractor shall do All rutting, flttlno, or patching of his It work that may be required to make its several Parts came together properly and fit it t0 receive Or by received by ■OrK Of Other Contractors shown upon or reasonably impliel by the nrawings. Any detective work or material, Performed or furnished by the Contractor, that may be 11SCOVe1e1 by the Engineer before the final acceptance of the work Or before final payment has been made, shall be removed ant replaced or latched. In a manner as approvp.l by the Fnolneer at toe expense of the Contractor. v:A General Condlttons 7h 6N. C,.E"hJNG d0 The COntraCtOr shall, at all times, At his own expense, keep Property on Which work IS In Progress and tree tram accumulations or the adle cent property waste material Or rudbl ce caused by employees Or by the work.at hiUpon completion of the constrVction, the Operations. rUbblB Contractor shall, s own expense, remove ell temporary operations, h, and waste materials resulting from his ' P AYMEHT 69. PAY'ENT FOR CHANGE ORDERS Payment Or credit for any alteration COVlred Oy a Change Order shall be determined by One Or a COmbination of the methods set forth in A, R, Or C below: A. fR.IT pRICF_S. It epPlicahle, tnose unit prices stiOulated In the Proposal, or un't Prices ne0otl4ted and mutually acCeptaple to the Contractor slid Owner, 9 LUap SUM, A total sum for the work neootfated and mutually acCeptaple t0 the Contractor dnd nwntr. In "A" and "H" above, Contractor's qudtatlOms for Change Orders shall be in arltlno and firm for A Perlo^ Comnensatlon Paid in Conjunction with t_t erns of V8.Change nrder $hall comprise total eOmptn5dtiOn due the Cnntra[rOr for the Work Of alteration defined In the Chance Order, Dy FiaRing the Chang! 'ender, the COntraCtOr acknowledges that the stipulated COmoensation theIncludes peyment for the work or aiterAtlon plus all payment for Other Interruption Of schedules, extanda' overhead, delay or any OChlr impact 01aJm or ripple etteIt, and oy sate sdelay sCecfflca] ly waf ves any reservation or claim for additional LInInq compensation In respect to the 3ubjeCt Of the Ctanqp nrder. the Doner's reggept for quotations on alterations to the work shall not be considered authorization to proceed with the work Prior to the Issuance of a formal Change Order, nor shall such reJu@st Justify any delay In existing work. Lump $um 1110tations for dlter4tl0ns to the work shall Include substantlatinq documentation with an itemlzed breakdown Of Contractor and subcontractor costs. Includln7 labor, material, rentals, aporOVed services, overhead, and proflt calculated as speclf l ed under "C" below, n, FORCE ACCOUNT NOHK,unOn If the method or payment Cannot he agreed to Enlinler0 fit![tse that then work bledOnikn ad the Owner or CM 0r on a force account basis, then the y written Change frier 1 ao0,, equiPment, and materials necessary t toc complete tor l then work nish In a satisfactory manner and wlthin a reasonable period of time. For the work performed, payment will be made for the documented actual cost of the following, WA General Conditions 27 i. Labor, Including foremen, *no are directly asstaned to the force account work: I&Gtual paprol: cost, including wales, fringe benefits as established by negotiated labor agreements, 14hOr Insurance, and Id"r taxes as established by law). NO other fixed labor burdens w111 be considered, 'Inlets approved in writing by the Uwner. 2. Material delivered and used on the dealgnated work, Including sales tax, It Paid for by the Centtactnr or n1s subcontractor. I. Rental, or equivalent rental cost of equipment, Including of fraOipOrta•SOn for items having a value In excess of $top. A. Additional bond, as required and approved by the Owner. �. Additional Insurance (Other than labor 1nSUr4nce) as required and approved by the Uwner. To costs under -C. FopCF. ACCOUNT mOPe+, there Shall a Added the folio"" fixed fees for the Contractor or subcontractor actually P erforming the wyrK1 A fixed fee of 20 Percent Of the cost of Item I above, A tiXed fee of Is percent added to the Cost Of Items 7 and !, and A fixed tee of 6 Percent added to the cost Of items s And S &Dove. An 4"Itlonal fixed fee of 10 percent shall be alloweA the contractor for the aAmeinistrAtive hdnAllnq of Portions Of the rote that are performed by en approved subcontraCtor. No additional fixed tee 1111 be Allowed for the administrative nandlinq Of wOrK DtrtOrmed by a subcontractor Of a Subcontractor, Unless by Mritt@n nermlasl.on from the unner. The added fixed t.`es Shall be con Covsldeied to be full compensation, other erathe Cost of genital /UDlr vision, Overhead, profit, and any Othei Ventral exDente. The Under reserves the fldnC CO fufnl5n such materials and egUlPment as he derma lxDedjent, and th! COpCfacCOt shAjl have hn Claim for Proflt or added tees on the cost of SUCK mate;lalf and equipment. For egOlpmen• Under Item I Above, rental or equivalent rental cost will be 4110aed for Only tnOse dayS or hour$ during which the enulmment is In actual use. Rental and [ranSPOrCatjon 4110+4ncts Shall net exCted the Current locality. The rectals allowe rental rates Drevalllnq to th! d for equipment w111, in all cases, he understood to Cover all tuRl, supplies, repair&, and renewals, and no further allovanCes will be made for those items, unless specific Agreement t0 tMat effect 1s made. -A General Conditions 29 The Contractor shall maintain his relords In such a Tanner as to nrovlda a clear distinction between the direct "Sts of work paid for on a tOTre account basis and the Costs of other operations, The Contractor shall furnish the Pnglnaer report sheets in duplicate Of each day's force 4CCo11nt work no later than the wOrxing day following the peTtormahce Of said work. The daily report sheets shall Itemize the materials used, and shall cover the direct cost Of labor end the chaloes for equipment rental, +nether furnished oy the fontractor, subcontractor, or other forces, The daily report sheets shall provide names or tdertifleatlons and c1ASslfiCatlOns of -otters, the hourly rate of Pay and hours worked, and 4150 the size, type, and IdentifiratiOn number of equipment And hours operated, material Charges shall be suhstAntiated oy Valta Copies of vendors' invoices. Sawn Invoices shall ne submitted mite the daily report sheets, or, it not avAilahle, they shall be submitted with subsequent daily report sheets. Said daily report sheets shall he alined py the Contractor or his authorized agent. To receive partial paYments And final payment for force account work. the Contractor shall submit In a manner approveo DV the Pngineer, detailed and Complete documented verification of the Contractor's and any of his subcontractors' actual Current costs involved In the force account work pursuant to trial issuance of an AVPrOVed Change Milder. SUCK Costs shall he submitted within It, days after said work has been pertOr*ed. 40 Payment will be made for wOrK hillew and submitted t0 the Engineet after the ln.day period has expired, Flo extra or additional work shall be rertoreld by the Contractor, except In An emerlencv endangering lice or property, unless in pursuance of a written Change order, as prOviden In Article 14, ALTEPATIONS. Tn. PANTIAL PAYMENTS A. sENKRAL Nothing :ontalred In this Article shall be construed to affect the right, hereby reserved, t0 reject the whole or any Part of the aforesaid work, stould suCh, work re later found not to comply with the provisions Of the Contract Documents. All estimated quantities of wnrx for which partial payments have Mean made are SubleCt to review And Correction on the final estimate, payment by the Owner and aCCeptAnCe ny the fontractor of partial payments basal on periodic estimates of guantltles of work performed shall not, in any way, constitute ACC/PtAnce of the estimated luantities used As the basis for Compiting the amounts of the partial payments. •A renera1 Conditions 1q M. FSTI"ATk Aetore the first NOrKing day of each calendar montm, the CUhtraCtOf shall %Ubmlt t0 the F.nnineer a detailed estimate Of the amount tattled for the **Perot* portion& of the work, and request Payment. As us*l in this Article, the words "amount earned" means the value, on the late of the estimate for - partial Dayment, of the work Completed in accordance with the Contract DOcumentA, and the value Of approved materials delivered to the protect site suitably stored and protected Prior to incorporation Intu the work, if the Contractor's estimate of amount earned conforms with the Engineer's evaluation, the Engineer will calralatt the amount due the Contractor and make {'eCommendatfon to the Uwner for raymert. C. nEDUCTION FNUM ESTIMATE In accordance with RCF Title 60.28.610, the Owner 4111 deduct and retain 10 percent Of the first 6100,000, and 5 percent. Of all remainlno amounts due the Contractor until contract completion end the coneltions specifl*d in Article FINAL PAYMENT are met. Such retAlnage tnAll no *stabllAhel AS a trust fund for the protection and payment of taxes Ann any Person or oersOPS who shall have a lien uron such wonies so reserved. ?no Amount deducted and retained, in accordance witn tnis Article, at the optinn of t e Contractor shall tei 1. Retalnel in a fund tv the Jwner unt`1 in days following trip final acceptance of the work ann sutleet to the Provisions Of Article FINAL PAYMF.NTi or 2. nepoSited by the Owner in an interest-L@aring a,-Count in a bank, mutual saving "IAnK, or savings ann loan association, not ubiect to wittl, r, wal until after tined aCcpptanre >t the work and *undid t0 the Provisions Of Article VINAL PAYMENfl provided that interest on such account shall he Paid to tre Contraetnrl Or 1. Placed In escrow with a bank or trust c"Pany oy the Owner until 10 aays following final a.tePtanct Of the work ann subl*Ct to the Provisions of Article FINAL PAYMENT. 0, ouwrrc ATto% k0R PARTIAL PAYMENT rON MATERIALS DELIVEPE0 Unless modified in the SOPPLt.MENTANY CONDITIONS, qualification for oartlal payment for material* delivered but not yet _ Incorporated Into the work shall be as described telow. 04 General Conditions In r 'faterlais, as used herein, shall be considered to oe [nose Items wnlch ar! fd071Cetld transfer[ and manufaCturee material and , Orly those materials t which the Contractor can Payment.transfer clear title to the Owner 4111 be qualified for partial To receive partial payment for materials delivered to the alte, but not lnoOrporattd in the work,Contractor to submit to the Engine!t Sne11 De neCt664ry for the or. at least 7 days Pr for to the end Of Said month, a list Of sucl: materials. At his tole discretion, the Engineer will approve items for wrier pa[tlel O synth[ !s to De made, The Contractor's Actual net cost for the materials must pe auppCrted by info'res of aaDPlllfs, propr[ storage and Protection shall be provided by the C Ont[aCCOr, and as approved by the F.bgineer. Final payment shall be made only for materials actually 1nCOrpOTatld In the 4mrk and, upon acceptance of the work, all materials [emalnlng for wnlcn advance Payments had tem Contractor I ontrector, unless otherwise ar been made snail revert tm the reed, and partial Payments made the work. for worse is shall be deducted from the final payment for K. PAYMENT After deducting the rttaln09e3 and the amount rarttal payments mode of all h[lV10Ua to toe Contractor, tot amount rarned as Of the Current month will be made payable to the C01trartOr Owlu nedrrys after the last day Of said month, except where the 13 a muolclDallty Or Other agency Mhos! IawS rtoulre the approval of each Payment by a Council of similar Pody, in w•,icn Case, the Payment Shall become due and payable In days after the first meeting in the followlnq month scheduled for approval of such payments. 'ontnly Portlal payments shall be conditional uPon prosecution Of the Bork 11) acCordance with the provision$ Of and, 01 Contracts for any ^ubliC work [h! COntrecC !h Ch! Swat! of +ashingtpn, ekCeDt Federal Projects, uPpn flung with the Uwner by the Contractor the wane certlfiCatlOn form relabel ny wCa 1'.12,140. 71. CLA1 t3 In any Case where the Contractor deems additional Compensation Is due n1m for cork or materials not Clearly covered in the Contract or not Ordered by the t"hglneer dCCorainn TO provisions of In writ Ig, ALTEMATipNS, the Contractor shall notify the Fmglnter, • to writing, of his Intention to make Claim for such compensatlon before he begins the more on wnlch he bases b! the Claim, In o tbdt Such matters may settled. It hosslbll, r rldele ! action promptly token. or Other riat It such notlf lcatlon is not Olvtn or the Fn)Ineer 1s not afforded proper taellltles by the Contractor tar keanlnr strict account of actual Cost, then the Contractor M@reDy Agree$ t0 waive tn! Claim for such addttfOnal COmpenSatlon. SUCM nOtice by the Contractor, and the fact foal th! F.n9inror has kfDt nr&COant Of the Caat t afOCf talu, Shall not In any way of Construed •s Ovinq me validity at the claim. Claim$ for additional nA central Conditions it compensation shall to mad! In Itemized detall and submitted, In writtnit to the Owner and Fnilneer within to days followinu completion Of that Portion of the work for which the Contractot hAses his claim. In Case the claim is found to be lust, it Small to Allowed and paid for as provided In Article 69, PAY4Fa0 FOR CNAPGL UPnERS, or It shall be allowed and paid under a suprlemental agreement t0 be entered Into between the parties t0 the Contract. - 72. Npr1CF. OF CLA14 FOP DE1,4Y It the Contractor Intends to file a claim for additional compensation for a delay caused by the nwner at a particular time, he shall file a notice of claim with the Owner within 7 days of [n! neglnning of the occurrence. The notice of eleSm Snell be In duplicate, 10 wrltimgr and shall state Ch! ClrCumstAmres and the redsOnS for the Claim, but need not State the amount. ND Claim for aOdltlonal COmPenzati0n will De Considered unless the Provisions Of Article 60, I-ELAYs AND F.Yrf.NSION OF TI4E, are compiled with, and a notice of claim has been tiled with the Owner In wrltln0, as stated above, 7I. wt.Lt ASE '1F LIENS ANm ^LAIMS The Contractor shall indemnify and save harmless the owner trom all claims tot lamor And materials furnished under this Contract. Prior to the final payment, the Contractor Shall furnish to the owner, as part Of his final PAY-Ont request, A Certification that all of the Contractor's OhligAtiOnS on the protect have been satisfied And that there Are no UMVAId taxes, liens, verdors' liens, rinhts to lien, Or any other type of claim against the ProleCt, and that the hourly wanes paid to all Persons on the Drolect were In accordance with the applicable wage scale determination$. 74. FINAL PAYMENT "Pon c0mnletlOn Of ail of the work under this Contract, the Contractor shall notify the EMOlnter, In wiling, that he has cOmpleted his part of the Contract And small -equest final lnspectfon and final payment. Upon receipt Of the Contractor's requesst for final Inspection, the 5nOlneer will make such lnareCtiOn and Sutmit to the tlwnt is recommendation as to accertAnet Of the completed worx and as to the final estimate Of the amount due the Contractor under this Contract. Upon aooroval Of this tire] estimate and upon final Acceptance Of toe work under trls Contract• the owner will notify the Department of Pevenue of , the completion of said Contract. Provided the Department Of wevenUe certifies there are no taxes or Penalties due and owing _ from the CContractor, and there are no other know,, Claims or liens do SlmSt the retained tUndst and further Provided the terms of Article PELF.ASF. OF LIENS AND CLA14S are In Compliance, the Owner will& within In days of final acceptance, PAY to the Contractor the balance Of monies due Itnder this Contract in accordance with PCt Title 00.28. In the event ursattstled claims Or liens for taxes, materlal, lanor, and other services Are known to exist, an amount will re further withheld from the rttalnage sutfIC'ent to sAtlsfy the settlement of such clalms And liens, Snclotlnq attOr�ev's fees wA General Conditions 12 incurred, and the remainder will be released from escrow, or released from the retained funds and paid t0 the COrtraCtor. On Contre0ts for public works, final payment Of the retained percentage will not be made until after the Contractor has filed with the Owner the affidavit required by PCW 19.12.O40 certifying that he has paid not less than the prevailing rate of wages. 75. NU NAIVER OF RIGHTS Neither the Inspection by the Owner, through the Lngineer 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 ty the Owner or Engineer, nor any extension of time, nor any p Ossesslo❑ taken by the Owner or its employees, shall operate as a waiver Of any provision of this Contract, Or any power herein reserved t0 the Owner, OC any rlghi to damages herein provided, nor shall any waiver of any breach In this Contract he hold to he a waiver of any other or subsequent breach. 76. ACCEPTANCE OF FINAL PAYPEhT CONSTITOrES FEbEASE The acceptance by the Contractor of the final Payment shall release the Owner and the Fngineer, as agent of the Owner, from All claims era all liability to the Contractor for all things done or turnlshed in Connection with the work, and every act of the Owner and Others relating to or arising Out of the work. NO payment, however, final or otherwise, shall operate to release the Contractor or his Sureties from obligations under tnis Contract and the Perfor*ante and Paymert bone and other hands and warranties, as herein provided. wA General Conditions 13 SUPPLEMENTARY CONDITIONS .......... .......... The COntrRctor's attention 16 directed t( Civlslon 1, GENERAL REQUIREMENTS, Which Contains other directions Pertinent to the project, LOCATION AND DRAWINGS LOCATiON The location 0f the work Is Shown On Drawing No, S13e31,A1, 3neet 1 a 11 of the Drawing.. DRAWINGS The Drawings ro• the Construction of thv South Talbot Hill Pump Station consist Of 11 sheets, entitled "South 7alo0t HS11 Pump Statlon", end dated June 19V.. REVISIONS .O THE CITY OF RENTON INSTRUCTIONS TO BIDDE..S The INSTRUCTIONS TO BIDDERS is hereby revlsad as tall.,&, Paragraph 7, delete In Its entirety, REVISIONS AND ADDITIONS TO THE INST.UCTIONS TO BIDDER5 (WA) The INSTRUCTIONS To BIDDERS is hereby revised as follows: ITEM "DRAWINCS- Insert the t011owing, FULL-SCALE DRAWINCS AVA1. BLE The Drawing& bound In the Documents are phntograDhle raductlons at the original tracings, Full-Scale Dtarl npf may De .Drained from CHIM HILL, 1500 Ilith Avenue, SE, 6ellevue, Washln9ton 9000e, at a Cat .t sl.. Dar set, No return at full-scale Drawings Is required, and no rotund will be made, r TEM "SPECIAL BIDDING REQUIREMENTS' Add the following P4r4graphr SuPPlementary Conditions I OWNER-SELECT EQUIPMENT When the Proposal form requires the Bidder to subatt separate price Proposals trim additional manufacturers on a partltular equl-Aent Item for Owner's selection, the Bidder a^.11 list only such manufacturer's equipment that will Comply with the sDee1!!ed design In ability, pertormanea, general contl0urotlon, Material quality, Owner's In, and each that will Meet the completion Schedule. The nwneT's initial Selection Of this equlrsent shell not 0* Construed _to Indicate final acceptance, nor relieve the sutceutul Bidder and/Or manufacturer of the equipment from providing submittal Snformatl •n necessary to properly evaluate th] equipment Selected and turns 'Sng a completely satisfactory and operable system, - including detailed Information regarding such lnterfacee as are necessary for compatibility with and Connection to other equipment, structures, and services ♦e designed and SPeditied, ITEM 'BASIS Or AWARD' Add the following, It, at the t1i,e this Contract is to be awarded, the total Ot the lowest accept a ble proposal esceedS the funds than estimated by the OYMt as available, the Owner ■ay reject all bids or take such Other Act'On as best serves the Owner's Interests, The Proposal Of ins lowest respon[Ible Bidder will be that Proposal With the lowest basic lump sun bid plus the SUM Of D[SN finally Selected Owner-Selected equipment, The Uwnth the reserves ss the Prices of right, before the Contract 1s awarded, t0 select any Owner•seleCtee equipment, regardless of the price, as will Oast Suit the interests Of the Owner, The Owner will co halde[ all hspeets Of quality and c ontotmance rltn mesa gpee3ftea tl One •s well es price. It any of the listed Items Of eguipment to be Selected by the Owner are Obviously unbalanced and, In tha Owner's judgment, hot reallstic prices for the particular equipment, the Owner may request additional Information to Substantiate the prices prior to determination of the low Bidder Or may reject the bid, as PrOVlded In the INSTRUCTIONS TO BIDDERS. REVI3IONS AND ADDITIONS TO THE GENEA L =DRDITIONs The GEMCRAL CONDITIONS are hereby revised as follows, ARTICLE -OWNER-, `ENGINEER', 'CONTRACTOR', -BIDDER- Add the following, Supplementary Conditions 2 nwNEP wherever In these Documents the word -Owner- appears, 1t Snell be understood to Sean the City Of Penton, Trios* address is Municipal Sulldlny, 200 Mill Avenue South, Penton, Washington 99OS5. ENGINEER Wherever in these Documents the wt,, j 'Engineer' ac:eara, it ►hall be understood to seen CHIN HILL and their authorised representatives, Acting elther directly or indirectly as authorised •Cents of the nwrier. ARTICLE 'SPECIFICATIONS• Add the followings STANDARD SPECIFICATIONS whatever in these Contract Documents referenCe la made t0 the -Standard SP*CltlCatlOns', said reference shall be understood a► referfing to the current edition of Standard Specifications (Or municipal public Works Construction, VhtCh applicable parts are Incorporated her-tin *no made a part of these Documents by specific reference thereto. It requirements Contained In the Standard SPOciticatlonS ate modified by or ate In conflict with supplemental Information in these Contract DOCUM*rite, the requirements Of these Contract Documents shall prevail. FEDERAL, STATE, COUNTY, AND LOCAL STANDARD SPECIFICATIONS where portions at the work traverse Or cross Federal. State, County, or local highways, roads, or streets, and .he agency in iontrOl Of such property has eetabllShed standard specifications governing Stems of work that differ from these Specifications, the most stringent requirements Shall apply. The Contractor shall comply with all regulatROn& andDep rtMentementever ts of ?.he Star Highway Department and the County the work traverses or CCosSea State or County highwsYs. ARTICLE *LINES AND GRADES' Add the tOIIOwingl The dimenSlonS for lines and elevations for grades Of t..0 structures, appurtenances, and utilities are indicated on the Drawings. toyether with other pertinent informs on required tar laying out the work. It ►Ste condition► vary from those rndlCwt*d, the Contractor shall notify tha Enginfef Immediately, who will mske any minor adjustment as required. SUppleaentary Conditions The location and elevation or the bench Mark if shown, The Contractor small furnish tM naesesery labor and Materlals to Accurately lay out the work And get the required elevations fro■ the lneotMation indicated, The Contractor shall provide a Competent employee during normal working Mole to lines and le :S&I8t the Engineer, when required, 1n checking _ vatlno in the Contractor's layout and for measuring quAntities for payment purposes as the work proceeds, The Contractor anal Cooperate with the Englnser ae that the checking and mea•Uring May be ACCOmpllShed with the least interference t0 the Contractor's operations, ARTICLE "SHOP DRAWING SUBMITTAL PROCEDURE, Add the following paregraphe RECORD DRANIRGB The Contractor shall Maintain On the 7obait+, and make available t0 the Engineer on request, one Current record met of the design drawings which accurately indicate al. approved variations in the COmpleted WOrK that differ from the design information Shown on theDrawings, ARTICLE `GENERAL LIABILITY INSURANCE (INCLUDING AUTOMnSILE)" Review the $2,000#000 umbrella excess Coverage to the amount of $1,000,000. ARTICLE "BUILDERS RISK ALL A13K INSURANCE* Delet♦ the following COvernOesl Loss CAUSed by earthquake, Loam Caused by landslide. Loss Caused by flood, Loss Caused by Collapse, ARTICLE "ORDINANCES, PERMITS, AND LICENSES, Add the tollowingl BUILDING PEANITS The Contractor Shall be responsible for Obtaining from the City, the neCeSSAry building permits for All work At the site, Supp LementarY Conditions PERMITS FOR WORN WITHIN THE STATE RIGHTS-OF-WAY the Owner will Obtain from the State the necessary Permits for worK within their rignts-of-ray. A COPY of the permit will be avallablt at the office of the Owner. The Contractor $hall abide by all regulations and Conditions Stipulated In the permits. and sucn conditions and requirements are hereby made a part of these SUPPLEMENTARY CONDITIONS, as fully and completely as though tht same were fully $at forth herein. The Contractor $hall *XaMlne the permits granted to trig Owner by the State. Failure to do so rilA not relieve the Contractor from complfan0a with the requirements stated therein. The Contractor $hall, It required by the state, provide a bond in the amount and form designated before commencing ■orK. Supplementary Conditions S PART 5 SPECIFICATIONS NOV. I1/Te ABBREVIATIONS whentvtr In tnese Contract Documents the following abbreviations eta gate, the Intent and meaning Shall be Interorsted as foiloral AA Aluminum kssociatton AAMA ArCnittetural AIUMSNIm Menufacturara' Association AASNTO American Association of State Highway and Transportation officials ACT American Concrete Institute AFBMA Anti-FrICtIOM AaAring Manufacturers' Association AGA American Cal Association AGMA American Cear yanufarturers' Association A1SC American Institute of Steel Construction A131 Amer}tan Iron and Steel Institute A1TC American Institute of Timber Construction AMCA air Moving And Conditioning Association ANSI American hattonal Standatds tnatltute AAA American Plywood Association Apt American Petrulegm lnatltute AREA American PAIIwey Engineerino Association ASAF AmertCan Society of AgrleoltUral Engineers ASCE American Society Or Civil Fnolneere ASMPAE American Society of Mestino, Pefrlgerating and Air- Conditioning E'mglnt4rs, Inc. AamE American Society Of yechanlcal Engineers ASTM AMeticAn Society for testing and Materials Awl Architectural woodwork Institute AwS American Welding Society AWPA American Wood Preservers' Association AMPS American wood Preservers Bureau AWNA American Water wirks Association BMMA Sun der* H*r Aware Manufacturers' Association COMA Certified Ballast Manufarturers' Association CDA Copper Develooment Association CISPI Cast Iron Soil pipe Institute CMAA CrAnt MAnUtarlutere' Association of America CPSI Concrete PelnfOrcing Steel Institute Fed. Some, rederai %v*citic&ti*ms MI Hydraulic Institute NMI Hoist ManutaCturars' Institute 100 International Conf-erence Of Building Officials SEEP' Institute of Electrical And ElectroniCS FnglneerS, lne. ICFA In'ulated Cable Engineers' Association J1C Joint Industry Conferences of Hydraulic Manufacturers Abbreviations 1 NMA Monorail Manatacturttt' Asspclatlon NMMA National buildett' hardware Assoeiattoh NEC National tleetrleal Code NEMA Net lenal Electrical Manufacturers' Asseciation "93C National [}tattle safety Code NfPA Nat t One fire Prote0tion Association NLMA National Lum"T MAMUteeturers' Aeaoelatlon NAMA NAtlOhal wOod•OfN ManUfaeturers' Association DELI nvtthud Electrical Crane Institute n3MA DeeUOAtional SatetV any health Art tooth federal L state) P3 Product Standards Section - U.S. Department of Commerce PLM PLM Standards institute, Inc. PMA PUDber Manufacturer@' Ast0clation SAE SOclItV of Automotive, tnglneers Sot Steel Door institute 33PC Steel Strueturts Painting Counell TEMA TUbulaf txchonger Manufacturers' Astorlation TCA Title Counell of America uNC uniform Puilding Code uL UndtrNritefs' Laboratories. Inc. MMPA •extern No0d Prpduets Assoclation Unleta a natticulat lsaue it designated. all references to the above 40vcifl04tl Oflt, standards, or methods %hall, in ta0h instance, no understood to rotor to the Lstut in aSt•Ct (including all amendeants) on the date it the INVTTAT104 TO etc. Abbreviations 2 01001 GENERAL REQPIPENENTS ..... ....... ............ PROJECT DESCRIPTION A brier description or trio work is stated In the INVITATION TO BID. To determine the lull scope Or the project or any particular part of the project, coordinate the appllcacle information in the several parts of these Contract Documents. The Contractor's attention is directed to the SUPPLEMENTARY CONDITIONS, whlen contain Otmer special regulrtments that are pertinent t0 this Project. SEQUENCE OF OPERATIONS ........ .. COORDINATION The Contractor shAll Cooperate In tht coordination Of separate activltles in a manner that Will provide the least Interference with the Owner's operations and other Contractors and utility companies working In the area, and in the Interfacing and connection or the separate elements of the overall project work. A water pipeline will be Constructed Cy another contractor east from the east end of the bridge over SR W. The .Contractor shall Coordinate the time of the connections to the two existing pipelines with this contractor And the i1whtr. It any diffi:ulty or iIspute should arise In the apcomplishment of the above, the problem shall be brought Immediately to the attention of the Engineer. The Contractor is subject to thle requirement for cooperation, and Shal'. abide by the Engineer's decision In resolving project coordination Problems without additional cost to tot Owner. SHUTDOWN OF EXISTING nPERATIONs OR UTILITIES Continuous operation of tht Owntr's existing water system is of critical Importance. Tie-ins t0 existing services Or utilities, or for Otmtr work that requires the temporary Shutdown Of any txlating operations or utilities Shall be planned In derail with appropriate scneduling of the work and coorllnated with tht Owner or Engineer. The approved schedule for Shutdown or rt-start shall be indicated On the Contractor's Progress Schedule, and advance notice shall be given In Order that tht Owner Or Engineer may witness the shutdown, tit-Sri, and startup. General Pegulrements I All materials and equipment (lncludlnq emergency equipment) necessary to expedite the tie-ins shall be on hand prior to the shutdown of eklsting services or utilities and approval Obtained from the Engineer. OPERATION Or EXISTING SYSTEM PROHIBITED At no time Undertake t0 close Ott any lines or Open valVet Or take any - other action which would afttct the operation of the existing system, except as specifically required by the Drawings and Specifications and After approval 13 granted by the Owner, Request Approval ] working days In advance of the time that interruption of trio existing system is required. SCHEDULING Plan the work And Carry it out with minimum Intartertnre to tht Optratlon of the exlstinq facilities. Prior to starting the worK, o Onner with the Englnttr and Owntr's representattve to develop an approved Contractor'& Progress Schedule which will permit the facilities to tuhctibn normally as practical. It may be necessary to do certain Darts Of the Construction work outside normal working hours In order to avoid undesirable Conditions. The Contractor shall do this work at sucn Limes, and at no aCditiontl cost to the Owner. to not make connections betw►tn exlsting work And new work Until heCe Nary Inspection and tests have been Completed On the new work and it 1a found to Conform In all respect& t0 the requirements Of the Contract Documents. FGUIPMFNT MAINTENANCE DURING CONSTPUCIIUN 4:1 OQulpmtnt installed shall be provided with the manufacturer's recommended oil and lubricants by the Contractor and shall be mainLAlned and Operated by the Contractor until final aCNptancs by the Owners however, specific equipment Oe&Ignattd In writing by the Engineer at meeting the requirement& for Substantial Completion may, at the Owner's discretion, be operated and maintained by the Owner. EQUIPMENT AND SYSTEM TESTING FunrtlOnal (Or run) testing. In the presence of the manufacturer's representative And Engineer, will be required for each Item of equipment f011Owing Installation. Functional totting Is datlned As that testing necessary to determine it installed equipnent and systems will operate a Intended, In addition to the functional test, aDACStSc performance testing or . Installed equipment and systems Shall be conducted by the Contractor as required in the secticm specltying the tqulpaent or system. General Naqulrements 2 The Contractor shall furnish all labor, materials, tools, equipment, Power instruments, and services necessary to perform the functional antl Performance testing. The work will not be accepted until all Specific and functional tests have osen satlltaCtorlly performed. SITE CONDITIONS .... .......... SITE INh ESTICATION AND REPRESENTATION The Contractor acknowledges that he hag satisfied himself as to the nature and location Of the work, the general and local conditions, Particularly those bearing upon availability of transportation, access to the site, disposal, handling and storage of materials, eve).1ab111ty Of labor, water, electric power, :Gads, and uncertainties Of weather Or similar physical conditions At the site, the Conformation and Conditions Of the ground, the Character of equipment and facilities needed preliminary to and during the prosecution of the work and all Other matters which Can In any Way affect the work or the cost thereof under tots Contract, The Contractor further acknowledges that ne has Satisfied hlmselt as to the character, quality, and quantity of .urface and subsurface materials to be encountered from his Inspection of the Site and from reviewing any available records of exploratory work furnished by the Owner. Eallore by the Contractor to acquaint himself with the Physical Conditions of the Sits and all the available Information will not relieve him from responsibility for Properly estimating the dlff-Culty Or cost Of successfully performing the Work. The Contractor warrants that as a result of hit examination and investigation of all the aforesaid data that he Ca❑ perform the cork In a good and workmanlike manner and to the satisfaction Of the Owner. The Owner assumes no responsibility for any representations made by any Of Its officers or agents during or prior to the execution Of this Contract, unless (1 ) such representations are expressly stated In the Contract, and (2) the Contract expressly provides that trio responsibility therefor IS assumed by the Owner. INf ORKATION ON SITE CONDITIONS Any Information obtained by the Engineer regarding site conditions, subsurface Information, ground-rater elevations, existinq Construction Of Site facilities as applicable, and similar data will be available for Inspection at the offi,:e of the Engineer upon request. Such information 16 offered as Supplementary information only. Neither the Engineer nor the Owner assumes any responsibility for the Completeness Or interpretation of such supplementary information. General Requlrements ) SUBSURFACE. INVESTIGATION to test holes or boring# have been made by the Ownerl however, any Information the Owner may have concerning subsurface conditions will be made available to the Contractors upon request, TPQ Contractor Shall kxamine the site and may maK# arrangements with the Owner to conduct his Own SUba UffaCe Investigation. UNDERGROUND UTILITIES Known utll' s and structures adjacent to or encountered In the work are Shown on the Drawings. Ina locations shown are taken from ' existing records and the best Information available from exlSLlng utility plans; however. It is expected that there may be some discrepancies and omissions In the locations and quantities 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. CONTRACTOR'S RESPONSIBILITY FOR UTILITY PROPERTIES AND SEhVICF where the Contractor's operations could cause damage or Inconvenience to railway, telegraph, telephone, television, power, oil, gas, watt;, sewer, Or irrigation systems, the operetlOns shall be suspended until all arrangements ❑ecessary for the protectio❑ Of these utilities and Services have been made by the Contractor. Notify all utility offices which are affected by the construction operation at least 48 hours In advance. Under no circumstances expose any utility without first Obtaining permission trom the appropriate agency. Once permission has been granted, locate, expose, and provide temporary support for all existing underground utilities. Power and utility poles interfering with the construction Operation Will be the responsibility of the Contractor. Protect all poles from damage. If interfering power poles, t-lephone poles, guy wires, Or anchors art encountered, notify the Engln:fr and the appropriate utility company at least 48 hours In advance of construction operations to permit the necessary arrangements for pro'.eCtion or relocation of the interfering structure. The Contractor shall be solely and directly responsible to the Owner and operators of such properties for any damage, injury. expense, loss, Inconvenience, delay, suits, actions, or claim$ of any character Drought because of any injuries or damage whlcr. may result from the constructio❑ Operations under this Contract. Neither the Owner nor its officers or agents Shall be responsible to the Contractor for damages as a result of the Contractor'$ failure to protect utilities encountered in the work. General Requirement$ In the event of Interruption to dOmest,r water, sewer, storm dralr„ or Other utility services as a result Of accidental breakage due to construction operations, Promptly nOtlfy tre proper authority, Coorerate with said authority In restoratl.n of service as promptly as Possible and bear all costs Of repair, In no case shall Interruption Of any water or ut illty service he allowed to exist Outside wolking hours unless prior approval is granted, The Contractor shall replace, at his own expense, any and all other existing utilities or structures removed or damaged during constructlon, unless otherwise provided for in these Contract Documents or ordered by the Engineer, MAJOR PUBLIC UTILITIES SERVING THE AREA OF WORK The following Is a list Of the major public utllltles serving the work area Indicating the base and telephone (,umber Of the responsible authority of the various utilities, The City of Renton her a one-call system that will notify some of the utilities of activity In the area. The telephone number is 206/6B2-5464, The Contractor shall contact all utilities before work starts for utility location or It c IC.s Or emergencies arise during the progress of the work) Name Of Utility Responsible Authority Telephone No. Water, serer, and City of Renton 235-2631 storm sewer Department Of Public works Gas Washington Natural Gas 622-6767 Telephone Pacific Northwtat Bell 255-4591 Power Puget Sound Power and Light 255-2464 Storm sewer King County 344-2547 INTFRFERING STRUCTURES Take necessary precautions to prevent damage to existlnq structures whether on the surface, aboveground, or underground. An a,tempt has been made to show major structures on the Drawings, while the Information has been compiled from the best available sources, Its completeness end accuracy cannot be guaranteed, ann it is presented simply as A guide to avoid known possible difficulties, Protect Undtrground and aboveground existing structures from damage, whether or not they lie within the limits of the easements obtained by the Owner. Where such existing fences, gates, barns, sheds, buildings, Or any other Structure must be removed In order to properly carry out the constructlon, or are damaged during construction, restOrt to their original condition to the satisfaction of the property owner involved at the Contractor's own expense. Notify the Engineer of any damaged underground structure, and make repairs of replacements before baCkfllling, General Requirements 5 Without additional compensation, the Contractor Way •emove and replace in a condition as good as or better than original, such small miscellaneous structures as fences, mailboxes, and signposts that Interfere with the Contractor's operations. FIELD PELOCATION During the progress of constructlon. It Is ex0eettd that minor relocations of the Work Will be necessary. Such relocations shell he made only by direction Of the Engineer and at no additional cost to the Owner. It *X1Sting structures are encountered which Prevent the construction of the pipeline, and which art not properly shown on the Drawlhgs, notify the Engineer before continuing with the Construction In order that the Engineer may make such field revls' ^s as necessary to $Avoid conflict with the *X16t1ng structures. It a Contractor shall fall to so notify the Engineer When an existing structure is encountered, and shall proceed with the construction despite this SnterferenCe, he shall do so at his own rl&K, EASEm;NTS *here portion* of the work are located on public or private property, easements and permits will be obtained by the Owner. Easements will Provide for the use of property for construction purposes to the extent indicated on the easements. Caples Of these easements and permits are Svallable upon request to the Owner. It shall be tie Contractor'& responsibility to determine the adequacy 0= the easement obtained In every case and to abide by all requirements and provisions of the easement. lht .Contractor Shall confine nls construction operations to within the easement limits or street right-of-Way limits Or make special arrangements with the property owners or appropriate pub11C agency tar the additional area required. Any damage to property, either inside or outside the limits of the easements provided by the Owner, Shall be the responsibility Of the Contractor as specified herein. Tht Contractor $hall :emove, protect, and replace all fences or other Items encountered on public or private property. Before final payment Will be authorized by the Enqlneer, the Contractor will be required to furnish the ❑wner with written releases from property owners OT public agencies Where side agreements or special easements have been made by the Contractor Or where the Contractor's operations, for any reason, have not been kept within the COnstrUctlon right-of-way Obtained by the Owner. It is anticipated that the required easements and permits will be obtained betort construction 16 started, However, should the procurement Of any easement Or permlt be delayed, th! Contractor Shall schedule and Perform the work arOund these areas until such a time as the ta*ement or permit has been Secured, General RequireeentS 6 TEMPORARY CONSTRUCIION UTILITIES A"L FACILITIES ......... ............ ......... ... .......... TEMPORARY WATER Water IS available troft hydrants. Secure permission from the water - Department and notify the Engineer and Fire Oep•rtaent b*tOre obtaining eater from fire hydrants, In* Contrarto: shall make his own arrangements and PAY All Costs for COnnt ,ting and transportlnq the water from the hydrant• t0 the Construction work, NO Charge will be made for construction water unless in the Owner's opinion it Is wasted, then A charge will be made, Use Only SPOCIAl hydrant-oPtrating wrenches to Open hydrants, MaKe Certa) that the hydrant valve Is Open "full" Since "craOKing" the valve ;Auses dsmaq• to the hydrant. It any hydrants are damaged, trio Con,rACtor will to held rearonslble •nd shall notify the appropriate agency $0 that all damage Can be repaired as quickly as possible. Fire hydrants Shall be O,mplttely ACC*S$Ible to the fit* DtPartmtnt at all times. Upon completion of the WQTK, the Contractor Shall remove all temporary piping and tacllitles, TEMPOPARY ELECTRIC POWER Electric power will be available near the site. The COntractor shall determine the type And amount available •nd make arrangements for obtAlning • separate el^etrlC power Service and pay all costs for the electric power used dur..ng the Contract period, Temporary electric power for performance and acceptance tests shall be provided by the contractor, SAFETY RtgUIREMENTS FOR TEMPORARY ELECTRIC POWER Temporary electric power Installatl.n shall meet the construction Safety requirements of OSHA, State, and other governing agencies. SANITARY FACILITIES It,* Contractor shall provide a chemical toilet of Suitable type and mAfnt•ln the fACIlICy In a sanitary condition at all times. The chemical toilet Shall be of watertight Construction to that no contamination of the area Can result trom its use. The facility snail Conform to Code requirements And be OCcept APIS to the Sanitary authorities, I1pon completion of the work. the sanitary fAcltlty snail be removed end the arse rtttOrtd to its Original Condition. STORAGE OF MATERIALS Materials Shall be so Stored AS Cc ensure the preservation of their quality •nd fitness for the Work, When COMSidtt0d necessary, they s11411 be placed On Wooden platforms Or Other hard, clean surfaces, and not On the ground, Delicate Instruments and Materials subject to vandallsm shall be placed under lOcKtd cover and, it necessary, orOvided with Temperature Control AS reComm*nded by the manufetturer, Stored materials shall be located to as to facilitate prompt Ih%Ptttloc. Private property shall not be used for storage purposes Without the Written ( •r Tlsolor Of the Owner or lessee, General Requlrem*nts t SAFETY AND CONVENIENCE ...... ... ........... Construction safety, aatsty equlPment, and accident reports are covered in the GENERAL C04DITIONS. SAFF. ACCESS BY FEDERAL, STATE. AND LOCAL COVERNNENT OFFICIALS Authorlteo representatives of governmental r.encles shall at all times have sate Aceasa to the work wherever it Is In. Preparatlen or progress, And the Contractor shall provide proper tacllitlet for such access and Inspection, TRAFFIC MAINTENANCE AND SAFETY Comply Aith all rules and regulations of the City, Statt, ano County Authorities regarding closing Or restrlctinq the Use Of publlc streets or highways. NO public or private road shall be closed, tXcoot by express PermisslOn at the owner. Conduct the work to as to assure the least POSSible obstruction to traffic and normal commercial pursuits. Protect all Obstructions within traveled roadways by Installing Approved signs, barricades, and llgnts where necessary for the safety at the public. The convenience Of the gentral public and tesldents adjacent to the croiect, end the prottctlOn of persons and property are Of prime Importance And Shall be provided for In an adequate and satisfactory manner. Where traffic will pass over trenches After they are backtilled and nefore they are paved, the top Of the trench shall be malntdlned ih a Condition tnat will allow normal vehicular traffic to pass Ovtr. Temporary access driveway$ must be provided where required. Cleanup Operations Shall follow Smmedlately behind backfilling and the work site Snell be kept in en orderly condition at all times. when flAgmen and guard$ are regUirsd by regulation Or when deemed necessary for safety, they shall be furnithed with Approved orange wearing apparel and other rtgulatlon trattic-control devices. TRAFFIC CUNTPUI Traffic Control on all County and State of weshlr.gtoh highway rights-of-way shall meet the requirtments Of the Current edition (inCluding all amendments) of the Manual on Uniform Traffic Control DeVICIA tar StreetS and HlghwaYS published by the U.S. Department Of Transportation Federal Highway and Administration as adopted by the State of Washington and all State at Washington Supplements, PROTECTION OF PROPERTY Protect Stored materials, COltivSttd trots and crops, and Other items IOCattd ad]aCent t0 the Proposed work. NOtity property owners afteCted by the Construction at least 48 hours in advance at the time Construction begin$. Durinq Construction OperAtlons, Construct and maintain Such facilities at may be required to provide access by all Property owners to theft property. No person shall be cut oft from ACCESS to his residence or place of business for a period exceeding 8 hour$, Unitas the Contractor hat made Special arrangements with CM Central Requirements 9 affected persons. FIRF PRLVFNTION AND PROTECTION Inc Contractor shall perform all work In a fire-sate manner. He Shall supply and maintain on the Site adequate flra-fighting equipment eapablo of extinguishing InCIPfant fife$. The Contractor Shall comply with applicable Federal, local, and State tire-prevention regulations. where these regulations do not apply, applicable Parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations fNFPA No. 241), Shall be tol,Obtd. ACCESS FOP POLICE, FIRE, AND POSTAL SERVICE Notify the Fire Department and Police Department before closing any street or portion thereof. No Closing Shall be made without the Owner's approval. Notify said departments when the streets are agaln passable for emergency vehicle$. Do not block off emergency vehicle access to consecutly* arterial Crossings or dead-end streets, In eXCOSS of 300 linear feet, without special written permission from the Fire Department. Conduct Operations with the later interference to !ire equipment access, and at no time prevent such aCCess. The Contractor Shall leave his night emergency telephone number or numbers with the Police Department, so that Contact may be made easily at all times In ease Of barricade and flare trouble Or other emergencies. Maintain postal service facilities In accordance with the regolremenCS of the U.S. Post Office Uepartment. Move mailboxes to temporary locations designated by the Post Office Department, and at the completion Of the work In each area, replace them In their original location and 1n a condition satisfactory to the U.S. Post Office Department. PRESERVATION, RESTORATION, AND CLEANUP ............. ............ ... ....... SITE. RESTORATION AND CLEANUP At all times during the work, Keep the premises clean and orderly. and upon completion of the work, repair all damage caused by equipment and leave the project free of rubbish or excess materials of any Kind. FIN1SHIMG OF SITE, PURPOO, AND STORAGE AREAS Upon completion of the project, all areas used by the Contractor Shall be properly cleared of all temporary structures, rubbish, and waste materials and Properly graded to drain and blend In with the abutting property. Areas used for the deposit Of waste materials Shall be finished to properly drain and blend with the surrounding terrain. General Requirement$ 9 RkADVAL OF RUCK FROM FINISHED SURFACES Remove and dispose Of all loose roCK and DOUlders larger than 2-inch diameter OCCtrring On the finished Surfaces as a result of the construction operations. STREET CLEANUP DURING CONSTRUCTION ThOroughly clean all Spilled dirt, gravel, Or other foreign material caused by the construction operations from all streets and Toads at the conclusion of each day's oteration. DUST PREVENTION Giv♦ all Unpaved streets, roads, deLOurs, or haul roads Used in the Construction area an approved dust-preventi"t treatment or periodically ■Stet tC prevent dust. Applicable environmental regulations for dust p-eventiOn shall be Strictly enforced. PRESERVATION OF CULVERTS AND DRAINAGE DITCHES After bacKfilling of the trenches, restore all culverts and storm drain ditches destroyed, damaged, Or Otherwise modified during c0hatructlon to a condition equly L:,.., In the opinion of the Engineer, to the Condition Or the ditch btf,re Construction. Ditches so reconstructed shall be built In their Original locations. MOVE-IN AND TEMPORARY FACILITIES ....... ... ......... .........w This Item Snell Include the arrangements or Items Of work wh1Ch the Contractor must make or perform prior LO actual On-site construction and Shall IhC1Ude bonding and Insurance provisions. SUBMITTALS DURING CONSTRUCTION .......... ...... ............ GE%ERAL Requirements In this section are in addition to any specific requirements for Submittals %FIClfled In other Sections of the.e Contract DoccmtntS. Submittals to the Engineer shall be addressed tot CH2M HILL, A ttentiont City Of Renton Prol4ct Manager, 1500 114th Avenu, SE, Relltvur, Washington 960o4. Submitted data Shall be fully Sufficient In detail for determination of COmpliance with the Contract Documents. - General Requirement$ 10 Review, acceptance, or approval of substitutions, achedulea: shop drawings, lists of materials, and Procedures submitted or requested by the Contractor shall not add to the Contract amount, and all additional costs which may result therefrom shall of solely the obligation of the Contractor. The Owner It not Precluded, by virtue of review, acceptance, or approval, from Obtelning a Credit for construction savings resulting from e110wed conCessf Ons An the work or materials therefor. It shall not be the responsibility '1 the Owner t_ r*ovide enoineerinq or other services to protect the Contractor from additional Costs accruing from Such approvals. NO equipment or material for which listings, drawings, or descriptive material it required shall be installed until the Engineer has on hand copies Of such approved list$ and the appropriately Stamped final shop drawings, the review of drawings by the Engineer will be limited to general design requirements only, and shall Sn no way relieve the Contractor from responsibility for errors or omissions Contained therein, SUOmittalt will be acted upon by the Engineer as promptly as possible, And returned to the Contractor not later than the time allowed for review in SHOP DRAWING SUBMITTAL PROCEDURE of the GENERAL CONDITIONS. Delays Caused by the need for resubmlttalt shall not constitute reason for en extension of Contract time, SHOP DRAWING REQUIREMENTS Shop drawings referred to herein shall include shop drawings and Other Submittals for both shop and field-fabrlCAted items, The Contractor Shall submit, As applicable, the following for ell prefabricated or manufactured structural, mechanical, electrical, plumt nq. process systems, and equlVmentt $hOp drawin�t or equipment drawings, Including dimensions, sire and location Of connections to Other work, and weight of equipment. Catal( . information and cuts, Installation Or placing drawings for equipment, drives, and bases. Wiring and control diagrams of systems and equipment. Complete manUfaeturer's specification$, Including materials description and paint system, General Requirements 11 List of special motor features being provided (l.e.i space neaterc, altitude corrections, thermal protectors, etc,). Complete motor rating for All Motor$ 15 hp and larder. Including motor n0-1nad, starting, and full-load current At rated voltage; full-load speed and full-load current at 110 percent voltage) motor etticlency and power factor at 1i2, )ye, and full load at rated voltage, Fertormonce data and Dump curves. Suggested $Pare parts list with Current price Information. List Of SP$Clal tools required for chacxing, testing, Darts replacement. and maintenance. (Special tools are those which nave been specially designed or Adapted for use on parts of the egQIpment, and which ere not Customarily and routinely tarried by 1aintenance mechanics.) I-Ist of special tools furnished with trio equipment. Li,t Of materials and supplies required for the equipment prior to, end during startup. List Of materials and supplies furnished with the equipment. Samples of finish color$ for selection. AvOCIAI handling Instructions. Requirements tar storage And prOteCtlon prior to Insta111t1on. , Requirements for rnutine maintenance required prior to equipment startup. List Of All requested exC$ptlon& to the Contract Documents. The subnittals shall Include satisfactory identification of Items, units, and assemblies in relation to the 5petlficatlon section n0 ber, and the System Or equlpment Identifleatlon or rag number shown On the Drawing&, the Process and Instrumentation Diagram IPCID), at as Provided In the applicable Specification section. Should the Contractor propose any Item on his shop drawings, or Incorporate an item Into the wOrx, and that item Should Subsequently prove to be defective or otherwl&e unsatisfactory, (regardless of the Engineer'& prellminary review), the Contractor Mall, at his own expense, replace the item with anotnet Item that will perform satisfactorily. General Requirements 12 OPEPiTIUN AND MAINTENANCE (06M) MANUALS The Contractor shall furnish tour COPIOS Of A complete SnatrUttlOM manual for installation, Operation, maintenance, and lubrication requirement.• for Oath component of mechanical and electrical equipment Or System, All equipment Manufacturers and/or suppliers shall be made Aware of these requlrements and all assOCLated costs Shall be included In the Costs for furnishing the eggipmaht Or fySCee. Each InatrnCtfon manual furnished shall be fixed In hard-bacx Cover Or file folder which _ is clearly labeled to designate the system or equipment for which It IS Intended witn reference to the building and •qulpment number, and the SpeClflCAtfon section •here the Stem 1S SPOCifled. The Engineer will sasemble the Instruction Manuals fOr all mechanical and electrical tquiDment Into one main Cperatlon and Malntehenco (04M) Manuel for the fntl Cf project. The manuals shall be furnished at least )O Calf*dar days prior to the Scheduled Completion Of the work but in no tame shall subwlaalon of the manuals be delayed beyond 75 percent Completion point of the work. Submission Of the manuals shall preCeed any payment to the Contractor for work Completed In excess of the 15 percent completion _eved. Any deficiencies 014und by the Enginfkt to exist In the manuals submitted shall be corrected by the Contractor within IU calendar days following notification by t' a Engineer of the deficiencies. Each Instruction manual Shall Include, but not be limited to, the tollewingt Diagrams and Illustrations. netAfled deecrlptlon Of the function Of each principal component of the system. Pertormanee and nameplate data. InStall&ti0n Instruction#, Procedure for starting. Proper adjustment. Test procedures. procedure for Operating. Shutdown Instructions. Emergency operating instructions and troub)eshootln0 guide. General Pequlrements 13 satety r.recoutions. Maintenance and overhaul Instructions which shall include detailed asseR.bly drawings wltn pert numbers, parts list, instructions for ordering spare parts, and complete preventive matnCenanco Inattuctldns required to ensure satilt&Ct Ory pertdrm.nee and longevity Of the equipment. Lubrication instructions, wnlch shall list points to be greased Or oiled, shall recommend type, grade, and temperature range of lubricants, and small recommend frequency of lubrication. - list of electrical relay settings and control and alarm Contact totting$. klectrinl interconnection wiring diagram for equipment furnished, incliding all Control and lighting systems. MAmuals shall be cOmPlOtO In all respeCts for all equipment, Controls, a Ctt%SOrles, and associated Appurtenances. m AINrk.NANCE SUMMARY ECPMS In addition to the ULM manuals, PrOVlde MAThTVNANCE SUMMARIES In the format of the for% bound At the end of this section And detcrlbed below. The timing of submission of these forms shall be the same as prescribed above for the Operation and Maintenance manuAls. An InOlvidUN vAINTENANCE gnwMAPY for each egulpmemC Item small be Complied t011owing the Outllne prbvldedi And six copies suomlttdd for review cy the Engineer, 'Flue manufacturer's standard form will not be acceptable as a suOstltUte for the MAINTENANCE SUMMARY. The term -MAintenance Operation' as Q%ed In the MAINTENANCE SUMMARY bound At the end Of tnis section Is understood to mean anV routine operation required to ensure the satisfactory pertormanCa And longevity Of tme equipment. Exambles of some typical Maintenance OparAtlont Are lubrication, belt tensionlnp, adjustment Of pump packing Qlanga, routine adjustments, eft. rho MAINTENANCk. SUMMARY may take as many pages as required. However, the order and format Shown must be adhered to. Only 9-1/2-ihch by I)-inch paper will be accepted. MANUFACTUPER'S CIPTIFICATE or PPUpER INSTALLATION where required In the Specifications, the Contractor shall submit manufacturer's certification of proper Installation of equipment prior to startup or plrf0'mance testing. SUcn Certificate shall state that the PQUlpment Or system has been installed In accordance with the m AmUtaCtuter's rvC0imendotfon And has bean Inspected by a m.a MlfaCtUTet's Authorited repTesentativer tnat It mat been serviced with the proper initial I`Ibrlcants, that Applicable safety equipment na% been properly Installed, and that the proper electrical and mechanical connections hove been made, General Requirements 14 P AYMtNT Payment for all *orx specified In this seotlon shall be considered incldantel to the project cost, and the expense shall be included in tha lump sum bid meted in the Proposal, as applicable, (see next page) General Plqulrements 15 ryP ICAL MAINTENANCE SU•MAP) FURM ....... ........... ....... .... 1. EUUIMMENT ITVM................................... ................... 1. MANUFACTUREP........................................................ I. EUUIPPHNT IDENTIFICATION NUMSER(S),,,,,,,,,,,,,,,,,,,,,,, ,, e. aEIGNT OF INOIVIDJAL COMPONENTS (OVER IOU PO(INL`S) S. NAM?PLATE DATA (hp, voltage, speed• etc.)..................... ......I............... ............. 6, MANUFACTURW5 LOCAL REPRESENTATIVE Name ........I....... ........... ..... .. Telephone No.......... Address........ ................... .............................. 7, 14AINTENANCF PE.OJIFE4F,NTS Lubricant Maintenance Operation Frequency (It Applicable) Comments ..................... ............. .................. ........ List rrietly each List required Peter by symbol to ' maintenance operation frequency of lubricant list as req•a, k refer to each malnte- required, specific Intarmation manev opera- In n,fr's, std, main. tion, tenance manual, it appllcahle, ..................... ............. .................. ........ tl, LUPPICA9T LIST Reference Symbnl Shell Standard 01. Golf Arco Or Equal ............ ........... ............ ........... ........ ........ List symbols List equivalent lubricants, as distributed by used In Item taco mahUfaCturer for the specific use recommended, 7, above, ............ I.......... ............ ....I...... ........ ........ 9, SPARE PARTS, Include your r0Cnmmehdatlons regarding what spare parts, it any, 0ould be Kebt on the Job. :eneral Regulrements 16 01015 MOVE IN AND SITE PREPARATIPN ..... .... .. ... .... ........... A. SCOPE. This SOCtlOn Covert tht work necessary to move In personnel and equipment, set up All temporary offices, oulldings, facilities, UtLILtles, and prepare the sitt for Construction, Complete. B. MATERIALS GENERAL Provide all materials required to aCCOMpalth the work as mown and at a PeClfled herein. TFMPORARY FACILITIES The Contractor &hall Provide all temporary facilities as required for performing the work, Including the facilities specified for the Engineer's ute. See Section 01001, GENERAL REQUIREMENTS. TEMPORARY UTILITIES The names Of Utility firms serving the area are Included in Section 01001, CENFRAL REQUIREMENTS. The Contractor Shall Obtain th• necessary Dermfts for Connection to these services. STORM NATFP MANAGEMENT materials, egUlpMent, and work required for temporary storm water management during the Construction period Shall be provided as specified In Section 01001, GENERAL REQUIREMENTS. C. WORKMANSHIP LAYOUI Set up Construction facilities In a neat and orderly manner within designated area at location of choice as approved. Accomplish all required work in accordance with aPPILCAblt portion& of these SpeCiticetfons or as approved. Confine Operations to work area Shown. ACCESS Access to pro)ect site Is frOM south 43rd Street. 02015 1 D. PAYMENT PaYment for the •orK under thle eeCtiOn will of SnCluatl as Dart of the 1Ump sum Did am�Unt Stated In the Proposal. O I015 I 02200 EARTmooRK A, SCOPF This section Covert the work necessary for the earthwork, Complete. The trench excavation and beckfill Zones Shall be as shown on the Drawings, STANDARD SPECIFICATIONS where the term "Standard Specifications" Is Otto, Such reference shall mean the current edition of +ashIM9t0n State Chapter of the American Public works Association Standard Specifications tar Municipal Public works Construction, where reference IS made to a Specific part of the Standard SpeclflcatlonS, Such applicable part Shall be considered •a part of this section of the Specifications. In case of a conflict in the requlre Tents of the Standard Specification& and the requirements Stated hereln, Che requirements herein shall prevail. B. MATFPIALS SUBSURFACE AND SITE —,FORMATION In* Contractor's attention IS directed to Section GENERAL REQUIREMENTS. which contains pertinent Information relative to this section. UNCLASSIFIED EXCAVATION Excavation 1S unclassified. Complete ell excavation regardless of the tyPe, nature, or condition of the materials encountered, Trio Contractor Shall make his own estimate of the Kind and extent of the various materials to be excavated In order to accomplish the work. GRANULAR MATERIAL UNDER FOOTINGS AND ,^OMCKETE SLAPS r IVO-eighths-Inch granular material Conforming to Section 21-2.01 of the Standard Specifications. FRENCH EXCAVATION Trench excavation is unclassified. Remove all material regardless of the nature. type, Or Condition of the material encountered, GRANULAR MATERIAL FOR TPFNCH STABILIZATICN Flve-eighths-Inch granular materlal conforming to Section 2I.2s01 of the Standard Specifications, 02200 1 SELECTED BACKFILL MATERIAL FOR PIPE BASE AND PIPE ZONE. Excavated material, free from stOnes. roots, and organic material, of &Uitabl• gradation for satisfactory CoMpaCtlon. The MAXIMUM site Of particles ahall be 1 Inch. BACKFILL MATEF2AL ABOVE THE PIPE ZONE Materials from the excavation containing no particles larger than 6-Inch diameter, tree from roots, debris, and organic Material. BACKFILL MATERIAL FOP PIPE UNDER THE PUMP STATION All piping under the pump Station shall be baCkfilled with gravel conforming to Section 2f-2.01 Of the Standard Specifications. ASPHALT CONCPETE PAVEMENT TOP COURSE FIVe-elgnthS-inert granular material Conforming to Section 23-2.01 of the Standard Specifications. HALLAST Two and one-half-Sncn granular material conforming to Section 23-2.01 of the Standard SPPClticatlons. ASPHALT CONCPFTF Asphalt Concrete pavement snall be hot Plant mix, Class B material Conforming t0 Section 34-2 of the Standard Specifications. CURBS, SIDEWALKS, DRIVEWAYS, AND MISCELLANEUUS CONSTRUCTION Curb&, sidewalks, driveways, and miscellaneous construction Shall conform to Sections 70 through aJ of the Standard Specifications. .'ONCPETE AND REINFORCING STEEL ConfOrm to Section REINFORCED CONCRETE. CATCH BASINS Type I-B, or approved, Conforming to $Action 64 of the Standard Specifications. PIPE FOR STOPM SEMEN Class 2. Conforming to ASTM C fa. , U2200 2 LANDSCAPING BARK Medium grind tit, pins, or hamlockl 1i4-inch minusi free from noxious weed seed and foreign materials, PLANTS Nursery-grown, sound, h0Althy, vigorous, and free from insects, diseases, and injury. Quantity and size AS Indicated. TOPSOIL Sandy loam Known to possess frlabillty and a high degree Of ftrtllltyt tree from c1005, roots„ gravel, and other inert material) free from noxious vegetation end seed, HYDROSEEDING As Specified for hydroseeding In WORKMANSHIP, w ATER FOR COMPACTION Furnish as required. MATERIAL APPROVAL Submit Samples Of materials to the Engineer for approval prior to Placing orders. Samples shall be representative antl be clearly marxsd t0 Show the source of the material and the intended use on the project. COMPACTION EQUIPMENT Compaction equipment shall be Of suitable type and Adequate to obtain the densities specified and approved. Compaction equipment sR411 be Operated In strict accordance with the mahuf ACCurer's instructions and recommendations. Equipment shall be maintained In such condition that It will deliver the manUtACtUrer's rated cOmpaCtIVO effort, C. WORKMANSHIP GENERAL EXCAVATION Perform all OXCaVatlon of every description, regardless of the type, nature, or Condition of material encountered, a■ specified, shown, or required to accomplish the construction. 02200 3 STRUCIURAL EXCAVATION (UNCLASSIFIED) Excavation 13 unclassified. FXCavate for structures to the lines and grades shown or as required to accomplish the Construction. Perform all excavation regardless of the type, nature, or condition of the material encountered. LIMITS OF EXCAVATION Excavate to the depths and widths, as shown. Allow for forms, working space, gravel base, and finish topsoil where required. Do not carry excavation for footings and slabs deeper than the elevation shown. Excavation carried oelow the grade lines shown or established by the Engineer shall be replaced with approved compacted granular material. Excavations undo, footings shall be filled with Concrete of equal - streng[n to that of the tooting. Cuts below grade shall be Corrected by Simllarly Cutting adjoining areas and creating a smooth transition. The Contractor shall bear all costs for Correcting overexcavated areas. REMOVAL OF WATER Provide and operate equipment adequate to Keep all eXCavations and trenches tree of water. Remove all water during period when concrete 1s being deposited, when pipe Is being laid, during the placing of oaCKflll unless water Settling Is required, and at such other times as required for efficient and Safe execution Of the work. Avoid settlement or damage to adjacent property. D1SPOSO of water In a manner that will not damage adjacent property, as Approved. When dewatering open eXCavations, oewater from outside the structural limits and from a point below the bottom of the excavation when possible. PREPARATIUNS FOP PLACING BACKFILL BACKfill around Concrete structures only after the concrete has attained 2/3 of the specifled compressive Strength. Remove all form materials and trash from the excavation before placing any backflll. Obtain the Engineer's approval of concrete wOrK and attained strength prior to backfllling. Do not operate earth-moving equipment within 5 feet of Walls of Concrete structures for the purpose of depositing or Compacting baCktlll material, except as approved. Compact bacKfill adjacent to concrete wells with hand-operated tampers Or other Approved equipment that will not damage the structure. GHANULAP MATERIAL UNDER FOOTINGS AND CONCRETE SLABS Place gravel material In previously excavated areas under footings and Concrete slabs. DO not exceed loose lifts Of 6 Inches. Compact each lift to 95 Percent relative density as determined by AASHTO T 99, Method D. Moisten material as required to aid compaction. place material In a manner which avoids segregation. 02200 Any subsequent damage to $labs# piping, Concrete structures, facilities, or Other structures Caused by settlement Of fill material Shall be Corrected and repalred by the Contractor at no Cost to the Owner, GFANCLAR MATERIAL AROJND FOOTINGS Place herelnbetore specified GRANULAR MATERIAL UNDER FOOTINGS AND CONCRETE SLABS In maximum 6-inch lifts and Compact each lift to 95 percent of relative density as determined by AASHTO T 99, Method D. COMPACTION TESTS The Engineer will letermine In-place density and moisture Content by any one or combination of the following aethOdst AASHTO T 191. 204, 205, 214 or 218. The Contractor shall Cooperate with this testlnq work by leveling small test areas as designated by the Engineer. TRENCH EXCAVATION AND BACKFILL EXCAVATION F.XCaV&te for the Installation of piping, utilities, and appurtenances. Obstructions such as tree roots, stumps, abandoned Concrete structures# and Other material of ■ll types shall be removed at no additional expense to the Owner, TRENCH WIDTH Minimum width of Unsheeted trenches or the minumum Clear width Of sheeted trenches In which pipe is to he laid Shall be 18 inches greater than the Inside diameter Of the Pipe, ♦xCept as approved. Sheeting requirements shall be independent of trench width. The maximum Clear width at the top of the pipe or above the pipe will not be limited, except In Cases where excess width of excavation would Cause damage to adjacent structures, GRADE Carry the bottom of the trench to the line and grade shown# or as established by the Engineer. Allow for pipe thlCKness and for base. R4CktlIl any part of the trench excaVated below grade with approved granular material and Compact to a density equal t0 the undisturbed trench bottom, SHORING, SHEETING, AND BRACING Or TRENCHES Frect, maintain, and remove shoring, sheeting, slid bracing as required by all Federal, State And local laws, Codes and ordinances. J2200 5 REMOVAL OF MATEO Removal of *&tar shall be accomplished As specified hereinbetore. TRENCH STABILIZATION It, In the Opinion of the Engineer. the materiel In the bottom of the trench Ss unaultable for supporting the pipe, excavate below the flow line At approved, and bacKflll to the required grade with _ gravel as sp*clfled herelnbafOre. Payment for this work will be made as specified In the GENERAL CONDITIONS, TRENCH BACKfiLL FOR PIPE BASE Bed the pipe In the selected backflll material to that the flow line 1s at the requlred grade and elevation. Place and flni&h the bate to grade ahead of the pipe laying operation. TRENCH BACKFILL AT PIPE ZONE BaCKtlll the pipe ton* to 6 inches above the outside of the pipe tar the full width of the trench with b&CKtlll material Conforming to paragraph, SELECTED BACKFILL MATERIAL FOR PIPE BASE AND ZONE, AS specified hereinbetore, place In the trench In lifts not exceeding 6 Inches on both sides of the pipe. Thortugniy tamp and supplement by "walKing In" the material. Use particular attention in placing material 01) the Underside Of the pipe to Provide A $0110 bACKing and t0 prevent lateral movement during the final baCKtilling procedure. Deposit bacKtill material in horizontal lifts not axcee6ln9 6 1nenes In depth, Compact to 95 percent of maximum density at optimum moisture Content as determined by AASHTC T 99, Method ll. Repair any subsequent damage Caused by settlement of trenches at no cost to the Owner, BACKFILI. FOR PIPE UNDER PUMP STATION All piping installed under the pump st*tlon shall be baekflll*d with granular material specified hereinbetore, Deposit In minimum &•inch ^orlZontA1 lifts and Compact to 95 percent of maximum density at optlmuv moisture content as d*terAlned by AASHTD T 99, Method D. SITE GRADING Perform all earthworK to the lines and grades as shown and/or eltabllsned by the Engineer, with proper Allowance for surfacing shown, Shape, trim, and finish dopes of Cnanntls to Conform with the lines, grades, and Cross sections as Shown or approved. MAKI slopes tree of all exposed roots and $tons& exceeding $-Inch diameter which are loose and liable to fall. Round tops Of banKA to Circular curves, in general, not less than a 6-toot radius. P0,1nded Surfaces shall be neatly end smoothly trimmed. Overexoav&ting and b&CKtilling t0 the proper grade will not be acceptable, finished site grading shall be approved by the Englne*r. U Z70J 6 ASPHALT CONCRETE PAVEMENT AND PAVEMENT PEPLACEa6MT SUBGPADE, BALLAST, AND TOP COURSE Conform to Section 23 Of the Standard SpeClticatlOnS. ASPHALT CONCRETE Conform t0 Section 3e of the Standard Specifications, SURFACE SMOOTHNESS OF PAVEMENT The surface smoothness of the replaced pavement shall be Such that when a straightedge Is laid across the patched area between the edQs9 Of the old surfacing and the s;irtact of the new pavement, the new pavement shell not deviate from the straightedge more than 1/4 inch, SIDEWALKS, CURBS, AND DRIVEWAYS Replace Concrete sidewalks, curbs, and driveways to the same section, width, depth, line, and grade as that removed or damaged. Cut ends of existing Curb to a vertical plane. Prior to replacing the sections, properly bACkf111 and Compact thw trench to prevent Subsequent settlement, Cut ends of existing Curbs to a vertical plane. Construct forms to match exlStIAd. Place concrete and finish exposed Surfaces similar to adlacent Curb. Replace concrete sidewalks between scored Joints and make replacement In a manner that will avoid a patched appearance by the addition of suitable amounts of lamp black t0 the tlnlshed Surface. Finish ' concrete surface similar to the adjacent Sidewalks. Score joints and finish edges with a Steel edging tool. The applicable portions of SOCtlohs 40, el, 42, and e3 of the APWA (Washington State Chapter) Standard Specifications for Municipal Construction, 1969, shall apply. CATCH BASINS Conform to Section 6e of the Standard Specifications. STORM SEwEP PIPE LaY to proper grids for Invert eleVations as shown for catch basins. CONTPACTOP'S RESPONSIBILITY S.ttlement of replaced pavement over treOChes wlthlm the warranty period shall be COnSldered the result of improper Or inadequate compaction of the Subbase or base materlels. The Contr&ctor Shall promptly repair all pavement deficiencies noted during the warranty Dfrlod At no additional Cost to the Owner. 02200 7 LANDSCAPING PLANTS Protect from damage and drying before planting. Plant under favorable weatL !r and season ecnditions. Plants shall be located as {morn on Lne Drawings. plant •f shorn and follow the recommended planting Procedure furnished by the nursery to provide a nealthv, �190rous growth, Plants shall be guaranteed to be alive and in vigorous growing condition for 3 months after Owner a eptance. Replace all plants judged dead or dying at no Cost to the Owner. RAFY Place bark Over arse Indicated On the Drawings to a loose depth of minimum 4 inches, including under ail plants. HIDROSEEDING Hydro-aeading to control erosion will be required for areas as shorn. Hydro-seeding shall be performed after final grading Is Approved. Rydro-seeding material and installation practices shall Conform with the Washington State Department of rransportation Standard Specifications Sections 9-01.3(2) to (7) and 9-14.2 to 19-14.4, road-side seeding, The Contractor Shall notify the Engineer not leas than 24 hours 1n advance Of any seeding operation and shall not begin the work until areas prepared for seeding have been approved. Seeding shall not be done during windy weather Or When the ground is frozen, excessively wet, or othe4iS0 untillable. An approved type hydro-seeder, Which utilizes rater as the carrying agent, Snail be used. MATERIALS SM Section 9-14.2 of the above-mentioned Standard Specifications is supplemented to Include cne followings A Seed mixture, Including composition, proportion, and quality, suitable for application on areas in the Puget Sound area Shall be used. FERTILIZER Conform to Section 9.14.3(t) of the above-mentioned Standard Specitiatlons. o22ou e MULCH Conform to Section 9-14.4 of the above-mentioned Standard s^ecltications. MAINTENANCE OF TRENCH BACKFILL IN STREETS Maintain the baCkfllled trench surface level with the existing grade until final surface restoration 19 Completed with a 2-Inch thick layer of top course gravel base and a 2-Inch thick cold asphalt plant mix Pavement. Such temporary base and pavement ;hall be required any time the street Is needed for vehicular traffic and permanent pavement cannot be placed. This maintenance shall keep the surface of bOCktilled trenches in streets reasonably smooth and free from excessive ruts and potholes and suitable for normal traffic flow, NO Additional Payment will be made for the melntenanee Of the trench backtlll In streets, DISPOSAL OF EXCRSS EXCAVATION Dispose of ill excess excavated materials, not required for backfill or f.11s, outside of the area of work. Contractor shall make his own arrangesents for the disposal of the excavated material a beer all costs or retain any Profit Incidental to such disposal, SETTLEMENT Any settlement in baCkfill, till, Or In structures built Over the backtlll or till, which may occur within the 1-year guarantee period In the GENEkAL CONDITIONS will be considered to be caused by Improper compaction methods end Shall be corrected at no cost to the Owner. Any structures damaged by settlement Shall be restored to their original condition by the Contractor At no cost to the Owner, D. PAYMENT Payment for the work In this Section will be Included as part Of the IumP Sum bid. • • • • ♦ • U 2200 9 03301 PElNropcFD CONCRETE A. SCOPE This Section covers the work necessary for the relnforced Concrete, complete. B. MATERIALS CONCRETE Concrete shall be reedy-mixed Confermin7 tC ASTM C 94, Alternate 2, and these SPecificetions. Portland Cement shall be Type I, II, or III. MinlmUm allowalle 29-day compressive Held strength tnall be 3,000 pal w.,an Cured antl tested In conformance with ASTM C 31 and C 39. Field strength shall be assumed As equal to 85 percent of the strength c! l-1/2IOcheCured cylinders, "aximum size of coarse aggregate Shall be 1-Si2 Sncnes, Slump range Stall be 2 to 9 Inches antl the al[ entrainment between 3 Percent and a percent by volume. Submit complete data on the concrete mix for approval in Conformance with the requirements of ASTM C 94, Alternate 2, The Owner reserves the right to have test Cylinders taken and tested by an approved testing laboratory to verity the strength or the Concrete, REINFORCING STEEL Deformed bars Of sizes shown Grade 60 may be used conforming to ASTM A 615, Grade 40, In lieu Of Grade 40 at Contractor's optloa. Provide Concrete bl^Cks to support reinforcing On earth and galvanized metal chairs Or wire ties for formed members, VAPOR BAPRIEP Polyethylene film (white or clear) not less than 10 mlls thick and ■hall be Uniforn in appearance and free from defects, Furnish Polyethylene film In as large Shafts AS possible to reduce the Joint$ Co a minlmum. SAND FILL OVER VAPOR BARRIER Clean an0 ftle from he[mf baniet 1 materials that would damage the vapor • . Maximum grain 4,za shall be 3/16 Drawings. Inch. 7nleknee$ as shorn on FORMS New .MDO plywood for exposed areas, new $niD1aD or plywood for Unexposed Snap C1a areas, materials shall DfOdoCe tight forms and An acceptable finish• i snail be Of an approved type and $hall break oft not less than 5/9 Inch from the surface, 03301 1 WORKMANSHIP FORMS Construct forms accurately to dimensions and elevations required and to be strong and unyielding. Construct forms with tight joints to prevent the escape of mortar and to •cold the fOrmatfon of fins. Brace AS required to prevent distortion during Concrete placement. PLACING REINFORCING STEEL Place reinforcing steel In Conformance with the Information on toe Drawings and CPSI Recommended Practice for Placing RefntOrCing Bars, except as modified herein. Minimum length of splices shall he 24 bAr-diameter, Unless otherwise shown, but In n0 Cast less than 12 Inches, Tie splices with 18-gauge annealed wire as specified In the referenced CPSI standard. PLACING CONCRETE Prior to placing concrete, remove water from excavation And all debris and foreign material from forms. Check the reinforcing steel for proper placement and Correct any discrepancies. Before depositing new concrete on old Concrete, clean surface and pour a cement sand grout to a minimum depth of 1 inch over the surface. Propo;tlOns Of cement and sand shall be a$ In the Concrete mix. Place concrete as soon as possible after leaving mixer, without segregation or loss of ingredients, xlthoUt aplashlug forms or steel above, and In layers not Over 2 toot deep. The vertical drop to final placeme LC shall not exceed 6 feet, Placement shall Conform to the requirements Of ACI 304, except as modified herein. Do not place concrete when the ambient temperature Is below 40 degrees F or approaching the 40 degrees F and falling, without special protection as soproveo by the Englneel . Any Concrete damaged by freezing shall be removed and replaced at no additional Cost to the Owner. COMPACTION Apply approved vibrator at point$ spaced not further apart than vibrator's effective radius. Apply close enough to forms to vibrate surface effectively but not damage form surfaces. Vibrate until Concrete becomes iritormly plastic. DO not Overvibrate. CONSTRUCTION JOINTS Locate es shown or as approved. 03301 2 FINISHING Screed surfaces Of floor and roof slabs and tops of exposed walls to true level planes. After the initial water has been absorbed, float with wood float and trowel with steel trowel to a smooth finish tree from trowel marks. Do not absorb wet spots with nest cement. Concrete floors snall not vary from level or true plane more than 1/0 inch in 10 feet when measured with a Straightedge. Surfaces of concrete slabs Which will not be exposed to view In the finished work $hail be screedeL to a true surface and floated with a wood float. EXTERIOR SLABS ON GROUND AND SIDEWALKS Slabs shall be floated with a wood float, 1lghtly troweled with a steel trowel, and finished with a tine-hair broom to Obtain a nonskid surface. All exposed edges shell be finished With a steel edging tool. REMOVAL OF FORMS Remove after Concrete has set sufficie,.tly to carry the dead load and Construction load It has to sustain and when approved by the Engineer. Remove f ems with care to prevent scarring and damaging the surt4Ce. FINISHING FORMED SURFACES Cut out all honeycombed and detective areas and patch. Fill holes flush with Cement mortar composed of 1 part cement and 2 parts sand. Rub surface With wood float and burlap. Keep patches damp for • minimum of 4 days or spray with coring compound to minimize shrinking. rill all form tie holes in same manner. As :oon as forms are removed, remove fins or projections from surface of exp^sea areas and rub surfaces With wood float or burlap sack to Provide a uniform surface texture. 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. tntermittent wetting Is not acceptable. CUTS formed surfaces With an approved curing compound applied in conformance with the manufacturer's directions as soon as the forms are lemoved and finishing Completed. D. PAYMENT Payment for the work It, this section will bt Included as part Of the lump Sum bid. 03301 3 0e2JO REINFORCED HOLLOW UNIT MASONRY ..... .......... ...... .... ....... A. SCOPE This section covers the work necessary to furnish and install, complete, the hollow unit masonry. GENERAL See CONDITIONS OF THE C'INTRACT and Division 1, GENERAL REQUIREMENTS, which contain information and repulrements that apply to the work specified herein and are mandatory for this project. SUBMITTALS DURI' G CONSTRUCTION Submittals during construction ah3ll be made in accordance with Division 1, GENEPhl, REO'JIREMENTS. In addition, the following specific into—atlon shall be providedt SAMPLE PANEL LAY .p a sample panel of masonry at the site to show the approved bond and method of tlnishinq joints. Sample panel shall be a feet high and a feet long, and may be a part of the permanent construction. The approved sample panels Shall serve as s basis Of color, texture, and workmanship for acceptance Of the permanent construction. MANUFACTURER'S CERTIFICATE Provide manutecturer's certificate for the masonry units specified herein. RELATED WORK SPECIFIED AND PERFORMED UNDER OTHER SECTIONS section No. Item 079OU Sealahti 09110 Hollow Metalworx 09902 Paint and Sealer S. MATERIALS MASONRY UNITS GENERAL Units shall be 6 inches wide by a inches high by 12 inches long. provide or cut special shapes for corners, jambs. lintels, and other areas shown or required. Special units snail match color and texture of standard 'units. oe]30 1 Units shall be sound, dry, clean, free of cracks, and shall have reached the speCitled moisture content and COmp;esslve strength prior to placing in the structure. Vertical Cells to be grouted In all units Covered under this Specification shall have vertical allgnMOnt sufficient t0 maintain a clear, unoostructed Continuous vertical cell measuring not less than _ 2-Indn by 3 -inch. HOLLOW BRICK UNITS Hollow brick unit$ shall be Grade SW, Type HBS, and shall conform With ASTM C 652. Units shall bt manutaCtUrtd by extrusion method ' and Shall not be Drypress units. Units shall be K1S-All Tile u manufactured by Mutual Materials, with nominal 4-Inch by 12-SnCh `ti face, width as indicated on the Drawings. Color and texture of hollow brick Units shall be smooth face, COPPOT Color. The manufacturer shall rtrtlfy that the mSsOnry units meet all requirements specified. CEMENT Type 1I, ASTM C ISO, portland Cement. LIMF Lime putty shall be made from Type S hydrated lime and shall conform to ASTM C 207. Lime shall be kept dry. AGGREGATES MORTAR Aggregate for mortar shall conform to ASTM C it{. GROUT Aggregate for grout shall conform to ASTM C 404. WA ER Water for mixing mortar and grout shall be fresh, Titan, and tree of deleterious amounts of acids, alkalies, Chlorides, and organlC materials. MORTAR Mortar shall be trrShIV crepartd and Uniformly mixed In the ratio of I part Portland cement, 1/4 part minimum to 1/2 part maximum lime putty or hydrated lime, damp loose send not less than 2-I/4 and not Tore than three times the sum of the volumes of the Cement and lime Used, and shall conform to ASTM C 270, Type S. Where colored masonry units are Used, the mortar shall De colored to match. 04230 2 MORTAR ADMIXTURE Mortar admlxtu[a shall be Hydratlte plus, m4nuf4Ctured by W. R. Glace And equal. SSxa ped LtlDtl, manufactured by SSk4 Chemical CorDOrrtion; Or equal, Intrt coloring pigments may be added but not t0 exCttd 6 ptreent by relght of the Ctmtnt, CO!Or sh411 be as SoleCt ed by Fngineer, Quantity of of*Sxture Da[ mortar batch Snell manufacturer's recommtln da t Ions, Dt In accordance with GROUT Conform to ASTM C 476 except as hereinafter specified, PROPORTIONS Grout for pouring shall be of fluid Consistency Conforming to the requirements Of ASTM C 476, Coarse grout mtly be used In grout spaces m06SUring ♦ Inches Or more In both hdrlrOmt4l dimensions, Flu10 Consistency shall mean a fluid sultabla for pouring without 6egregatl0n, GROUT ADMIXTURE Grout admixture shall be SSKa Grroct Aid, Type IL manufactured by SSka Chemical Corporation) Grout Aid GA-II, manufactured by Concrete "Wlslons; Or aqua!, Amount Of admixture and method of Introducing admixture shall bt lh accordance with manufacturer's recommendations, COMPRESSIVE STRENGTH The average 28-day Compressive Strengtn of the grout samples for each grout pour tested shall not be less than 2,000 pal, C, WORKMANSHIP WEATHER CONDITIONS DO not lay m45Onry when the ambient temperature 13 below 32 degrees F on A rising temperature of below 40 degrees F on a falling temperature, Or when there Is 4 prooab1Ilty of SUCh Conditions Occurring wICh10 48 hours, unless express approval Of the Engineer L obtained, In such Case, edKe special the for nonting mater141a and protecting the finished cork, pre tect masOnry against trteSin; for a minimum of 18 hours after being laid, Protect In t tops of wells at alI tints, Cover with wdterProot paper When r41n or snot If imminent and Imes la discontinued, 04230 3 Prote.c masonry construction fro.. direct exposure t0 r erected Sn an ambjlnC al[ [empe[YCUrf O1 99 the anode rltn !ntl and tun When relative humidity jest than SOegrees F S37 degrees C) In BONDING MALL UNITS Pere ant, FOUNDATION The foundation Snell be prepared for One of the f011Shang, method the Initial mortar&t Placement by 16 Sandblasting the foundation and reinf Oreing dowels after the concrete has fully cured t0 remove all lottencs and to exPOse Sound aggregate, aM Spillage 2. water blasting the foundation and reinforcing dOrelt after the concrete has partially cured to remove al SPll Uge and to expose Sound aggregate, l 1•ltance and 3, Green cutting fresh concrete with high Pressure rater and hand tool& to remove all 1altance and spillage from the f 0Un datlon and the reinforcing dowel& antl to expose s0untl aggregate, The foundation shall be cleaned of all 1005e material prior to the Initial mortar Placement, CORNERS Corners mall have a ttandard masonry bond for oVlrlaDpinq Units one shall be grouted solid, ReIntorcement shall be es Shorn, INTERSECTIONS I ntersecting walls snap be bonded With relntOrcetr# as shown, abutting Wall shell not Mva • ,aae0nry bond with the Straight Show wall. The LAYING REINFORCED MASONRY UNIT$ CENCRAL Masonry construction an all contotm t0 the Uniform Building Code and e& supplemented by these SpeclflcatlOnt, Do not start laying masonry u'ata It the foundation horizontal or vertical alignment A oe3 not eat is ty the Tolerance Speciflca[lon Speeltletl In Section CUNCRETE, The maximum Permissible varlatlon from plumb Of the wall or o! • lie Snob in the total height Of the wall, !Sn• Of Joints In the wall Shell De 1/16 Snch De[ loot of nelght, and The maximum Permissible varlatlon from a horizontal line along the base Ot the , roll Or for lines of horizontal Joint& Shall be 1/16 Inch Dar block, ;Or Inch Per SO teat Of wall with propOrtlOnately greater tolerance for longer Walls up t0 1/2 Inch in the total length of wall. I htlrlor aurfaeet she11 be maintain ad In the D Una described above •ntl the dlmena Ion tolerance& of the units aha11 De taken UP On e wterlor surfaces, "eg30 unit■ With Chipped edge& or corners within permissible ASTM limits Shall be placed in the Wall such that the Chipped area 15 not exposed to view. WALL UNITS GENERAL It it Is necessary to move a unit after it ❑AS been once set 1n place, the unit Shall be removed from the ■all, Cleaned, and set In fresh mortar. Toothing of masonry units Will not be permitted unless approval IS given by the Engineer. All masonry work shall be protested from damage until final acceptance of the work. Damaged units will not be accepted. RUNNING BOND Unless otherwise shown, Walls Shall be laid up In straight, uniform courses using A running bond pattern. SPECIAL SHAPES Provide and place such Special units AS corner block, door iamb block, lintel block fillers, and Similar blocks as may be required. Use the required shapes and Sixes to WOrk to Corners and opening$ Maintaining a proper bond throughout the wall. BUILT-IN ITEMS Door frames, vents, And other StemS required to be built In the wall shall be In position and the well Constructed around them. Standard masonry anchor$ Shall be used to secure the Items to the wall. All spaces around the Items Shall be filled with mortar Or grout. EMBEDDED CONDUITS Electrical, instrumentation, or water conduits shall not be placed In a cell Containing reinforcement unless Approved by the Engineer. MORTAR PREPARATION Mortar shall be mixed by placing 1/2 the water and aggregate In the OperAting mixer. Add Cement. Add the remaining aggregate and water And mix for At least 2 minutes. Add lime And continue mixing as long as needed to Secure A uniform mas&, but no less than i minutes after the addition of lime. The addition of the admixture Shall be timed in strict accordance with the manufacturers instructions and the Procedure used for adding It to the mix shall provide good dispersion. Ue2d0 S The mortar shall be machine mixed in approved mixers. Mixer drums Shall be kept Clean and free Of debris arid dried mortar. The mortar Shall be In PIACO betort the initial e Place, setting of the cement has taken will Not b D per R permitted.Ot mortar Sh which the Cement has started to set MORTAR JOINTS GENERAL mortar Joints shall be Straight, Clean, And Shall have a un[h1cKn as of 1/2 Inch, iform The horizontal and vertleal mortar Joint$ small nave full mortar coverage on the tact shells. vertical head Jointr Shall be buttered well on each unit for ♦ width equal t0 the face shell of the unit, and these Joints Shall he Shoved tightly to that the mortar bonds well to both units, $hall be Solidly filled from the face of Joints [me Olock t0 at lean the deptr. of the face shell. All excess mortar shall be removed from the grout space of the tells to of tilled as the units are being laid, EXPOSED JOINTS ,TOlnts that will be exposed t0 view after final conetruetlon shall be tooled Unless Otherwise noted Or shown. Joints shall be but flush and, as mortar takes its initial set, shall be tooled to provide ; concave Joint, Tooling Shall bt done when the mortar is partially set but Still suftlCiently plastic to bond. All tooling Shall be done with a too, which comp 4Ct! the mortar, Pressing the ' exCesS mortar Out :;that than dragging !t out. Joints which are not tight at the time bt tooling shall be raked out, pointed, and then tooled, CONCEALED JOINTS Joints that are not exposed shall be Struck flush with no further treatment required, REINFORCING GENERAL Reinforcing bars snall be lapped 10 bar-diameters minlmum where Spliced and Shall be wire-tied together. All bars Shall nave a minimum Clearance of I bar-dlsmeter from the masonry and from additional parallel bars In the same grout !peat, 04230 6 FOUNDATION DOWELS The size, number, and IOCatIOM Of the foundation dowels Snell match the vertical wall reinforcing unless otherwise noted, When a foundation dowel does not line UP a$ intended, with a - vertical core, It shall not be Sloped more then 1 hCrIlOntal to 6 vertical to bring it Into alignment, VERTICAL REINFORCING vertical reinforcing steel Snell be Meld in position Meer the ends of the bars by wire ties to dOwels Sndior by reinforcing positioners. The bars shall be held In position at intervals not exceeding 160 bar-diameters by reinforcing POSitlonerS. HORIZONTAL REINFORCING Horizontal reinforcing bars shall be held in Position by wire ties to the vertical reinforcing bars or by reinforcing PositionerS. The steel Shall be positioned near the ends and at Intervals not exceeding 160 oar-diameters, Horizontal bars shall be laid on the web$ Of bond bum units, and Shall be pieced as the wall is built. GROUTING GROUT PREPAPATIDN Grout shall be mixed as specified hereiroefore for mortar preparation it on-site mixing is performed. Transit-mixed grout Shall meet the regulrements of ASTM C 476. Inc grout admixture Shall be added at the Site. In accordance with the specified grout admixture manufacturer'$ reCommendatlons, the admixture shall be premixed with water and the resulting solution shall be added to trio grout mIx and thoroughly mixed, Do not exceed quantity of admixture recommended by the manufacturer. GENERAL REOUIREMFNTS Grout Shall not be mixed, Conveyed, or placed with equipment Constructed of aluminum, - All vertical and horizontal reinforcement, ties, halts, anchors, and other required embedments Shall be SOCUTid In place. Inspected, and approved before grouting starts, Grouting Of beams over OPenings Shall De done In One continuous operation. 04230 7 vertical cells to be tilled shall have vertical alignment sutticitnt to maintain A Clear. unobstructed, Continuous vertical cell reasuring not lets than 2-inch by 1-inch. Grout shall be poured at soon es possible after the matter has Cured to reduce shrinkage Cracking of the vertical Joints. Immedlattly otter the grouting has been completed, the $Cum and Stains On the masonry shall of washed oft using Clean cater and floor brushes. Grout and mortar stains shall not be allowed to dry on -he face of the exposed masonry. vertical reinforcamant may be placed Initially and the wall built up . around It providing the reinforcing steel is first wire tied to the foundation dowels. Reinforcing posltioners and/or approved cross hracing must be provided to Secure the top of the steel in place. The vertical steel will not be permitted to be dropped In otter the block 19 laid unless reinforcing POsitioners are Provided in the course above the previously grouted Course. GROUTING REOUIPEMENTS PAPTIAL GROUTIAG REOUIPEMENTS Mall$ which do not require solid ;;outing shall nave ail Cella Containing reinforcing steel and others a$ shown tilled with grout. Cell$ '0 be tilled shall be constructed to Confine the grout witht the cell. Top$ of unfilled vertical Cell$ under a bond beam stall be civoted with metal lath to eon:lne the arout till to the bond been section. Grout pours shall be limited In height to mid-aepth at the course above the horizohtal bond beam, except at the top Course. LOW-LlrT GRUUTIPG REQUIREMENTS Unless otherwise approved by the Engineer prior to the start at the masonry work, ell grouting shall be low-lift W :uting. when grouting 1s Stopped for I hour Or longer, horizontal construction Joints shall be formed by Stopping the pout Of grout 1/2 Inch below the top Ot the uppermost unit. Horizontal steel shall of fully embedded by grout In an unlnterr ,too pour. trout pour shall be limited to a maximum height Of ♦ feet. The Wall Shell not be Constructed More than on* Course above the top of the grout Pour prior to placing the grout. 04230 8 The grout shall be thoroughly consolidatd with an internal "pencil" type vibrator. Attar waiting sufficient time to permit the grout to beCOme plastic, but bet Ore It has taken any Set, the grout shall be reconsolidated. The Waiting parlod will vary depending upon weather Conditions and block absorption rates, but under 'normal" Weather Conditions With average masonry Units, the Waiting period mnbuld be between 30 to 60 minutes. CLEANING Clean all surtaces of esCOSS mortar. grout mplllagt, dirt, and otnar foreign Substances. Galls not lequiring painting or Staling Snell be Claf-ed Such that there ere no visible stains. Surfaces requiring paint.tng or sealing Shall be prepared in accordance with Section PAINTING. PROTECTION At the end of each da,*$ worK, tops Of walls shall be Covered with building paper Or by Other means that Will protect the walls from 09COming excessively wet. TEMPORARY bRACING The Contractor Shall adequately brace all wall$ Until the walls and root are Completed. Bracing Shall be SUftiCI*Mt t0 protect the walls against damage from the •lamentS, including wind and snow. TESTING Masonry units Will be sampled for testing after delivery to the JObsite. They will be tested in accordance with ASTM C 140. masonry construction Shall not proceed until test results are known and the masonry units are certlfied by An approved testing agen0y as Complying with these SpeCltlCatlnns. Grout and mortar samples for testing shall be taken at the beginning Of the masonry work and thereafter at the dlsCretion of the Engineer. The Searles shall be taken in aCCordahCe with Standard 24-22 of the Uniform Building Code Standards. D. PAYMENT Payment for the work in this section fill Of included as part of the lump Sum bid amount Stated in the Pr nsal. 04710 9 05500 FABRICATED METALWORK AND CASTINGS A. SCOPE ' This section Covers the work necessary to furnish and Install, Complete, all fabricated metalwork and castings, SUBMITTALS DURING CONSTRUCTION Submittals during construction shall be made In accordance with Division 1, GENERAL REQUIREMENTS, B. MATERIALS The Use Of a msnutacturer's name and model or Catalog number Is for the purpose of establishing the standard Of Quality and general configuration desired only. Products of other mcnutactUrers will be Considered In accnrdencs with the GENERAL CONDITIONS. Unless otherwise Indicated, all materials shall Conform to the latest Issue of the following ASTM Speclticatlonst Item ASTM Speclflcation .... ............. Steel Shapes i Plates A 16 Aluminum, Structural Shapes Alloy 6061-T61 conform to A Plates referenced Space c A6TM Sections found In the Aluminum Association current Construction Manuel Series Bolts, huts, Anchor Bolts, A 307 and Rods Cast Iron A 40, Class 30 The miscellaneous metalwork and Castings Indicated on the Drawings or required to secure the various parts together and provide a Complete Installation $hall be Included under this section. The tabulation of items herein is not intended to be all-inclusive, and it shall be the Contractor's responsibility to provide all metalwork •nd castings e hOwn, specified, or which Can reasonably be Interred ss Complete the pr-ioct, necessary to MACHINE ANCHOR n . fS Fabricate as shown, SSse of fastening stud and anchor bolts as required by egULPmen, manutacturer. 05500 1 E�:PANSION ANCHORS AND BOLTS Phillips Redhtad nondrilling anchors and bolts, Or as •nPr OVed, that art wholly made of 30e stainless steel. PIPE SLEEVES ASTM A 120 Standard weljht -!01 Opts Mot-dip galvanize after fabrication. CHECKERED PLAfE ALUMINUM Alloy 6061-Tb, tread plate, thickness as indicated, 1i0 inch minimum. Fasten all sCc-ssOrleS by welding or stainitas steel bolts Or $Crews. HOSE. RACKS Fabricate host reeks of steel sPtpts in accordance with the details shown, Hot-d1P galvanite hose racks after fabrication. NEOPRk NE GASKET Unless Otherwise indicated, Pubatex No. P-all-N, soft, closed-Cell, neoprene gasket material, At manufactured by Rubatex Division of Great American Industries, Bedford, VA, or tgUlVAltnt by GarlOCK Manufacturing, San Francisco, CA, or equal. thickness shall be as Indicated, but in n0 case less than 1/e Inch. Gaskets shall be furnished without SK1n Coat Oh tither side. C. wONKPANSMIP workmanship and finish of all mttalworK SP*Cltled under this section Shall be the hlgheat gradt and equal to tht brat practice Of modern shnrs for the respectlVe work, Exposed surfaces shall have Smooth finish and sharp, well-detlntd lines. Provide all necessary rabbtts, lugs, and bra-kits So that the work Can at aaatmbled In a neat. Substantial manners COnCeal tasttnln0a where Practical, Drill Metalwork and Countersink holes as requlrad for AttaChing hardwart or v,,,ei materials. Fabricate materials as specified. weld connectlons, except where bolting 15 dilected. Items requiring special fabrication methods are mthtloned herelns Fabrication Of all other Stems Shall be Of equal quality- Methods of fabrication not otherwise SPOC%fled or shown Shall be adequate for the stresses and at dlreCted by the Engineer. OSSDO 7 i 05500 FABRICATED METALWORK AND CASTINGS ..... .......... ......... ... ........ A. SCOPE - This 26Ction covers the worK necessary to furnish and Install, complete, all fabricated mstal■orK and Castings. SUBMITTALS DURING CONSTRUCTION S00mltt4ls during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS, B. MATERIALS The vs* Of a manufacturer's name and model or catalog number is for tMe purpose of establishing the atandArd of quality and general configuration desired only. Products Of other mAnutActurers will be Considered in accordance with the GENERAL CONDITIONS, Unless otherwise Indicated, all Materials shall Conform to the latest issue Of the following ASTM SOecifieationsi Itam ASTM Specification Steel Shapes G Plates A 3a Aluminum, Structural shapes Alloy 6061-1!61 conform to L Plates referenced Specs A ASTM Sections found In the Aluminum ASSOCiOtIon Current Construction Manual Series Bolts, Nuts, Anchor Bolts, A 307 and Rods Cast Itch A &B, Class 30 The miscellaneous metalworK And Castings indicated on the Drawings or required to secure the various Parts together and provide A complete insta-llation &hall be included under this section. T�- tabulation of items herein 16 not Intended to be ali-incluslve, and .. shall be the Contractor's responsibillty to Provide all metaleorK and Castings Shown, specified, or whlCh Can reasonably be Inferred a& necessary to Complete the project. MACHINE ANCHOR BOLTS Fabricate as shown. SIX* Of fastening stud And anchor bolts as required by equipment manufacturer. 05500 1 EXPANSION ANCHORS AND BOLTS Phillips Redhead nondrllling anchors and bolts, Or as approved, that are wholly maoe of 304 stainless steel, PIPE SLEEVES ASTM A 120 standard ■e1Pub steel pipe.fabrication, Not-d1D gAlvanlie sere[ , CHECKE'ED PLATE ALUMINUM Alloy bobs-Ta, tread plate, thickness as Indicated, 1/4 Snch minimum, Fasten all &CcOSSOrles by welding Or stainless steel bolts or screw&, HOSF PACKS Fabricate nose racks of steel shspes In accordance with trio details shown. Hot-dip galvanite note racks otter f4Orlcation. NEOPRt NE GASKET Unlmss Otherwise indicated, PUbateX No, P-411-N, soft, Closed-cell, ' neoprene gasket material, as manufactured by Rubat&x Olvlslon Of Great American Industrial, Bedford, VA, o[ equlval&nt by Garlock Manufacturing, San Francisco, CA, or equal. ThleKness Snell be an indicated, Out In no case less than 1/4 Inch. Gaskets shall be furnished without &kin coat On either side. C. wOkKMANSHIP workmanship and finish of All metalwork SPeclfled under this section shall be the highest grade and equal to the beat practice Of modern &hop& for the respective MorK. EXPdsed surfaces shall have smooth finish and sharp, well-defined lines. Provide all necessary rabbets, lugs, SIC brackets so th.0 the work can be assemoled 1, a neat, substantial manner. Conceal tastenings where practical. Drill metalwork and COUnterslnk hole$ as required for attaching hardware or other materials. Fabricate materials as speelfled. weld connections, tXCePt where bolting Ss directed, Items requiring special fabrication methods al& mlhtlo' 1 herein, Fabrication of all other items shall be of equal quality. 4ethods of fabrication not Otherwise Specified or at-Own shall be ade GJats for the @tresses •nd as directed by the Engineer. OSSOJ 2 All sharp sages shall oe rounded to a lie-Intl) minimum rAdlus, and all purrs, Jagged edges and surface defects shall be ground smooth. welds and adjacent areas shall be prepared such that there is (1) no undercutting or reverse ridges on the weld bead, (2) no Weld spatter an Or adjacent to the weld or any other arts to be painted, and (1) no sharp p:aKs or rldges along the Weld bead. All embedded places of *I,-trode or wire shall be ground flush with the Adjacent surface Of the Wald bead. ALUMINUM Fabricate aluminum as shown and In accordance with the Alumlrum Association Standards and the manufacturer'& reCOmminda':lOns as approved. Grind sm00tn sheared edges exposed In the finished work. WELDING The teChnique of welding employed, ADpetrance, and gJality of Welds made, anJ the methods of Correcting defeCtiVe Work Shall conform to codes for At and GAS Melding In Building Construction of the AWS and to A15C Specifications. Surfaces t0 be Walded shall he tree from loose Scale, rust, grease, paint, end other foreign materlL , except that m111 scale which will withstand vigorous wire brubhing ray remain. A light film Ot ll.lseed oil me, likewise be disregarded. No welding small be done when the temperature Of the base metal I• lower than Zero degrees F. Finished members shall be true to line at. tree from twists. All welding Operators small to gUelltled In accordance with the roqulrements of Aw., Standard Quallflcation Procedure B3.0, and welders Of structural and reinforcing steel shall be certlfleu for all positions of welding In accordance with such procedure. Qua', 'anon tests Shall be run by A recognized testing laboratory at the Contractor's expense, Previous recent qualification by the Stare oL California Division of Nlgnways will be acceptable. All welding CFeretors shall be subject to examin&CSOn for requ&lfflc&tlon usina the equipment, materials and electrodes employed In the exeCutLon Of the contract work. Such requallficAtion, It ordered by the Engineer, shall be done at :me expense of the Contractor. ALUMINUM Aluminum shall be Welded with Gas Metal Arc (MIG) or Gas Tungsten Arc (T1G) processes In ectordanfe With the menut&ct Jrer's recommendations as approved and In accordance With the recommendations of the American Melding Society contained In the welding HandbOaK, as last revised. Grind Smooth a expense aluminum weld*. 155Ov 3 INSTALLATION Of FABRICATED METALWORK Install In accordance with the shop drawings, the Drawings, and these Specifications. Perform field welding and erection work by skilled mechanics. Install fabricated metalwork plumb or level as APpllcable. The completed installations shell, In all Cases. be rigid, suostantial, and neat In appearance. Erect Structural steel In accordance with the applicable pOrtions Of RISC Code of Standard Practice, exe*pt AS modified. Install comn*rClally manufactured products In accordance with manufactorer'S recommendation$ as approved. 1NCHOP BOLTS All anchor bolts shall be accurately lo:a:ed and held in place with templates at the time the concrete 10 poured. EXPANSION ANCHORS Installat!on shall not begin until the concrete rergivlhg the anchors has atta'.oed its design strength. An anchor shall not be Installed clover tnan six times Its diameter to either an edge of the concrete or to another anchor, unless specifically detailed otherwise on the Drawings. CALVANIZING AND REPAIR Galvanizing of stall Plata{, snap*$, and bars and products fabricated from these items. and strip 1/0-Inca thick oI thicker, anal conform tc the specifications Of AS'r M. A 123. Pipe, welded or SeaeleSS Steel, shall conform to the specifications of ASTK A 120, Material thinner than 1/R ; ch Shall either be gAIV 'zed oefore fabrication In conformance with the requirements of STM A 525, Coating Designation C 210, or after fabrication, In conformance with the requirements Of ASTM A 123, *XCep' that the weight of zinc coating shall av*rac• not less than 1,2 ounces per square foot of ac-usl surface area wll.i no individual specimen having a Height Of less than 1.0 ounce. Unless otherwise provided, galvanlzing shall be done before or attar tabrlcatlon, for material which Is thlnntr than 1/$ inch, At the option of the Contractor. Galvanizing will net be required for stainless steel, moral metal, and similar corrosion-resistant PattS. Galvanized surfaces that are abraded or damaged at any time after the application of the zinc coating shall be repaired by solvent cleaning the damaged area (Steel Structures Painting Cocncll SP 1) and hand or power tCOl (Steel Structures painting Council SP 2 or SP 3) the damaged areas, removing all loose and cracked coating, af,*r which the cleaned areas Shall be painted with one of the tc!10wing COatingit t. One coat of InorCanlC Zinc Sl: icate (MIL-P-23236, Class 3). 05500 Y 2. Two coats of •vanizing PApair Paint (NIL-P-21035). 3. Two coats of nc Dust Paint (MIL-E-15145, Formula t02). Paint shal' be applied to a cleaned surface. Abrasive blasting is required for inorganic zinc silicate. PAINTING Thoroughly clean all ferrous metal Stems not galvanized and give A ►hop coat Of metal primer. Preparation of surtoces and appllcatlon of primer shall be in accordant• with the paint manufacturer's rrinted ' dlrec inns and recommendations As approved. and In accordance with th• Speclticatl0na of Section 09902, PAINTING. utilizing the appropriate Painting system. PPEPAPATIDN FOP SHIPMENT Insofar as is practical, the Stems provided hereunder $hall he factory assembled. In* parts and assemblies that are of necessity snipPed unassembled, shall be pAtkaged and clearly tagged in a manner that will protect the materials from damage and iaellltate the identification and final assembly In the field. 0. PAYMENT Payment for trio work in this section will be included as part of the lump sum bid amount stated in the Proposal. 055J0 S U7540 FLUID APPLIED ROOFING ..... ....... ....... 4. SCOPE This section covers the work necessary to furnish and Install, complete, the fluid applied alastomerit membrane rOOfln7. GENERAL See CONDITIONS nF THE CONTRACT and Dlvlslon 1, GENERAL REQUIREMENTS, which Contain Information and requirements that apply to the work specified herein ane .re mandatory for this project. QUAL17) ASSURANCE nFNERAL All materials n5ed In the roofing system shall be the end products Of one manufacturer or approved by the manufacturer whose roofing system specification 15 selected for use. PREROOFING CONFERENCE The Contra^Cot shall conduct A preroofing Conference with the Engineer, Rooting Contractor, rooting system materials manufacturer, end the AtChaniCal Contractor or superinteneent. Any questions regarding the acceptability of the deck, the r�otlng system and materials, the flashing details, the root Insulation, all root mounted .'echanica.1 equipment, end the rooting ShOuld be dis C. ised and finalized during this oonferenee. SUBMITTALS DURING CONSTRUCTION Submittals during CCnstructon shall be made In Accordance with Division 1, GENERAL REQUIREMENTS. In addition, the following specific Inttrmation shall be previdedt SAMPLES Submit sample Of Coa.ing system applied to 12-Lnch by 12-inen by 1/4-Inch plywood or Similar rigid base. Submit one sample of each • Color and Coating to be used on project. MANUFACTURER'S LITERATURE submit complete manufacturer's literature and technical Aata for the deck Coating System proposed. 07540 1 f�. CERTIFICATION Submit COPY Of "Licensed Applicator Certificate" Issued by manufacturer Of Coating materials. MAINTENANCE MANUAL Upon eompletlon of the work required by this section, submit three 13) maintenance manuals, Sdentlfled rite DroJect name, location, and date) LYDf of Coatlhg System applied; and su[taCe to which sy{t!m was applied, Including sketches where necessary. Include recommends tl ons for pericdlc insDectlons, Care, and maintenance. Identify Common causes Of damage rlth Instructions for temporary patChing until )ermAnlnt repair can be made. GUARANTEE "Pon COmP1etlOn and acceptance Of the work rlqulred by this Submit an executed Copy of the guarantee. section, JOB Cr IONS Install coating materials under conditions where all of the following criteria can of met, 1. Rain IS no' anticipated rlthlh 6 hours of application. g. Substrate surt6c. temperatjrea ale above 40 d!g[a!6 F (5 sepias{ C) and lows than 110 degrees F (44 degrees C). 3. Cpfn tir!{ And spark producing equipment ere not, end will not De, Sn application area until vapor$ have dissipated. Poat "No Smoking" signs in area during and for at least 9 hours fo110w Ing application period. Strictly adnert to special requirements O! manufacturer as modified by ADPlicable rules end regulations of local, state, and Federal authorl•les having J'.risdietlon. GPa +ANTEE Completed installation shall be guaranteed against Oelettt o! materials and rorkmanshlp, as do nod On the gUarantel, fCr • elects O! 5 years, boglhnlnq with data Of sub4tantlal tdmplatlOn Of the deck Coating system. RELATED WORK SPECIFIED AND PERFORMED UNDER OT4ER SECTIONS Section No. Item ' 03301 Concrete 07900 Sealant 07540 2 B. MATERIALS +ENERAL The use Of • manutaCturer's naMe and Model or catalog number it !or the purpose of establlshing the standard of quality and general configuration desired only. Products Of Other Manutactureta ■311 De Considered In accordance with the CCMERAL CONDITION.., Components mall be Product shall he certltl 6 of a single approved manutaeturer, of ed by the approvetl nanutactutet of compatible With components produced by him, Color of top CO•Ling Drawings, m and roofing grangles all be as indicated On the FLUID APPLIED ELASTOMERIC ROOFING Coating materlel shall De polyurethane elattomer eased, meeting Or PrOdVeing a 3#4mm phyt10a1 propertles listed In Table 1, and rapable of producing • eeamleu, waterproof root coating &yetem, It In compliance ritn this Specification,e OUal will be aCeeptab the following fyttemf or let I, "5^.OtCh-Clad Deck Coating, System R•, by 3M Company• 2. "GacotleK No, 20-U" by Gates Englceering Company, Inc, 3, "Triathon FR" by United Coatings, Inc. Table I PROPERTIES OF CURD R.MBPANES Prop__.. Meat,Stds,i Cond, Results, Bate Coat Result$, To Coat ........... ..... ... .... .... ........ Tensile ASTM D e12, DI e C $OJ Strength Pulled B 20 1 m Psi min• 1,500 psi min. See Note 1 p (.351 K9t/9q, MM) (1.05e Kgf/eq, mm) Elongation ASTM D e121 Die C e00% min,5!! Note 1 pulled a 20 1pm 150% min. M oSsture Vapor ASTM E 96, Transmission, Procedute B 3.7 perms .0.6 2.6 perms .O,s 15 dry milt See Note 2 (2,e{ mettle Perms; (1,71 metric perms) Moisture Vapor ASTM E 96, Tranamission Procedure B 2•e perms ♦O,i 1.4 Parma •0,2 JO dry mlls See Note 2 (I.SB metric perms) (0.92 metric perm) Abrasion ASTM C 501, No change of 30 MAIN dry film weight NO change of weight 075e0 3 0_ _ _ Property keas.Stda.i Cond. Results, Base Coat Results, Top Coat ........ ........... ..... ........ .... .... ........ ... .... On a" x a- metal CS-17 wheal, 1,000 rove with 1,000-pram weight Fire Rests- ASTM E 106. System rated Class A On nonoombUa- tance UL 790 tibia substrate Silicon Car- MOMS Scale 9.0 or harder 9.0 or harder bide Aggregate ' NOTE 11 Base coat tests Conducted on deaerated 40-mil (I mm) Try film; top root tests conducted on deaerated 10-mil (0.25 mm) dry film, cured for 7 days at 77 degrees F (25 degrees C) at SO percent relative humidity. NOTE 21 Cured for 7 days at 77 degrees F (25 degrees C) At 50 percent relative humidity. RELATED MATEPIALS PRIMER Aa recommended by the approved deck coating manufacturer for the type of substiate Involved. AGGREGATE A hard, nonCr Ushable, nonextractable Organic granule with a Specific grsvlty Of 1.) or 30-70 mesh silks sand or 20-24 mash silicon carbide. ROOFING GRANULES Number 95, Ceramic Coated, opaque roofing granules as manufactured ny )M Company. C. WORKMANSHIP CONDITION OF SURFACES Bator# Tembrena work is Commenced, surface shall be inspected and treated as necessary to remove laitanCe, loose material on the SLrface, grease, Oil, and other contaminants which 911'. affect bond Of the membrane. Surfaces shall be left Lr0om-clean. Commencement of membrane Snstallatlon implies acceptance of that substrate area as it regards SUIt&OI1ItY of the sCrfaCe to accept the membrane system. 075e0 Horizontal concrete surfaces shall be visibly dry and pass a A-hour 7UODer mat test (no condensation) prior to application of coating system, Mat shall be taped t0 deck on all edges, OREPARATION Thoroughly clean all surfaces to receive coating materials in strict accordance with manUtaCLUrer's Instructions and recommendations. Pemove oil and grease With a Commercial grade alkaline Cleanerl thoroughly rinse and dry, Prepare all Concrete surfaces by sandblasting followed by vacuum cleaning or by etching with a tU to 15 percent solution Of muriatic said. Flush all acid with clean water and allow to dry. Rout or sawcut all cracks exCeeding 1/16 Inch In width and till •SCh sealant, Fill all expansion, control, and construction 1OIrt5 to be overeoated by deCK COAtIrQ with sealant. PrOtePt adjacent surfaces with drop cloths or masking as required, FLASHINGS - FLUID APPLIED Provide fluid aprlled tlaahings at all locations where a horlxontnl surface abuts a vertical surface and at all deck penetrations as specified, Unless detailed or specified otherwise, At projections through deck coatings such es posts, vents, pipes, stanchions, railings, and similar • locations of potential flight movement, provide a 1/4-inch bead of sealant, Tool sealant to term a cove and allow to Cure betore overcoating, J PRIMER AND DETAIL WORK Prime all concrete, masonry, erd metal surfaces. Apply primer at Coating manufacturer's recommended rate. Concrete prime coat shall be allowed to Completely dry but Shall not be applied more than 0 hours Preceding application 't deck coating. Metal prime coat may be applied up to 9 days Prior to Application of deck coating. Apply 20-Mll dry film thickness Of ncntlowing type coating over all flashing$ (se-slant Coves and rigid corners). Extend coating 2 itches beyond flashing out Onto adjacent deck surface. Unless otherwise indicated On Drawings or where limited by height of base, extend COating a minimum Of I Inch above the toy of the flashing and terminate In a neat straight llne. Use masking tape for such purposes, 075e0 5 Apply 20-mil dry film thickness of nonflowing type coating for a distance of 1-1/2 ihChes on each aide of all cracks. Apply 20-mil dry film thickness of nonflo•ing type Coating or nonadhering tape for a distance of 2 Snches On each side of all expansion Joints, Control Joints, and Construction Joints to be coated. APPLICATION OF ROOFING BASE COAT Apply Coating material at a minimum dry film thickness of 20 mill for roofing areas and 25 mils for traffic topping areas. Extend coating over all fluid applied fiaahings and detall coatings. AIloW to Cure for 16 hours minimum. At temperatures less than 75 degrees F (2e degrees C) and relative humidities less than SO percent, extend curing time. TOP COAT Apply top Coating material at a minimum dry film thickness of 10 mils for roofing areas and 15 ells for traffic topping areas. While traffic topping Coating Is still fluid, uniformly broadcast aggregate over the traffic topping surface at the rate of 5 pounds per 100 square feet. Immediately roll to evenly distribute and Completely Cost the aggregate. While Coating Is still fluid, uniformly broadcast opaque, ceramic coated roofing granules evenly Over the rooting surface at the minimum rate Of 50 pounds per 100 square Loft. Granules may be mechanically broadcast. Allow tOP coat to Cure for 2e hours minimum before Permitting any traffic on surfaces. At temperatures leas than 75 degrees F (2e degrees C) and relative humlditi70 Less than 50 percent, extend curing time, CLEANING :lean Mint from adjacent surfaces with toluene, 1,1,1, Lrlchlo ethane, xylem, commercial tar remover, or as recommended by coating manufacturer. Remove foreign matter from finished coating surtices. PRODUCT DELIVERY AND STORAGE Deliver materials to JObAite In sealed, undamaged conta!ners. Each container shell be Identified with material name, date Of manufacture, and lot number. 07500 6 D. PAYMENT Payment for the Work 1n this section will be cluded as Part of the lump sum Did amount Stated In the Proposal. 075e0 7 07900 SEALANT A. SCOPE This section covers the work nadassary to furnish and install, Complete, sealant for all building joints. GENERAL See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REOUIREMFNTS, which Contain information and requirements that apply to the work Specified herein and are mandatory for this project. SUBMITTALS DURING CONSTRUCTION Submittals during Construction shall be made In accordance with Division 1, GENERAL REQUIREMENTS, in addition, the following specific Information shall be providedl Submit small samples of material proposed for use showing color range available. Samples shall be Accompanied by a Certificate of Compliance with 6PPlIC4010 reterencgd standard. ENVIRONMENTAL CONDITIONS The ambient temperature shall be between e0 and 90 degrees F (a and • 32 degrees Cl when sealant is applied. S. MATERIALS GENERAL The use Of a manufacturer's name and model or Catalog number Is for the purpose Of establishing the Standard of quality and general configuration desired Only. Products Of other manufacturers will be 01darea In accordance with the GENERAL CONDITIONS. SEALANT One part silicone such as Dow Corning No. 7901 General Electric "SL1brUt"t or squall Color as selected by Engineer. BACKUP MATERIAL Use clOW-cell polyethylene foam rod COntOrming to ASTM C 1621 and compatible with sealant used. S12e as shown or as recommended by manufacturers for all joint$ gloater than 3/lb Inch ride. C7900 BOND BREAKER As recommended by Sealant manufacturer. PRIMER AS recommended oy Sealant manufacturer. COLOR Sealant Color shall generally match or complement the color of the Principal material adjoining the area of application. C. WORKMANSHIP PREPARATION All surfaces to be Sealed shall be Clear., dry, sound, and tree of dust, loose mortar, and Other foreign materials. MASK adjactnt surfaces where necessary t0 maintain neat edge. Starting Of work Will be Construed as ACCOPtance of all Subsurfaces. INSTALLATION Seal all joints around window, doot and louver frames, expansion toints, and elsewhere as Indicated. Apply all materials following manafaCCurer't rtc, •ndatlon and Instructions, filling joint completely from oacK c. top, Without Voids. ' tool joints slightly Concave after sealant is installed. When toollnq White or llgrt Color sealant, a Water wet tool Shall be used. CLEANING The Smr e9 next t0 nt Sealed joints Shall be Cleaned of Smears Or Other f .ing resulting Irum the sealing application. At no additional Octt to l-wn1r, repl, or repair to Owner's satisfaction any damaged Surfaces resulting 9ea11r7 or Cleaning, PRODUCI HANDLING Deliver all Sealants t0 the )Obalte in Sealed Containers, each btaring manefOCturer'S name and product designation. D. PAYMENT Payment for the work In this se[tion will of Included aS part of the 1Ump Sum bid amount stated In the Ptoposal. • • • • • • 07000 2 08110 HOLLOW METALWORK A. SCOPE • This section covers the worn necessary to furnish and install. Complete, the hollow metal treat and door, GENERAL LiKe Items of equipment provided hereunder shell of the en6 product$ of one manufacturer In order to achieve standardization for rppearanco# Operation, mainterince, apart Paris, and TanufaCtVrer-s ervlce. See CONDITIONS OF T4E CONTRACT end Div IS ion 1, GENERAL F:OJIREMENTS, which Contain Information and requirement$ that apply to the wOrK specified Derain and are mandatory for this project. SUBMITTALS DURING CON;',TRUCTION Submittals during construction Shall be made In aCCordanCe with Division 1, GENERAL REOUTREMENTS. In addition, the following specific Information shall be providedl SHOP DRAWINGS Submit Shop drawings covering type of door and tram*, treme • conditions, and rOmPltt* anchorage details, supplemented by Suitable achtdul , covering doors and frames. Location of door shall be noted with the Drawings, Lamr reference as used on REFERENCE STANDARDS Manufacturer'r recommendations and Specifications. Standards, regulations, and specifications of the following aw tnumtrated herein) AmtricAr. SOeiety for Tarring and Materials (ASTM) National Fire Protection Association (NFPA) Underwriters Laboratories (UL) American National Standards Institute (ANSI) oeuo t R. Steel Door Institute (SDI) RELATED wORK SPECIFIED AND PERFORMED UNDER OTHER SECTIONS Section No. Item 0e100 Finish Hardware 09902 Painting S. MATERIALS - GENERAL The use of a manufacturer's name and model or catalog number IS f r the purpose of establishing the standard of quality and general configuration desired only. Products of other manufacturers will be Considered in accordance with the GENERAL CONDITIONS. 14ANUFACTUPEPS Products of the following manufacturers, or equal. may be used on this prolectl Curries Manufacturing The Cato Corporation Feneatra Division, Marmon Group .esker Industries, Inc. Monarch Steelcratt, Ltd, Overly Manufacturing Co. Republic Steel Corporation Steelcratt Manufacturing COPPAnY Trustbllt, Inc. wllllamsourg Steel Products Co. t ASIC MATERIAL Sllee heel for frame $hall be not-rolled prime quality carbon Steel . conf. . 11nq to ASTM A 5b9. vdl.0 2 Sheet steel for door Shall be cold-rolled Strete7er level sheet steel c OnfOrminq to ASTM A 366, ANCILLARY ITEMS Manufacturer's standard core filler, anchorA, fasteners, etc, C. WORKMANSHIP FABRICATION FRAME Frame for door Shell be le-gauge for exterior, welded type, of cross section shown, and shall conform to SDI 100, except as modified herein, Provide adequate reinforcement and Cutouts for hardware, prepared in accordance with SDI I07, also adequate floor and wall manufacturer, anchors. Frame Shall be products of the hollow metal door Details on Drawings ino.cate the finished SIX*, Shape, and profile Of !:arse memters. ManutaCtUrer'S standard forming method$ may be used to achieve the desired finished appearance. Concealed fasteners of welding 11 preferred to trrough-the-face fasteners, DOOR Hollow metal door Shall be 16-gau9e, Type III, Style 2 with POtyur#t�,ahe core of dimensions shown. Door shall conform to SDI 100, except a$ modified hereln, All AcctgSorfes Shall be Installed at the manufacturer-s plant. Door shall be constructed and prepared in accordance with SDI 107 and ANSI A115 to receive the hardware SPeCifled In Section FINISH HARDWARE, MISCELLANEOUS METAL ITEMS Shall be Of the game Construction and finish as door Including tire-resistive labsl and sound-retardant cOMStructlon. FINISH Metal door and tram# specified herein shall be galvanlxed with O60 tirc coating In accordance with ASTM A 525, phosphate treated for Paint adhesion, and receive one coat Of DaKed-On rust-inhioiting Prim* coatinq compatihle with finish Ccating. 0E L30 3 Finish coating shall be as indicated On trio Drawings and as SPOClfled In Section 09g0$, PAINTING, INSTALLATION OF FRAME Install frame In accordance with SDI 105. Exercise care in setting of frame to maintain scheduled dimensions, hold head level, and maintain Jambs plumb and square. Serure anchorages and connections to adjacent Construction. Wherever possible, leave frame spreader bars intact until frames are set perfectly $quart and Plumb and anchors ere securely attached, INSTALLATION OF DOOR Install door In accordance with SDI 100. APp1Y hardware in aCCOrdaf.Ce with hardware manufacturer's templates and Instructions. Adjust Operable part$ for correct function. Remove hardware, with the eXCeptiOn of Prima coated Items, tag, bOk, and reinstall after finish palntwork is completed. Installation of door shall Conform to NFPA Pamphlet No. 90. PRIMF. COAT TOUCHUP Immediately after erection, areas where prime Coat has been damaged shall be landed OmOOth and touched UP with same primer as applied at shop. Remove rust before above specified LOUChUp is applied. Touchup shall not be Obvious, Before Job painting is started, finish on frame and door shall Comply with finish On approved sample. PROTECTION Protect installed hollow metalwork against damage from other Construction work, DELIVERY, STORAGE, AND HANDLING Deliver, store, and handle hollow metalwork in a manner to prevent damage and deterioration. Provide packaging sucn as ca I )r other containers, separators, bending, spreaders, and papoi t0 protect hollow metal items. Stmre door upright, In • protected dry area, • !rear r *gee Off the ground Or floor and at least 1/4 inch batwetn \_ Pieces- Follow spacial storage and handling regwlreme_ manufacturer, Protect ekPOled finish surfaces Of profl. ,sned items With masking tape. 09110 D. PAYMENT Paymant for the work In thla aeDtlon •111 be inelUded as Part of the I UaP Sum Did amount Stated in tha Proposal. 00110 W-600 SOUTH TALBOT HILL PUMP STATION WTR-10 3+ #5 Contract Documents 087OU FINISH MAND0hPE ..... ...... ........ A. SCOPE This section Covert the wcrk necessary for furnishing and installing, complete, the finish hardware. dENF.RAL Like Items of material specified herein shAl, be the end products of one manufacturer to order to iChieve standardisation for appearance, operation, maintenance, apart parts, and manuta Cturer's service, See CONDITIONS OF THE CONTRACT and Division 1, GENERAL PEUUIRFMENTS which Contain Information and regUirements that apply to the work specified herein and are mandatory for this project. SUSPITTALS DURING CONSTRUCTION Submittals during construction shall be made In Accordance with Division 1, GENERAL RFOUIREMENTS. In addition, the followlne apeCitle Information shall be PI .vided: SCHEDULE • Submit in qu Uituplicate a complete schedule of finish hardware required herein, for the ELglneer's review. Such schedule must he completely detailed, showing all items, numbers, and finishes for All hardware for each separate Opening. Any Corrections or changes necessary In Lhe schedule to comply with the requirements of the Drawings and SPtcif ICatIons shall he a mce promptly. Three Corrected Copies of tfO Hardware Schedu'e shall be returned to the Engineer. Revle■ of the schedule steal) not relieve the hardware sJPpller Of the responsibility for error& or omissions therein. S. MATF.PIALS MATEPIALS INCLUDED Provide all finish hardware with suitable tastaning for Complete work. Ouantltles listed are for the Contractor's convecience only and ere not guaranteed. Stems ❑OC speclticallY Mentionetl bU[ AEC!{adry LO COmpllL! the work shall be turn lS hed, C.dtchlna in duality and necessary the items specified for similar locations, finish MANUFACTURERS Numbers shown in the Hardware Schedule are tram the catalog$ Of the n&nutaCturl: ' listed In the order In which they appear oelow. The 'Ise Of A ,manufacturer's name and model Or ra .clog number is tnr the purpose of establlshing the Standard of quality and general Configuration desired only. Products of other manufacturers will be Considered in ACCnrdanCt with the GENFPAL CONDITIONS. Oe70U 1 HINGES McKinney Manufacturing Co.; Lawrence Brothers, Inc.; or equal. LOCKSETS AND LATCHSETS Best Lock Corporation only to match Owner's other facilities. STOPS, HOLDERS Hullders Brass Works; BeIdwinj or equal. KICKPLATES Builders Brass Works; Cipco; or equal. THnESHOLOS, WEATHERSTRIPPING PeRKO b,anutaCturinq Co.; National Guard Products, Inc.f Or equal. FINISHES Numbers in the b00 series are the Builders Hardware ManutaCturers Association (BHMA) industry stanoard. KEYING Key lock to City of Renton system ar instructod by the Owner. Furnish two keys for lock. TEMPLATES Hardware applied t0 metal doors and trames shall be made to template. The hardware supplier shall furnish to the Varlius maivitdcturers required plupprint templates for fabrication purposes. Templates shall be made available not more than 10 days after receipt of approved Hardware Schedule. C. WORKMANSHIP IKSPECTION An0 ADJUSTMENT A representatlVe of the hardware supplier shall be available Ourino the constructi0❑ period, if of Cessary, to instruct the Contractor on the prover method of installation and adjustment of the supplier's products. the representative Shall Inspect and adjust the hardware Items at completion of the work en" Supply proper maintenance manuals to the Owner. After Installation, adjust hardware for smooth, noise-free operation. Replace any damaged items. 0R700 2 INSTALLATION Follow manufacturer's instructions for installation 0! finish hardware. Make all work neat and secure, developing tulJ Strength of components and providing proper function. Prevent marring, scratching, or Otherwise dameging adjacent finishes during the Installation of hardware, 00 all fltting, dismantling, and rafnstailing of finish hardware required for finish painting work. Use strippable coating, removable tape, or other means to protect and prevent Staining of hardware during ecnatrUCLion. Protective measures shall be removed and permanent look cylinders installed prior to final cleaning. LAtchbOltS shall be Installed to engage in strikes automatically, whether activated by closers or manually. In no case shall additional manual pressure be required to engage latchbolt in strike. Sat stops end holders for swings Indicated on the Drawings. Install stops, holders, and Other wall-mcunted items over solid structural tacking or solid blocking in hollow .ails. Cope ends of thresholds neatly to profile Of lamb, Thresholds shall be set in sealant and ends shall be sealed to lambs, MOUNTING DIMENSIONS Use standard door hardware locations as published by the National Bullders' Haroxare Association except as noted or detailed otherwise, • BacKSet shall be 3-3/4 Inches un,ess Indicated otherwise in Hardware Schedule, Each Item of hardware snail be marked as to Aeaerlptlon and location Ot Installation, Exposed surfaces of hardware shall as covered and well orotectAd djring Installation and until building 1S accepted by Owner to avoid damage to finishes and functions, HARDNARE SCHE^TILE The Hardware Schedule la A guide to functional requirements of each opening. Provide hardware complete. Sifts omitted shall be as recommended ty the manufacturer for the use lntendnd. HAPDwARE SETS ND4-1; 2 Pair putts T823141 BB4101-AI 5 x 4-1/2 NRP, 626 1 Lock 9GOS OBI C53PD Bally 626 1 Floor stop G holder FB23X1 56SEPi 626 1 Metal klckplate 10" x 2" LTDw x .050" - No. III 51501 626 1 Threshold l92-AI 656 1 Set weatherstrip (narrow Head A lamb - 332 ADR1 DSb9DUR stojo OB70U 3 U. PAYMENT PaYMfnt for tbf work In this AOCtlon will be 1nCludf6 as Part Ot tbt LUMP Sum bid amount stated In tbt Proposal. 09100 09721 SEAFLFSS QUARTZ FLOORING - ------ ...... ........ A. SCOPE This Section covert the worK hatesiary to furnish and Install, Complete' A seamless gU4rti epoxy flooring. GENERAL Set CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS' which Contain information and rtqulrements that apply t0 the work SPOCifled htreln and are mandatory for this project. QUALITY ASSURANCE Installer of flooring shall have a minimum of 5 years' exDerlence In Installing seamless flooring and shall be approved by the manufacturer of the flooring products. SUBMITTALS DURING CONSTRUCTION Submittals during construction shall be made In accordance with Division 1, GENERAL REQUIREMENTS• In addition, the following specific information shall be provided: SAMPLES Submit two 6-inch square samples for Color and finish approval. MANUFACTUPEP'S LITEPATURE Submit for review the manufacturer's product specifications and Instructions and recommendations for installation. CERTIFICATES Submit evidence of Installer's approval by manufacturer. ENVIRONMENTAL REQUIREMENTS Maintain substrate temperature of not less than 55 decrees F (12,7 degrees C) and room tempelature of 78 degrees F (25.5 degrees C) for 48 nOQrs prior to commencing appl completion, 3Cetion and for 72 bouts after RELATED WORK SPECIFIED AND PEPFORMEU UNDER OTHER SECTIONS Section No. Item 09902 Painting 09721 1 B. MATERIALS GSNFRAL Colors shall be equal to Dex-O-Tex No. MG1S1-I, with an approximate color mix of 50 percent tan, 75 percent brown, and 75 percent white. The use of a manufacturer's name and model or catalog number is for the purpose of esteblishing the standard of quality and general configuration desired only. Products of other manufacturers will he Considered in accordance with the GENERAL CONDITIONS. MANUFACTURERS Products of the following manufacturers, or equal, may be used on this protect: Omnitech IndUstrles, Inc., Omnituff Crossfields Products Corp., Dex-O-Tex DecorFlor Selby, Battersby i Cr., Selbalux H. B. Fuller Company, Treed-Tex FLOOR COVERING Epoxy% 100 percent solids, thermosetting epoxy resins reacted with suitable hardeners to pr0ljce a seamless, monolithic, plastic costing. Ag9regatet Quartzite base rock granules fired with a colored ceramic coating. Use colors Indicated above. EDGE OR DIVIDER STRIPS Where required or indicated shall be standard products as manufactured and approved for use with seamless covering material specified. C. WORKMANSHIP CONDITION OF SURFACES Examine surtaces Scheduled to receive seamless covering fr: any defects, dampness, paint, or foreign material that would affect the quality and execution of the work. Perform- any moisture or adhesion tests necessary. Have Corrections made to make defective Surfaces acceptable. PREPARATION Clean Concrete surfaces of ell foreign material, sealers, hardener$, , waxes and other Curing compounds, laitance, and grease. 09721 2 Apply primer to surfaces as required by material manufacturer. INSTALLATION Install seamless floor Covering In strict accordance with manufaCturer's Instructions and recommendations. Apply to floor In minimum thickness permitted by aggregate, approximately 3/32 inch (2.4 MM). Finish glossy and slip resistant. PROTECTION • During Installation, protect all adjacent surfaces against damage. After Installation, allow no traffic on seamless finish for 48 hours or until completely Cured. Keep all water off floor for at least S dat's. Do not cover with paper until you are sure it will not stick, use only nonstaining paper. All damage shall be repaired Without additional Cost to Owner. DELIVERY, STORAGE, HANDLING Deliver materials in manufacturer's original, unopened containers. Provide a minimum of 2 gallons o• unopened top coating material for future use by Owner. D. PAYMENT Payment for the Work in this section will be Included as part of the lump sum bid amount stated In the Proposal. 09721 3 09903 PAINTING A. SCOPE This section covers surface preparation, furnishing, and application of architectural paint and apeclal protective coatings, complete. 1t is the intent that all new, interior and exterior exposed masonry, concrete, and metal surfaces be painted, whether speclf lcally mentioned Or not, except as modified nereln, GENERAL See CONDITIONS OF THE CONTRACT and Division 1, GENERAL REQUIREMENTS, which contain Information and requirements that apply to the work specified herein and are mandatory for this project. SURFACES NOT REQUIRING PAINTING Unles. otherwise specifically indicated in the Technical Specifications or on the Drawings, the following areas or Stems will not require paintings I. Nonferrous and cnrroslon-resistant ferrous alloys such as copper, bronse, morsel, aluminum, chromium plate, weathering steel, and stainless steel, except whertl (a) required for electrical insulation. Between dissimilar metals. (b) aluminum is in contact with concrete or masonry, and (c) color coding of equipment and piping is required. ], Nonmetallic materials Such As glass, PVC, wood, porcelain, a,.d plastic (FRP) except as required for arcnitectural painting or Color codln). 3. Factory finished equipment, such as light fixtures end motor control center. Preparation of surfaces and application of coatings shall be in conformance with this Specification end printed recommendations of the paint manufacturer INSPECTION ' The Contractor shall give the Engineer a minimum of 3 days advance notice of the start of any Surface preparation work or Coating application work, All Such work Snell be performed only in the presence of the Engineer, unless the Engineer has granted prior approval t0 perform such work In his absence. 09902 Inspection by the Engineer, or the waiver of Inspection of any Particular portion of the work, shall not be construed to relieve the Contractor of nis responsibility t0 perform the work In accordance with these Specifications. For all coatings subject to immersion, full CUre must be obtained for the Completed system. Consult the Coatings manufacturer's _. written instructions for these requirements. The coating shall not he Immersed for any purpose until comnletlon of the curing Cycle. PAINT UELIVEHY AND STORAGE All materials shall be delivered C� the project site in unopened Containers that plainly show at the time of use the designated name, date Of manufacture, Color, and name of manufacturer. Paints Shall be stored 1h a suitable protected area that 15 heated or Cooled as required to maintain temperatures within the range recommended by the paint manufacturer, Paint materials shall be kept sealed when not In use, WARRANTY The Contractor shall warrant to the Owner and guarantee the work under this sectlOA aaalnst defective wOrkmansnip and materials for a Per10d of I year commencing on the date of final eCCeptance of the work. SUBMITTALS DURING CONSTRUCTION Submittals during construction shall be made In accordance with ` Division 1, GENERAL REQUIREMENTS, B. MATERIALS PAINT AND COATINGS SUPPLIERS The letter code will of found following the generic descriptions of materials outlined In the Specifications. Alternate suppliers will be considered, subject to the approval of the Engineer. Address given Is that of Che general offices, Contact them for information regarding their representative nearest the project site. A. SUPPLIER CODE A - COATINGS SUPPLIERS (pole to supply most heavy-duty Industrial coatings and arCnitectUral paints) Ameron Protective Coatings, Brea, CA Carbollne Coatings Company, St. LOUIS, NO International Paint Company, New York, N1 Glidden Company, Cleveland, OH k OPPers Company, Inc., Pittsburgh, PA Mobil Chemical Company, Azusa, CA Porter Coatings, Louisville, kY 09902 2 B. SUPPLIF- COOF. E - PAINT SUPPLIERS (Able t0 supply most archltectuta, aid Institutional paints) DuPont Chemical 'OMpany, Wilmington, DE Fuller/O'Brlen Pa nt Company, San Francisco, CA Ren24min Moore Palntt, Now YOrK, NY Pittsburgh Paints, Pittsburgh, PA Pratt a Lambert, Inc., buttalo. NY Sherwin Williams, Cleveland, ON C. SUPPLIER CODE C - SPECIALTY SUPPLIERS Pavey Research Corp., TUKMIIA, WA PAINT MATEPIALS The following paint products are listed according to their approximate order of appearance In the paint systems. Devletlons from the specified paint systems must be approved by the Engineer prior to use. The letter designating the supplier Code references the listing of Paint suppliers able to furnish these Specific materials. Alternate Systems will be considered Subject to the approval of the Engineer. PRODUCT DEFINITION Polyamlde EPDXY MIL-P-24441, Formulas 150, 151, L 152 only • Coatings approved SUPPLIER CODE: A Polyamide, Anti- Converted epoxy primer containing rust- Corrosive, Epoxy inhlb:` lve plgmentsl minimum percent volume Primer solids, 4611S SUPPLIER CODE: A Coal-Tar Epoxy Amine or polyamide type, 68% volume solids minimum, suitable for Immersion service SUPPLIER CODES A Organic Zinc Rich Converted epoxy, epoxy/phenolic Or urethane Primer type, minimum 14 lbs: metallic zinc content per gallon SUPPLIER CODES A Chlorinated Rubber Exterior grade, 30% volume Solids minimum Finish SUPPLIER CODES A Rust-InnlbIt Iva Primer Single-package steel primers with anti-COrrosive Plgment loading: may be alKY4, vinyl, epoxy ester, chlorinated ribber: 40% volume solids minimum SUPPLIER CODE: A-B 09902 3 PRODUCT DEFINITION A1Kyd Enamel Optimum gUal7Ly, gloss finish, medium long oil, 45a minimum solids by volume SUPPLIER CODE1 A-B wash Primer Vinyl butyrel aCld SUPPLIER COCEi A Inorganic the Primer Solvent or water based, 14 lbs metallic zinc Content per gallon minimums follow mahutacturer's recommendation for topcoatln7 SUPPLIER CODE: A Masonry Sealer BarsCade 65 ` SUPPLIER CODE: C Pltuminous Paint Single-eomponant, Coal-t4r pitch ba$edt 68t minimum solids by volume SUPPLIER CUDE1 A PAINT COLORS Colors to be used ere shorn oa the Drawings for Architectural painting, and shown on the Drawings for equipment and appurtenances and designated hereinafter. The Engineer reserves the right to order Changes In the Colors indicated, and to have sample panels made to a revised Color Schedule. When requested, Color panels shall be prepared approximately 12 inches or more Square on surfaces Similar to those to be psir,ted Or stained. Do not apply finish Coats until Engineer has —proved sample panels. Individual rooms or areas may have two or me Colors or finishes. C. WORKMANSHIP GENFRAL All materials of a paint system, including primer and finish Coats, shall be produced by the some paint manufacturer unless Otherwise approved by the Engineer. thlnhets, Cleaners, driers, and other additives shall be as recommended by the paint manufacturer of the particular coatinq. PROTECTION OF MATERIALS NOT TO BE PAINTED Remove, mask, Or otherwise protect hardware, lighting flXtUres, switChplates, aluminum surfaces, machined surfaces, Couplings, shafts. bearings. Ramerlates on machinery, end other SUrf4Cea not intended to ' be painted. Provide drop Cloth$ to prevent paint materials from falling on cr marring any adjacent surfaces. Protect Working parts of all mechanical and eleCtriCal egUlPment from damage during surface Preparatlon and painting process. All Opening& In motors shall be masked to prevent paint and 411 other materials from enterino the motors. D9902 4 ENVIRONMENTAL CONDITIONS Paint shall not be applied In extreme heat, temperatures below 40 degrees F unless approved by the Engineer, nor in dust, smoke-laden atmosphere, damp or humid ♦rather. Abrasive blast cleaning shall not be performed whenever the relative humidity exceeds 85 percent, nor whenever the surface temperature it less than 5 degrees F above the dew point Of the ambient air. CO4tIr4 manufacturer's recommendations to be strictly adhered to. PREPARATION OF SLRFACES METAL SURFACE PREPARATION GENERAL No su, ,ace preparation blasting will he permitted prior to s UbmisSloh of approved samples. All workmanship for metal surface preparation as specified shall be in strict conformance with the current Steel Structure$ Painting Council (SSPC) Specifications as followst Solvent Cleaning r 1 Rants Tool Cleaning 5p 2 Power Tool Cleaning SP f Wnite Metal Blast Cleaning SP 5 Commercial Blast Cleaning SP 6 Brush-Off Blast Cleaning SP r Pickling SP 8 Near-white Blast Cleaning SP l0 CONCRETE SURFACE PREPARATION 5urfaCes shall be cl,-an and, unless required for proper adhesion, shall be dry prior to painting. Surface preparation shall not begin until 70 days after the concrete has been placed. Remove all grease, Oil, dirt, salts or other chemicals, loose materials of other foreign matter by Solvent, detergent, or other suitable cleaning methods. Concrete surfaces shall be brush-Af1 b}aSt cleaned to remove all loose concrete and provide a tooth for binding. It brush-off blasting Is impractical, surface may be acid etched with muriatit acid solution. 09901 S PLASTIC SURFACE PREPARATIUN All plastic surfaces t0 be Coated $Mall be hand sanded with a medium grit sandPapir t0 provide tooth Crt Lh! COatlhq lysLlM. Large areas may be power sanded or brush-oft blasted, provided sufficient excess L are employed ao the surface is roughened without removing excess Material, APPLICATION OF PAINT GENERAL Manufacturer's written instructions for applying each type of paint - or protective coating shall be furnished prior to application. Cleaned surfaces and Sntermedlate coats Sha:.l be Inspected by the Fnglneer prior to the succeeding coat. APp:.y all coat!nq In strict accordance with the paint manuto ture['S recOMMandatlons, as Approved by the Engineer. Suftleclent time shall oe allowed between Coats to assure thorough drying of previously applied pain[. Units to be bolted together and to structures shall be painted prior to assembly Or Installation, FILM THICKNESS Coverage Is listed as elther total minimum dry film Thickness in Mils (MDFT) or the spreading rate In square feet per gallon (SFPG). Per Coat determinations are listed as MDFTPC or SFPGPC. The numner of coats is the minimum required irrespective of the coating thickness. Additional Coats May be ragUlred to obtain the minimum required paint thickness, depending on method of appllCatlon, dlfferenees In manufacturers' products, and atmospheric conditions. Maximum film build per coat shall not exceed the c�Ating manufacturer's recommendations. Film thickness measurements and electrical inspection of the coated surfaces Shall be performed with properly calibrated Instruments. RecOat and repair ae necessary for compllancs with the Specifications. Primer and Intermediate costa will be subject to Inspection by the Engineer and the coating manufacturer's representative, Particular Attention should be given edges, angles, flanges. etc. Where insufflcent film thicknesses are likely to be present, Insure Proper mlllage in the$e areas. After repaired and recosted areas hove dried sufflclemtiy, final testa will be Conducted by the Engineer. Coating thickness specified in mlls will be measured with a magnetic type dry film thickness gauge such as MlkrOtest, supplied by Nord s on Corporation, Anaheim, CA, Discontinuities •n0 volds In tn• Coatings (except zinc Primer and galvanizing) will be determined with an eltrtrlCal holiday detector, low voltage, wet sponge type Such as Model w-1, manufactured by tinker and RaSor, San Gabrl/l, CA, 09902 6 POROUS SURFACES Porous surfaces Such as concrete, masonry, etc., may have the prime coat thinned to provide maximum penetration and adheslon. Type and amount of thinning shall be determined by the paint manufacturer and IS dePerdent upon the surface density a-.d type of coating. Porous surfaces specified to receive a water base coating shall be damp, but free of running eater, Just prior to application of the oatinq, DAMAGED COATINGS Damaged coatings, pinholes, and holidays $hall have the edges feathered and repaired in SOCOrdance with CM recommendations of Cne paint manufacturer, me approved by the Engineer. All finish coats, Including tooth-up and damage-repelr coats shall no applied In a manner which will oresent a uniform texture and Color-maCChed appearance. UNSATIS/ACTUPY APPLICATION If the Stem nos an Improper finisn color, or insufficient film thlckt»ss, the Surface shall be cleaned and topcoated with the specified paint material to obtain Cne specified Color and coverage. Specific surface preparation Information to be secured from the coating manufacturer and the Engineer. All visible areas of chipped peeled, or abraded paint shall be hand- or power-Sanded feathering -.he edgeS. The areas shall then be • primed and tlnith coated In accordance with the Specifications. Depending on the extent of repair and its appearance, a finish sanding and topcoat may be required by the Engineer, Mork Shall be free Of run%, bridges, $hlhers, laps, Cr other Imperfections. Evidence . these conditions shall be Cause for rejeetlon. Any defects in the coating system shall be repaired by the Contractor per written recommendations of the coating manufacturer. CLEANUP All Cloth$ and Waste that might constitute a fire hazard shall be Placed in closed metal containers or etst'oy'ad at the end of each day. Upon completion of the work, all ata9I ng, Aftolding, and Containers shall be removed from the Site or destroyse�In an approved 1e941 ` manner. Paint spots, oil, or stains upon adjacent Surface, and floor$ shall be completely removed, and the entire job left clean and acceptable to the Engineer. 09902 7 PROTECTIVE COATINGS SYSTEMS 1MUEX SYSTEM NJ. TITLE e BITUMINOUS-COATED PIPE 7 EXPOSED METAL 27 ALUMINUM AND DISSIMILAR METAL INSULATION 102 O000, SEMI-GLOSS I11) MASO4kY SEALER it) Cf(NCPETE, SEMI-GLOSS PAINT AND COATING SYSTEMS ..... ... ....... ....... S'i STF.e NO. 0 PIIUwIVOUS-COATED PIPE Su=t-O._..... ------int -ate-ldl ......Coats.-Co--- Solvent Clean (SP-1 ) wash Primer 1 coat, 0.4 ,4of1 bitumin0us Sealer 2 coati Alkyd Fnamel 1 coats, 2 MDFT SYSTEM NO. 1 EXPOSED METAL ' Surface PreD. Paint Material Mtn. Coats, Cover AnrAsive Blast, Or Centrifugal wheel Pest-Inninitive Blast (SP 6) Primer I Coat, 2 MDFT P1CKle (SP R) kyd Enamel 2 Coats, 4 MDFT (Semi-Gloss) SYSTEM NU. 27 ALUMINU- AND UISSIMILAP METAL INSULAT(Utl Surface Prep. Paint Material Min. Coats. Cover Solvent Crean (SP 1) wash Primer 1 Coat. .4 sll Bituminous Paint I coat, 10 mils n9902 A SYSTEM NO. 102 WOOD, SEMI-GLOSS Surface Prep, Paint Material Min. Coats, Cover ------------- .............. ................. .cod Alkyd Mood Primer 1 coat, 400 SFPG Alkyd (Seal-Gloss) 1 coat, 400 SFPG SYSTEM AO, 110 MASONRY SEALER Surface Prep. Paint Material Min. Coats, Cover ............. .............. ................. Masonry Sealer 2 coats, 100 SFPGPC SYSTEM NO. 113 CONCRETE, SEMI-GLOSS Surface Prep. Paint Material Min, Costs, Cover ............. .............. ................. Concrete Acrylic Latex (Semi-Gloss) 2 coats, 240 EFPrPC PAINT APPLICATION SCHEDULE ..... ........... ........ Unless otherwise indicated in the technical Specifications Or or the Drawings, the work shall be painted or coated in accordance with the following application schedule. In the event Of discrepancies Or omissions in the following, request clarification from the Engineer before starting the work in question. SYSTEM NO, 6 BITUMINOUS-CUATEU PIPE This system Snell be used on the following items or areas: All bituminous-Coated metal piping located inside the Structure but not buried shall receive Vile system, SYSTEM NO. 7 EXPOSED METAL This system shall be Used On the following V emS or areas: All metal piping, pumps, valves, .-d equipmint located Inside the structure shall receive this sys- . Exposed metal surfaces located outside of stl Jctures and exposed to weather shall receive this system, , 09907 9 All ;petal doors and frames, vents, louvers, interior metal ductwork, tlasninis, sheet metalwork, and miscellaneous architectural metal till and the following specific surfaces small receive tnls system. The surface Preparation and primer Shall be applied to all Surfaces Prior to installation. finish Coats need only be applied to the Surfaces exposed after completion of Construction. SYSTEM NO. 27 ALUMINUM AND DISSIMILAR METAL INSULATION This SY%tem Shall be used 09 the following Items or areas: Woof match Cover. SYSTEM NO. 102 wOVD, SEMI-GLOSS This System Small be uSetl on the following items or area$: All surfaces of wood caolnet. SYSTEM NO. 110 MASONRY SCALER This system Shall be Used On the following Items or areas: All exposed exterior "sonr7 surfaces. SYSTEM NO. Ili CO'JCRETE, SEMI-GLOSS This system shall be •used on the following items or areas: Concrete Celllmg and 'ipper Concrete wall Surfaces down t0 top of brick masonry. D. PAYMENT Payment for tCe work In tnis Section will be included as part of the lump Sum bid stated in the Proposal. (See PSDS and CPAS forms following this section) 09902 10 PAINT SYSTEM DATA SHEET `r{ ..... ...... .... ..... 1 AttaChed Products' ToChnlCal Data Sheet or CPAS (it appAieaole) to this Sheet for each paint system Submittal. Paint System Number (trom spat.).......................................... Paint System Title (from spec.)......................... .................. Coatings SuPpller..................................... .................... Representative..................................................... Surface PreParation.............. ..................................... . Paint Materiel Product Name/Number Min. Costs (Generic) (Proplletary) Coverage .............. ....,.tee............ .......... ............... ........... ............... .................... ........... • ........ ....... .................... ....... .... 00902 11 CCATIKG PRF'PARATION AND APPLICATION SHEET ( r0 ne fomplet*1•oy Coating Manutacture, and Contractor) COATING MANUFACTURER Name,,,,, ...................... P ladpuarters Aadrets,,,,,,, ����"" """'•• Phone NO. ............. ..... .......... .................. . ... Area HeD............ ...... ......... COA rING 9AN ""'•"'•• Prole,, , U FACTUREH •• •••••••... Naml..................... ........ ....... ... ...... .............. . COATING ILIEN T IF CAT ID4 NAuf4cturer,s Dr0duct Name A No , .............................. Generic T ..... ... ..... .... .. S'ce and DOSCriDti0n• "' Recommended Thinner........ •••••••••••••••• •• •• ••• •••• •• , •••••• Recommended Cleaner,,,,, ....... ...... ..... COATING STI,RA(,F AND D """' ••• ••• • ••.PFPAHATI��N Shalt Storage iem0.7 (Ue9reet•F)... ..................................... .. min..... Maa.... Naterlal TemPeratUre DUrinq MiXin D[!tlrrltl.,,, p +no A DDlleatlont .'In..... Max..... Preterted,,,, 099U1 12 MATERIAL TEMPERATURE ............................................................ 40 degrees F 60 degrees r e0 degrees F 100 deg, F ........................................................... Min, Max. Mln. Max. Min, Max, Mln. Max, ........................................................... Mixing Tame ........ ........... . .................................... Sweating Time . ...... ............... .................................... Pot Life ........................................................... Special Mixing Instructions, such all Type of mixing equipment, tlen4ln4 procedure of the various components, etc, ........................................................................... . .. .. ...................... .......................... . . .................... SUPFACE CG%OITIONS Uncoated Surface ................ Steels k6coMPOnded Surface Profile ,,,.,,,mill Surface Moisture Allowed (i.e., dry, damp, condensate, ^et' etc..................................I...............I..... ....................................... ................... . Concrete, Masonry. Plaster= Recommended Surface Profile................................ Maximum Surface Moistures (percent)......................... Muodl Maximum Surface Moisture (percent).. ....................... Prevlously Coated Surface ......................... Pequlred $UrtaCe preparation when reCoated within the recommended recoat tlme (i.e., removal of surfacl Contaminants suCh as dust, overspray, etc,, including recommended method)..................... . .... ............... ............................................... U9901 11 Required cur face preparation when NOT recoated within tole reCbmmendeq recoat time (i.e., solvent ■Iping, brush-Off rlasting, etc., It solvent wiping required, fill out an lnfor*atior sheet for the solvent)................................................... ... ....................................................... .. ....... ........................................ ...........I..... .. ..... ... CCATINC APPLICATION Method of Application (state %rich One SS preferred) brush (type entl length Of bristle, etc.)... .......... .. ............ Moller (tyre entl length of nap:, type of oaCcing, etC,)............. ................................................... ................ Conventl0nal Spray (tip site air cap, nose material, and size, etc,) ....................... ............................................ Alrless Spray (pump size, tip size, tip pressure, hose mated+(, and size, etc,). ....................................................... ......... . ..... . ... .... ............................ .. .. ........ .... otrer............. . ....... .............. . Speclal Instructions ................................................................ ... ATMOSPHERIC CONDITION DURING APPLICATION Min, "tax, Preferred --------------------------- Melative Humidity (percent) .. .. ...... .... . Ambient Air Temp. (degrees F) . Surface Tamp, (degrees F. ) Effects of .Ind During Application (S.e„ anould roatlno he applied •hen wind Is blowing) It so, Is tnere a llmltatlon, and what are the offerts) ....................... ... .. ....................................... .. . . .... .. ..... ........... . ............... ......................... vvg01 14 Effects Of Moitture During Appli7700 plied In the tog or rain) It So, what are the effects) ............. ...................................................... ................................. .................................. Film Thickness .............. To Obtain ■ Dry Film ThIMIOSS of .....,,mlls per coatt Required Coverage Pate at SD► Efficiency .......SFPG Required wet Film Thickness ,,,,,,,milt Film thickness Limitations per Coat (state wet or dry): Maximum Thickness ,,,,,,,mile Minimum Thickness ,,,,,,,milt COATING CURING 09 DPy1NG LIMITA LUNS Atmospheric Conditions During Curing or Drying .............................................. Min, Max, Preferred ........................... Relative Humidity (percentage) Ambient Air Temp, (degrees F) ..........I................ Surface Temp. (dtgrees F) ....................... .... Curing or Drying Time ..................... Drying Curing Drying or ...... ...... Curirq Immersion Service Temperature Touch Handle/Traffic Recoat Min, Cure Time (Day.) ..................•____......._............................"'.............. • (Alt OT Potable Water Sewage Surface) Min. Min, Min. Max, Min, Min, ............................................................................ 40 deg. F 60 deg. F' 60 deg, F 100 deg, F 09901 15 Ettect or wind on Drying Time (I.e., .ill it hasten it, is it detrlmeital, etc.)................................................. ................................................I.................. ................................................................... EtteCt of Relative NUmidlt, on Drying Time......................... ........................................I.......................... ..................... ...... ........... .. ...............I........... ettect of Moisture w h.ie Coating is Drying or Cur Lng (is rainfall or water harmful; it $o. within what time Period)..................... .................................................. . ........... ..... COMwENTS State any corrective action (lncludin7 coating removal) for noncom- plisnce with the above conditions. Ae specific AbOUL which Condition you are referring to, and posslb)e objective means to veritV noncom- ollonce....................................... .................... ........................... ....... . ............ ....I....... ........ ......................... . ....... .................................. , SAFETY PEhUiPFMtNls List all safety measures which should be provided dUrinp APPllcation And during the drying vttlOd. he specifier (air Changes per hour, type of egUtpmeht, oereohal Pratectlon, and otherwise, etc.) PrOVioe the MSDS sheet for this Coating............................ ................................................................... .......................... ...... .. ... . .. ....... .................... ................................................................... MI SC ELLA%ECIUS PECOP4ENDATtONS UP COMMENTS .............................. ..... ................................ ........................................ .......I......... .......... ........ ... .. . .. ..........................6........................ 0940! 16 11004 VERTICAL TURBINE PUMPS ..... ........ ....... ..... A, SCOPE This section covers the work necessary for furnishing and Installing the vertical turbine Pumps, Complete. INFORMATION TO BE FURNISHED BY PUMP MANUFACTURER Prior to the bid Opening, pump manufacturers quoting equipment prices to Contractors for consideration In this project shall submit to the Engineer Complete pertOrMance Curves1 dimensional drawings showing outline dimensions, lengths, overall slfes, and welghtsl the information required by the Data Sheets at the end of this Sections end any exceptions to the Specifications. Equipment Items will be selected by the Owner at the time of award of the Contract. Construction and performance data submitted for the equipment selected will become a part of the Contract Documents as fully as it the same were completely set forth herein. All pumps furnished shall be the Productof a single manufacturer. All Information required by the Data Sheets shall be aubMlt•ed. Bids supported by incomplete Data Sheets may be considered Informal. NO egUIPMent will be Considered for approval after bid opening. DEFINITIONS • TOTAL HEAD Total head shall be the head In feet At the dlaCharge of flange minus the head In feet at the suction flange. OVERALL EFFICIENCY Overall etfiCleney shall Include motor, PUMP, conr,ecting shaft, and Piping between Suction and discharge tlangea. MANUFACTURER'S REPRESENTATIVE The Pump manufacturer Shall furnish the services of a qualified representative to Supervise the UnPOCKlnq, 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 speclfled. At Completion Of the pump installation, the ManufaCturer'S representative shall Issue certificates showings 11004 Condition Of DUMP upon unpacking at lobalte, That the handling of pump equipment was tatlsfactorY to the manufacturer. The Installation it as Specified and It 4cce0table to the Manufacturer. The *arranty or guarantee is in full efte0t wltn no qualifications or reaervatlons for one (1) year after Startup. B. MATERIALS PUMP DESCRIPTION The pumps $hall be of the vertical turhlne type conforming to AWWA E101, except as herein MOdltled, 1. DOMESTIC PUMPS No. 1 AND N0. 2 (,uarbntoed Domestic Pump No, it 200 qpm at 200 feet Performance total heads Domestic Pump No. 7% 600 gpM at 200 feet total need Pump Characteristics The pumps IhAll have their guaranteed rated Capaelty at Or Slightly to the right of the pump's highest efficiency Point, a continuously rising head-capselty curve to shutott, and a shQtotf head Of 275 feet minimum Speed 1800 rpm maxlmum Lubricatlon Water lubrlcated with accessories Pump Shaft Material 416 stainless stool Pump Bearing Materlal Bronze and rubber top Cate bearira Impellers Bronze, semi-open type Bow is cast iron 01scharge Head SuCtioN And discharge sizes as shorn, 150-hound ANSI drilled flanges, fabricated steel 'In-line" configuration, two-piece head Shaft, baseplate to fit installation Shown, taps for suction and discharge gauging, Auction barrel vent tap carrier* with Volvo Column, Steel SOhedule 40 pipe with threaded coupling& Line Shaft Matarlal 416 stainless %tell Heed Shaft Material 416 stainless steal 11004 2 Shaft Seal Bleed-off type Stufting box, PaCKed type, consisting of t■o-Cage rings and f01r rings of pacKing Mead Shaft Coupling As provided by hallow shaft motor with two-piece head Shaft Suction Bell SMooth entrance with no threads at inlet Pump *car* Can $hall be made from ASTM A53 or A106 r1pa1 can for DOMe4tiC PUMP No. 1 shall be 12-inch diameter, 1/4-inch triCK1 can for DOMestlC Pump NO. 2 $hall be 1-,-Inch diameter, 1/4-1nCn thI0K1 Can $hall be furnished with m6nUf4Cturer'4 recOMMended SP1ltter to prevent vortexino In the Can Total Length TO be arranged t0 provide Installation as required by DUMP manufacturer for proper flow CharaOterl$tics 2. FIRE P11MP3 NO. 1 AND NO. 2 Guaranteed Fire pump No. 11 3500 9Pm at 200 feet Performance total head; Fire POMP No. 2t 5000 gpm at 140 feet total head ' POPP Chiracterfstles The pumps Snell have the guaranteed 5000 90m capacity at or slightly to the right of the pump's hlgnest efficiency Point and a continuously rising Mae-capacity Curve to shutoft Speed 1800 rpm maxl*um Lubrication Water lubricated with accessories Pump Shaft vaterial 416 stainless steel Pump Bearing Material Bronze and rubber top Case bearing Iepellrrs Bronze, enclosed type Howls Cast iron Citcmarge Mead SuctlOh and 01%Ch4rge sues as shown, 150-pound ANSI drllled flanges, fabricated steel "ln-lint' configuration, b4aeplate to tit installation shown, tap$ for Suction and discharge gauging, Suction Darrel vent tap complete with valve Column, Steel Schedule 40 pipe With threaded coupling■ Line Shaft Material 416 Stainless steel 110n4 3 Mead Stott Material 416 stainless steel Shaft Seel Bleed-otf type Stutting box, paCxed typo, consisting of two-Cage rings and tour rings of packing Need Shaft Coupling As provided by solid shaft motor with solid three-piece AdJUstable cadmium- plated Coupling Suction bell Smooth entrance with no threads at inlet PUMP *Can- Can shall be wade from ASTM 453 or A106 Pipe, can for Fire Pumps shall be 30-inch diameter, 3/$-inch thlCkt can shall be furnished with manuIOCturer's recommended sputter to prevent vortexing In the can Total Length TO be arranged to provide Installation as required by pump manufacturer for proper flow characteristics DRIVE MOTORS the motors shall be designed, manufactured, and tested In accordance with the latest revised edition Of NEMA MG 1, The motors Snell conform to the followingi GENERAL DESCRIPTION Type Squirrel Cage, single-speed Horsepower As required by the driven equipment, the motor nameplate horsepower rating shall not be exceeded at any need Capacity point from Zero to maxlm�m pump output Synchronous Speed To match driven equipment Volts e60-volt Phases 3-pnase Frequency 60-HZ Mountino Vertical hollow shaft for Domestic Pumps Vertical solid shaft for Fire Pumps Service Factor 1.15 Duty cycle Contlnuous Ambient Temperature eC degrees C Rating Starting Method Full voltaoe 11004 Thrust Bearing Manufacturer's standard Lubrication Guide Bearing Manufacturer's standard Lubrication Bearing Lite (Mln.) 40,000 hours rating Sift as defined by APBMA standards Coupling Nonreverse for Domestic Pumps Solid three-plece adjustable Cadmium- plated for rlra Pumps Upthrust Upthrust protection of 30 percent Of Protection downthrust shall be provided MOTOR MODIrICATIONS AND ACCESSORIES Space heaters to prevent moisture condensation at 35 degrees r and 100 percent humidity rated 120 volts. Screens over all air openings. Steady bushings in the motor ter Domestic Pumps only. Grounding terminal in conduit box. THRUST BEARINGS Thr st bearings shall be Oil-bath lubricated or as recommended by the manufacturer and approved. The beatings rhall be so designed that their rated life with the pumps operating their guarantee points Is not less than 40,000 hours. Rated life shall be determined in accordance with the latest standards of the ArsmA. SHOP DRAWINGS Shop drawings shall be submitted in accordance with the provisions of Section GENERAL REQUIREMENTS. Shop drawings shall include descriptive Information as required to fully describe the system hardware and overall Performance and to state deviations, It any, from the SP*Clfled requirements. Shop drawings shall Include the followingt Complete Information on the equipment to be furnished. Dimensional drawings showing outline dimensions of all pump components. 11004 5 wiring diagrams and Connection instructions. Motor efficiency and power factor at full load and rated voltage. Motor no-load, starting, and full load Current At rated voltage. Full load $Peed and full load Current at 110 percent voltage. ')PEPATIHG AAD MAINTENANCE MANUALS Provide manufacturer's Catalog Information and diagrams for the preparation of operating and maintenance manuals as specified In Section GENERAL REOUIREMENT5. PAINTING The Interior and exterior Of each suction "can- Shal! be given a primer and finish Coat Of paint. Paint shall be Koppers Super Tank, or approved equal. Total dry film thickness Shall be 16 mile on interior of Can and 10 mils on exterior. All metal shall be sandblasted to Near-Whlte In accordance with SSPC-Sp 10 before painting. All submerged terrous metal parts of the PUMPS shall be given a shop Primer and finish Coat of paint. Paint Snell be Koppers Super Tank, or approved equal. Total dry film thickness shall be 10 mils. Surface Preparation before painting Shall be Near-white Sandblast (SSPC-SP 10). Furnlsh exterior of pumps and motors with manutacturer's standard prime and finish paint coats. Field palntlnd of pumps Shall Conform with Section PAINTING. C. WORKMANSHIP INSTALLATION Install the pump In accordance with the pump manufacturer's directions and these SpeCltl- tfOM6. The pump installation shall be ■l,pervlsed by a manufacturer's representative and Shall be approved by this representative prior to OperAtlnq the pump. Handle Carefully and protect the pump and Appurtenances to avoid damaging the equipment. It tKO pump and Column are laid down, support them with blocks to prevent damage. Instill PUMPS with the Snatt plumb. Level base by means of steel wedges (Steel plates and steel shims). Wedge taper $Mall not be greater than lie Inch per toot. Use double wedges to provide a level bearing surface for the pump base. Secure each Palr of wedges In their final Positions with one tack weld On each Bide after leveling is complete. ACCOmp]1sM wedging so that there Is no Change of level or $bringing On the foundation when the foundation bolts are tightened. Install the pumps o that connection may be mede to the suction and discharge headers without any springlrq or otherwise forcing either the pump or the header. Carefully fit and coat all bolt threads with lubricant to facilitate future removal. 11004 6 After the pump has been set In position and wedy0d to the Proper elevation, CaU1K the apaCe between the bottom of the pump baseplate and the concrete foundation with a dry, tamped-Sn MlXture Of sand and Cement. The mortar mlXture shall Consist of 1 part Cement and 1 parts sand with only SUfflCiet.t rater to make a dry, crumbling mass. when the mlXturt Is pressed tightly together into a 0-:11 ■lti. the hands, there should not be sufficient water In the mixture to stain the hands, and when such ball I$ broke. , It should Crumble. Tamp or rod this dry mlXture solidly Into the space oetween the machinery foundation and the concrete. The arrangement of the CO1UM., Shall be straight and vertical when the Installation Is Complete, STERILIZATION OF PUMPS Sterilize the DUMPS At the same time the adjacent piping is SterIIIXed Sterilizing M1XtUre and retention period shall be the same as sptelfie; for adjacent pipe. TESTING FACTORY TEST FOR FIRE PUMPS A factory test for fire pumps certlflea cy the pump manufacturer's test representative shall be performed on the pumps actually furnished and written notice of the Sam- •hall be furnished to the tngineer. Information required to pe vhed at the time of test is AS necessary to show Conformance t0 .1tied performance. Unless otherwise specified, tests shall Conform with AWNA 1101, No equipment shall be shipped which doe$ not COntOrM to these Specifications a$ demonstrated by the factory test. MUTUR TESTS AND TEST REPORTS Short commercial tests, including running light Current at rated voltage, high potential, and locked rotor Current. Certified Copies of test reports on actual motors being provided shall he provided Engineer for review, FIELD TEST Prior to acceptance Of the Installed pump, demonStratt proper operation Of the pump at the guarantee point and two Other points, as determined by the Engineer, 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. Furnish electrical power for the test, 11004 7 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 wl'.hout vibration In excess of the limits stated in the latest revision Of NEMA MO 1. The complete unit, consisting Of the motor and pump, connected and in normal ,. operation, shall not develop amplitudes Of vibration exCleding limits recommended by the latest edition of Hydraulics Institute Standards for pumps handling cleef, liquids. TEST FAILURES Units falling the field tests shall be realigned and retested. It pump falls 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 I■ essential and service Cannot be interrupted for an'% 'huge. D. PAYMENT Payment for furnishing and installing the pump, motor, accessories, testing, and service Of the manufacturer's erection supervisor will be made at the price for each item of equipment quoted in the Proposal as selected by the Owner. This price and payment shell constitute full compensation for turnlshing and lnstslling the equipment In satisfactory operating condition, complete, as specified. (see PUMP DATA SHEETS next page) 1100e 6 PU VERTICAL SNA►TSTURRIN[�PUM►{ DOMESTIC PUMP NO. I N c w Iz:s DUMP MANUFACTURER'S NAM[ ,.R::;:.�I:S'�iPi'..........'.:..R,:R;;W; DATE RE?....... CORP. PUMP DATA • ••••............• RPM ... ........A00 ::•i:.:::F............. .......... .. .... ............. manufacturer ,q;P,oy,.�riGKi4}.:�::..; �- M del Np. ............. .....�:iIA .......... ...... . ... .. ..... ......... ... No. or Stager . ..•.............. .... .. . .... . .. . ...... ................... . ................... ...... Nor•!nal Slte Of Bowls .. . ... . ..... .. . . ....... . .................. 44t3mum OD or Boris . ... ... . .. . . . . ...... . ........ ...... 'retail ;.en gtn Porl section , ,,,,,, . . . .. .. . ... .. . .. .. .. ..... ..... Pump Shaft Diameter .......... . . .. . .. .. ... . ... . ... .... ....... . Pump malt watlrlai ......... . . . . ...... . .. . .. .. ... ... . . ... .... N0- or Pump Bearings Pump Bear:nU Material ......... .. �..... . .. . . ... ....... .. ........... . ..... ............ ... .. DOSCrlPtlon OS Pump Pearin0■ ...... . ... . .. .. . . . . . ... . . . ...... . .... . ..... Pump Bowl Catalog %0. ... . .... . ... . .. .. . ... ...... .......... . ...... Pump BOwI Naterlal ............ . . Pump Barl Lining ............. ............... ....... ........... Impeller Type (OPen, Closed) . .. .............•.•.... . .. . ............. impeller No. Impeller Material ... .......... ... ...... . .. ... ... .............. ......... TYpw Lubrication ............... . ....... ... ............................. .............. HP Demand at Guar. P,lnt ...S,yt�O, ••. •• •••••••••••••• COLUMN SHAFT DATA ................. Column S'-e I lOna 9 n Type Column courlina ..... .. ...i�$i��.�.. . . .............. Line Shaft Sit• • ••l ••• �� � ••••••,• •. •.•••••••. . . ••.••••••••••••••• Line Shaft Insert material ... Lint Shaft Coupling Material ,,,93.... . ...... .. . . . .. •••••••••••••, No. Line Sheet Buring Spacers M "'1 ............ •• ................. Line Shaft Bearing materials . .. ............. .............. Line Shatt Bearing Description . ... . . . .. ........ .. ........ Line Shaft Bearing Spider material,..;,. ,, , ,, DISCHARGE N`AD .............. Manufacturer .. .. _. ..... .. model No. . . ........ . Guide Pea[Sng vmterlal . .... .. . . . ... . .... . .. .. .... . •.... .............. ... Guide �earing Werlcation . . .. . ... ... .. .... ................. Guido Relfing Type . . . . . .. . . . . . ............ . ........ PUMP *CAN' DATA Inner rlamtter of ran . . . . . . . . . . . .. . .. .. . . . ..... . .... .... . . . . Lengtn of Can Thickness of Can Provide olagra', of �clltter 1n ,'i,, THRUST BEARING • ManUfaCCVilr ....... ...... ..... .. . . .. . . . . . . . .... .. .. .. ... . ..... .......... 13 Menufacturtr's . ................ . ... .. .. . . . . ........ ...... ...... ...... C apaelty of Trrust Rearing ..... .... .. ..... ... . . ..... .. . . .. ... . ... ........ Mal, Total rhrust at Guar, Point ..... . .. . . . . . .. .. .. .. . .. .......... . .. ... i1o)4 10 FatlnO Llte in Hours ..........0,5}7�Q MOTOR Manutacturer .,,.,., US EM .••......•.......•..........•. MOdfl No. and Type ........... 0*6i•..` ......r.76T....................... vowinal HP ...................::::.............. ............•......... Power Factor at Guar. Point ,.A;;o 82.0 .................................. welOnt .......................4114....................................... Overall E' fictencY at GU--. point ..,,��(j,,.,@b.F� .......... Xlatet Pat1n0 Matta ..................... " ^ Max. Diameter ................�4.............�..7.............. •.....• Tn. following data are the a^tual ir••orwance enaractltistics of the pump proposed for lnstallatlon +s sPeeltl.Q, OP6PATING CHAFACIERISTICS Quantity Total Head HP Demand ov-rall GPM Feet Ftflciency ........ .......... ......... .Percent.. 0 (SHutort) ,,,, 2- .... .............. . ........................:::... SO ........ -... .............. .. .•................... t00 ..........•..............'............................ .............. .. ...•. ' ISO ...............................................r',•.�.•.,.•••....,...:�•$•.. ........... (Guar.1 .� 250 •....................... ............•.•r A:9•.• .........................::....... 1.:. 5 ...............• •.•........,...... +A..• 3,10 ............ ................................ ...........:ri:... lleee !t PUMP DATA SHEET NO. 1 VERTICAL SHAFT TURBINE PUMPS DOMESTIC PUMP No. a r,4- 1/• i:.ro PUMP MANUFACTURER'S NAME ,91R4y,y'�G(t�pY,PY.rtp.pt.;•„r2F,QGRG:W66��F,FG.Q}',•„ DATE ................... . ......19.JJFYpFY..191LL.......................... PUMP DATA PM ...........................1:�S.R:.; 14 Pole Speed) ................................. Manufacturer BVPO% oo";KSgN PYMP D16'. OF BORE;-WARNER CORPORATIG. ..................... .• Node, me. ........ 12G.9L .............. :. .................. Na, of Stages i ..................................Nominal Size of Bowls ........ ............................ M411• OD of Bowls .............:. ..... .. .................. . .............. Overall Length P,wl Section ;°;+,,, •. : .... . ... ............................. PUMP Sna. t Diameter ........:i:::1�..... .. .. ........................... Pump Sna't Material ... ........Slb.:.`'..... .. ....... ...................... N0. r JMC Bear i.^. :e ,......... ::........ .. ............................. Puri dearinp Material .........: :V>i7::R::P::R............................ Description of Pump Bearings .,,';YJ�i1Ph.................... ............. ) Pump Bowl Catalog No. .........,44.1 .......... ... ... ... . . ............... Pump Bowl Material .... ........CAST.:'J:Jih:LT.;:........................... Pump Bowl Lining .................:......... . ............................ Impeller Type (OPea, Closed) ...5�,`SI:.O.:FiH................................ Impeller No. ...................''Sp.LA%.... ... ............................ Impeller Material . ...............tkRON..ES..................................... Type Luoliration .............. EI,F :yUBE,i,ia l.................• ........................ HP Demand at Guar, Point ...... .........................................70 BHP COLUMN SwAFT DATA ................. Column Size ...... ..............'..:.:` ................................. ... 110a4 la H Type column Couplings ............AD�.................................. Lint Shaft Site ..............:.•....................................... Line Shaft Insert Material ...."VA................ ...................... Line Shaft Coupling Material .:��i.`�5.................................... No. Line Shaft Searing Spectra WA....................................... Line Shaft Bearing Materials .N.%....................................... Lint Shaft S•aring Descrlptibn WA.................................•••••• Line Shaft Bearing Spider Material ..aL►................................. DISCHARGE HEAD ..... manufacturer BYRON JACKSON FUt'�P D):.V1. '.�1'W. -WAiRN�R. ���''��R ................ Model No. .....•...............5.'S A.4.W- H............................ Guide Bearing Material ........IMM.................................... Guide Bearing Lubrication ... ..c&•44.LM-lwitPcJ.. ....................... Guide Rearing TYDt ......... ............................................. 4700 Might .............. I............................................ ........ PUMP -CAN- DATA --------------- inner Diameter of can .........14 ..................................... .. t........................................ Length of Can .................. i l' Th1CKne6e of Can ........................................................ • Provide diagram of solltter in can THRUST BEARING .............. RF MR Manufacturer ............................................... .. ........... ManUtaeturet'a No. ............ 7220 N 7217P......... . ...................... C. pacltY of Thrust Scaring .... .................... ................. maximum Total Thrust at Guar. Point ..15=04 ............. . ............... 1100e 1) Rating Life In Mouts 105120xr. ............................ Minimum Life ...................... •. ,IGTGR USEM GE Manufacturer ................... .. .............................•.....RV •..• Modal No. and Type ......a.....ml...........&3MF ...................• Menthol HP .....................i"D..................................... 96.0 80.0 Power factor at Guar. Point ........................•.................... 632• 3900 Melght .......................... •.............• •,.........a•......... Overall Efficiancy at Guar. Point „m n. 8 ..................... Maatar Rating - watts ..............?2V........Itl—Vt..................... pp.Max. Diameter ..................�i. �ilf......... l'pp Y............•......... • The following data ate the actual Perfocaancf ehafac"•ristics of the PUMP proposed for 1, s•allatlon is speelfl•d. Out •nf guantlty, head, h0raep090r, and ftl;ciency at -olnta other than the guar» 'e pOU t proposed at* not guaranteed. UPERATING CNAPA"TEP)^TICS Overall Quantity r tal woad hP Demand Efficiency ..... .......... ....... .....PM . . .......... 0,(Shutotf) ....u.2757..................A%�..............i DP...... 200 2.2 30.5 10.. ....... .................................I . ................. .... 40^ 23. ' 33.5 ... 62.5 ... ................................................ ......................... ................. ......... .I...... S00 36,0 69.0 ......................................................................... 600 0 .......... (Guar.) .......200.................�ii�•......•...,.•.73......... Tuo �1.4..............MA.... ono 142 ... 36 0 :. 7 .... .......................... .. ........ 11(i'i 14 PUMP DATA SHEET NO. 1 YEPTICAL SNAFT TURBINE PUMPS FIML PUMPS PUMP MANUrACTUMEP'S NAME „p;;fy�,y�Gx+7W.CG�P,p)}rr,�QRCVN��.1��.GGe:Q�TI DATE ............... .. .:'.: rl'{�::.�@91...... ................. .... ... PUMP DATA Rpm ManufactUrer•...... .I....... l.0A..:.............. ...... .. . ...... .. . ... .. Model No. .... . ..... .......IvBtll �... ..... . .... ... . ........... .... . .. .. .. . N0. of Stages . . ... ........................... .. ... ....... ... . .. ..... ............. .... . ......... . . . ............ .. . Nominal Site of Bowls MAXIMUM " nt b.w:a ... . . . .......... .... . ... ... .. . . .. . . . .... ....... .. Overall Len:"n Fowl eectlon ........ ... ... . . ...... .... . ... .... ... . . .. ... . . Pump Shaft 014 eto. . . . . ........ . . .... .. .... . . . ...... Pump Shaft Material ........Lt.ri........... . .... . .. . . . .......... . . . .. .. N0. Of UMP 'eearlr a . . . ....:Y�...• 11 ..... ..... . .. . . . . . ....... . . .. . ... Pump Searing Mate ,r lal .....iv. w..7440Ci...... ..... ... . . ...... ....... .. . Deee[lDtlon of Pn^D 3e4rin7s ,,;;•„ 1 .. ... ... . . .. .... . ........ Pump Bowl Catalog No, ...... ' Pump Bowl ve'erial . . . . .. . . . .. .. . .... PUMP mnwl Lining .. . . . .. . .. .. ....... .. . . . . . . ... .. .... . ................ . . ...... ...... .... . .... . . ...... Impeller TYPO (Open. Closed) ..:..: .. .. .... . . Impellwr No. ............. .... '.. . .. . . .. ........ .... ...... Impeller Material . .. . ... ......... ............ TYPO Lubrication . . .... MP Demand at Guar. Point •...... . .. . . .... . . . . . ... .. ... ........ .. ........ . COLUMN SHAFT DATA 'Olumn Site ...... .. .. . .......... ...... ..... ......... .......... 11' 4 is Type Column Couplings ... ....... ...1; ................. ... ...... ......... Line Shaft Site ........ ... . ........:1:l16: .dry... .. .... ......... .... Line Shaft Insert Material ........a��.................. ........... . . .... Line Shaft COup:ing Material ,.....:.. .... Nam, Ll a Shaft Bearing Spectra Line shaft Bearing Materials ..... .... ... ... .. . ....... .. .. ... . . . . .. . ... . . Line Shaft �earing eacription ... . .. ... ... . .. . .. ... .. . ...... .. .. Line Shaft nearing Spider Ma-erlsl . . . ..... .... . . ... . .. ... . . . . . . . DISCHAPGE MEAD Manufacturer ....... .. . ...................., ... A. .... . . �......... . ..... . Model No. ............... .. .. .. . ...... . ... . . . . ...... .. .. ....... . . . . . . . .. . Gglde Bearing Material .. ..... •••• Galde Mearing Luaricatl.n . , •• •••••••••••••• •• • Gulde Rearing T,Ge ..... .... ... . aelghL ............. .. . .. . .... . . . . .. . ... .. . . .. . .......... . .............. PUMP "CAN- DATA Inner [.Iameter of Length of an ... .. . . . . . ............ .... .................. . . .. .. . . . . . . . .... .. .. .............. .. . Tnlaxness at Can ..................... . . .... .. . . . .. . . . .... .... .. .. . . . . .. Provldt olagram of $Flitter In can • THRUST BLAPING MahUracturer ...... ... . . . .. . . .. ...... . . ... . .... .. .. . ... ...... ....... Manut..uturer's No. ....... ....... . . . . . .. . ... ......... ... .. ... .. .... . ..... . CapultY ct Thrust Bearing ............ . . . . . ............ . ........ .. . ..... Max, Total Thrust At ouar. 1o1nt ..id...,',. , . ........... .. ... .. . .. .. .... . 11004 16 Rating Life in Hours 43,900 Firs Min}m�1m �.}I............. ..........•............ w0TOP NanufactUrer ...., .0 EM Model No. and Type ...................7258 R4....................•....... • Nominal MP ..................•.......MO.Ap...•...I..................... Power Factor at Guar. Point .........g,7eA............................... welght ..............................},1((),a............................, Overall • tflClency at G,1ar. Point 1 ,,,, •' Heater Rating . watts ............... 169.:............................... wax. Diameter .......................23:1,a. ............................ The f0ll0wln9 data are the 4CtUal performance :haracterlstiCs of tree pv`0 proposed tar installation as specified. OPERATING CHAPACTER)STICS ......................... Overall .luantity Total HedO ,4 Demand Efficiency GPM Feet ti V• Ii p Percent 0 (SCUtott) ..... i�2 _n_ .......:..................... ..................... 10n0 2r,9 ... 4n 20n0 ............................:. 182 62.40. ........................................... 300^ ......... ...................1.......•......•.............................• 36n0 111 ,"s 77. 3% .•.•....... (Guar.) .........•.•......................................... 40n0 )95 239 76.8% .....•................................................................... 5000 139 246 66,Sa ............................•............................................ hn00 131. '4 7 63. 31 .................................. ........ . .............................. 11Pn1 17 ISU03 DUCTILE IRON PIPE AND CAST IRON FITTINGS ..... ....... .... .... ... .... .... ........ A. SCOPE This section covers the worK necessary for furnishing and installing the ductile Iron pipe and cast iron fittings, complete, S. MATERIALS JOINTS PIP* Joints shall be push-on joints, except where Specifically snown or detailed otherwise. Fitting Joints shall be mechanical and flanged joint ends, except where specifically shown or detailed otherwise• MECHANICAL JOINT CAST IRON FITTINGS Mechanical joint Cast Iron fittings shall be Class 250 for 4-Inch through 12-inch size and Class 150 for 14-inch through 24-inch, and Shall conform to AWWA C110 and C111. Furnish fittings complete with glands, gasKets, nuts, and bolts. Cement-mortar lining for fittings shall be same thlcKnesa specified for pipe. FLANGED CAST IRON FITTINGS Flanged Cast Iron fittings shall be Class 250 for 4-inch thrU 12-inch and Class 150 for 14-inch and larger, and Shall Conform to AWWA CIIO. The fittings shall be Cement-mortar lined to Same tnlCKn0SS specified for pipe. GASKETS G4SKet material for flanged J Ints Shall be Cloth-Inserted Sheet rubber g ASKets Conforming to AWWA C207 and ANSI 916.21. 1/e-lneh thick. The gaSKet shall be tull-cut, with holes to pass bolts. GAIKet material shall be tree from Corrosive alkali and aeld Ingredients. DUCTILE IRON PIPF. ' PUSN-ON JOINT PIPE Push-on Joint ductile Iron pipe shall be centrifugally cast of 60-42-10 Iron and shall conform to ANSI A21.51 or AWWA CI51 . Th1CKness Class Shall be 52. The pipe shall be cement-mortar lined and Seal Coated In accordance with ANSI 421.4. The PUSh-On type Joint shall be In accordance with AWWA CII1. Joint materials Sultable for the specified pipe Shea and pressures shall conform to applicable parts of Federal Specification WW-P-421 and Shall be furnished with the pipe. A nontoxic vegetable soap lubricant shall be supplied with the pipe in sufficient quantities tar installing the pipe• 15003 1 FLANGED JOINT PIPE Flanged Joint pipe shall be Centrifugally Cast of bO-42-10 Iron and Shall Conform to ANSI A21.51 or AWWA C151. Thickness class shall be 51. The pipe shall be cement-mortar lined and seal Coated In aCcordan" with ANBI A21,4. Threaded flange joints shall conform to ANSI A21,15 Or AWWA C115. POLYETHYLENE ENCASEMENT FOR DUCTILE IRON PIPE Polyethylene material, thlcKnass, and width shall Or AWWA CIOS, dOhtO[R (0 ANSI A21,5 WET TAPPING SLEEVES Dresser Style MAH 1174 with flanged Outlet for cast iron pipe, Or approved equal, FLANGED COUPLING ADAPTORS ROCKwell International Type 912, or as approved, with ductile Iron bolts and follower. MECHANICAL JOINT SOLID SLEEVE U.S. Pipe Type U-514 long solid sleeve Or approved equal, THRUST TYING MATERIALS Thrust tying materials for pipe 12-lnch and smaller shall Consist of 'thrust tie rods tied through the flanged Coupling adapter to the next flange as Shown. Rod number and size are shown. Rods shall have a minLMUM yield Strength Of 40,000 psi, shall have natural-course tnreads ' with two nuts at the and or one Belt-locking nut, and Shall be Used with Steel rod couplings, Stellar Corporation, Or equal, at the flanged Coupling adapters and flanges. Thrust tying materials for the 16-inch Pipe shall consist Of tie rods and plates, as Shown. Rods, nuts, and Couplings shall be as 6P*clfled herelnnefore. THRUST BLOCKING MATERIALS Ins materials used for Concrete for thrust blocking th' it Conform to the requirements aPOCltled In Section REINFORCED CONCRETE. The proportions and mix design Shall he SUth that the Concrete will develop a minlmcm strength Of 2,SOo PSI at 26 days, TRENCH EXCAVATION AND BACKFILL ' Specified in Section EARTHWORK, 15003 2 C. WORKMANSHIP TPENCH E%CAVATIUN AND BACKFILL Trench esoaVatlon and backtill Is Specified In Section EARTHWORK, BELT. (JOINT) HOLES At the location of each Joint, dig bell Jo;nt holes of ample dimensions in the bottom of the trench and at the sides Where necessary t0 permit the Joint to be made properly and to permit easy visual inspection of thS entire Joint, PEMOVAL JF WATER Provide and mairtaln ample means and devices at all times to removt and dispose of all eater entering the trench excavation during the process of pipe laying, HANDLING Handle the pipe so as to prevent inJUry to the Coating antl lining. Place no pipe or other material inside any other pipe at any tlmt after It has been coated, LAYING HANDLING PATEPIAL Provide and use proper Implements, tools, and facilities for the sate and proper prosecution of the WorK. Lower all pipe, fittings, and appurtenances into the trench, place by piece, by means of a crane, slings, or other Suitable tools or equipment, 1n suet a manner as to prevent damage to the pipeline materials and protective coatings and linings, 00 not drop or dump pipeline materials Into the trench. CLEANING PIPE AND FITTINGS Remove all lumps, blisters, and #%COLS coal-tat coating from the bell-and-Spigot ends of each pipe. Wire brush the outside of the spigot and the inside of the bell and Wipe clean, dry, and tree from all and grease before the pipe 1s laid, Wipe the ends of mechanical Joint Plpe and fittings and of rubber gasket Joint pipe and fittings clean of all dirt, gross#, and foreign matter, 15003 ) PLACING OF PIPE IN THE TRENCH Do not allow foreign material t0 enter the pipe while It is being Placed in the trench. After a length of pipe Is Installed 1n tna trench. $*cure pipe In Place With baCkfill material tamped under and along sides to prevent MON Xlnt. Keep ends clear Of baCKfIII. After each Section Is Jointed, place back9111 as SPeCIfled to prevent movement. _ CUTTING PIPE GENERAL Cut pipe for Inserting valves, fittings, Or Closure pieces in a neat and workmanlike Mannar without damaging the Dirt or lining and 90 as to leave a smooth end at rignt angles to the axis of the pipe. DUCTILE IRON PIPE Cut Plot with milling type cutter or saw. Do not flame cut. DPESSING CUT ENDS Dress Out end of mechanical Joint plot to remove sharp @doe$ Or Projections Which may damage the rubber gasket. Dress cut ends Of puSh-On Joint Pipe by bevellnq, as reoOMMeMded by the manufacturer. PERMISSIBLE DEFLECTIn'• AT JOINTS wherever it is necessary t0 detlact pipe from a straight line, either In the vertical Or horizontal plane, to avoid ODStructlons, or where long-radius Curves are permitted, the amount Of deflection allowed Shall not exceed the valves r0conmended by the Piro manufacturer. ALIGNMENT Plpallnt$ intended to be Straight shall not deviate from the straight lint at any Joint In excess of 1 Inch. UNSUITABLE CONDITIONS FOR LAYING PIPE DO not lay DIPS In Water Or ■hen, In the Opinion Of the Engineer, trench Condition$ are unsuitable, JOINTING PUSM-ON JOINT PIPE ANT) MECHANICAL JOINT FITTINGS Lay and Join pipe With push-on type joints In Street accordance with the manufacturer's recommendations. Provide all Special tools and devices, such at special Jack$, Chokers, and Similar Items regulred for the Installation. Lubricant for tnt pipe gaskets shall be furnished by the plpt manufacturer, and no substitutes will be permitted under any Clreumstar,ces. IS00! 4 on Mechanical Joint fittings very sllantlY with different manufacturers. Install the p4ttiCular pips furnished in Accordance with the manufacturer's recommendations. In general, the procedure Snell be As hereinafter SPICit.ed. Clean the ends of the ripe of All dirt, cud, and foreign matter by washing with water and Scrubbing with a wire brush, after which slip the gland and gasket on the plain end, It necessary, lubricate the pipe end to facilitate Sliding the gasket in place. Then guide the end of the pipe Into the boll Ot the pips previously laid. Locate the spigot Centrally in the bell, place the gasket in position., and insert the bolt$ In the holes. ' Torque ranges to be applied to bolt$ and wrench lengths which should produce the required torque when applied by the average man should of as fOII0Wa1 Diameter of Torque pangs 'mrench Bolt (In.) (Foot-Pounds) Length (In.) ........... ............. ............ 5/0 40 - 60 B 3/4 60 . 90 10 1 70 - too 12 1-1/4 90 - 120 14 than tightening Dolts, bring the liana up toward the flange evenly, maintaining approximately the Same distance between the gland and the face Of the flange At all points around CRe SOCket. Tighten all nuts progressively a little at a time. Do not over8tTeSs Dolts to compensate for poor alignment. It etteetive Sooting is not attained at the maximum torque, disassemble the J01nt and reassemble after cleaning. JOINTING FLANGED JOINT PIPE Prior to connecting flanged pipe, the faces of the flanges shall be thoroughly cleaned of all oil, grease, Ann foreign material, Tne rubber gaskets shall be checked for proper fit and thoroughly Cleaned. Care shall be taken to assure proper seating of the flanged gasket. B Oita Small be tightened so that the pressure on the gasket is unitora. Torque-limltina wrenches shall De used to ensure uniform bearing insofar as possible. It Joints leak when the hydrostatic test 1s applied, the gaskets shall be removed and reset and bolts retlghtenad. CONNECTIONS TO OUSTING WATER PIPELINES All connections to existing water plpeltnes shall be made by the Owner. All necessary trench excavation, b4CKfII1, and surface restoration Shall be performed and all necessary materials shall be supplied by the Contractor. Contractor shall furnish equipment And manpower t0 assist the Owner's crew for the Connections. The Contractor shall remove existing and temporary plugs, Concrete thrust blocking, and bloroff Assemblies Prior to the Owner making the Connection. All materials Shall De On-site prior to Owner notification t0 make the connection. Ins Connection will be made After pressure test and sterilization. 15003 5 NIPPLES Pleces Ot plain And ductile Iron pipe, Lenytn shall be field determined and the length {hall be adequate to make ConnectSOn{ t0 ezls[ln9 water pipelines as shorn, ATNCN OF POLYETHYLENE APPURTENANCES FNCASF.HENT FDR DUCTILE IRON PIPE AND The Polyethylene encasement shall be installed on all DIPS and aPDutttnanea0 suCh as flttlhg■ and valves, In dCeOrdanee with Section 5-e of ANSI 2I,5 or AHNA CSov, THRUST PROTECTION THRUST RLOCKING nn all pipelines, {edurely anchor by suitable thrust blocking, all tees. [etlUClri, plug{, CARS, and bends excee Engineer, ding S degrees, and at ether loeatlons Share unbalanced tortes exist, as directed by the The Concrete mix shall have 28.14y compressive atrengtn of than 2,500 Pounds Der Square into not less , Place blocking between toe Und13tQroed ground and the fitting t0 he anchored. The bearing surface shall be As shorn or as Calculated based On a $011 bearing load of 2000 PSI and a sail test pressure of 225 Dslg. Place the Ml a CXIng 50 that the PIPO And fitting joints will be accessible t0 repairs, unless Otherwise shown, COntOr' t0 the water Standard netall At the end 0t this section, THRVST TYING In,tdll a{ shown, Prior t0 Pressure test, all nut! shall be ChlcKltl for CSgnCnf BS a0alnst adjacent flange, HYDROSTATIC TESTS Hake pressure and leazage tests On all newly laid Pipe. Furnish all necessary equipment and material, make all required, antl conduct the test{, caps In the pipe as valved section{ of the The tests Shall be conducted between plPellne, or AS approved by the Engln.eer, The Engineer will monitor the tests, Furnish the following fquiPment and materials for the tests, Amount Descrlptlon 2 Approved graduated COntalners 2 Pressure gauges I Hydraulic tcrce Suitable nose Ord suction u Approvedmp by the rineft DSDa as teguluifed ISn01 6 Conduct the tests after the trench has been bacKtilled or partially bacKtilled w.th the joints left exposed for inspection, or when completely backt113ed, as permitted by the Engineer, where any section of pipe is provided with cOnCrate reaction blocking, do not make the pressure test Until at least S days have elapsed after the concrete thrust blocking Is installed, It high-early cement is used for the concrete thrust blOCKlnq, the time may be Cut t0 2 days. .Conduct the pressure test In the following manner, unless otherwise approved by the Englneert After the trench has been bacKtilled Or partially bacKtilled as herelnbetore specified, till the pipe with water, expelling all air during the filling. The test pressure snap. be 225 pslg. Pipe located beneath the pump station shall be pressure tested prior to pouring the floor slab. DURATION The duration Of each pressure test small be 30 minutes, unless otherwise dlrer Led by the Engineer. PROCEDURE Slowly till the piPs with water and allow to stand for 24 hours. ExPel all air from the pipe. APPLY and maintain the specified test pressure by continuous pumping it necessary for the entire test period. The test pressure shall be calculated for the point of lowest elevation, Or as specified by the Engineer. The pomp auction shall be In a barrel Or Similar device, or metered so that the amount of water required to maintain the test prcasure may be measured accurately. LEAKAGE. Leakage shall be defined as the quantity Of water necessary t0 hold the specified test pressure for the duration Of the test period. NO pipe Installation will be accepted If the leakage 10 greeter than the number of gallons par hour as determined by the following f ormulat 1/2 Nn(P) La --.----- 7e00 In the above tOrmulat L a Allowable leakage, In gallons per hour N a Number of Joints in the length Of pipe tested D e Nominal diameter of pipe. In Inches P e Average test pressure during the leakage test. In pounds per square inch gauge 15003 7 CORRECTIUN OF EXCESSIVE LEAKAGE. Should any test of pipe laid disclose leakage greater than that Allowed, locate and repair the detective Joints or pipe until the leakage Of a subsequent test is within the Specified allowance. All detected leaKS Shal, be repaired on plping that Is to remain exposed. STERILIZATION PipelineS shall be sterilisod before placing in service. Sterilizing procedures Shall conform to ANNA C601 a$ hereinafter modified or expanded and the requirements Of ar, governing agency having Jurisdiction. FLUSHING Retort sterilizing, flush all foreign matter from the pipeline. Provide hoses, temporary pipes, ditches, etc., as required to dispose of flushing water without damage to adjacent properties. Flushing Velocities shall be at least l.b fps. STERILIZING MIXTURE. Sterilizing mixture shall be a cnlorine-water solution having a tree chlorine residual of 40 to SO pPm. The sterilizing mixture shall be prepared by injecting: (1) A liquid crlorine gas-water mixture) (2) dry chlorine gas: or (3) A calcium or sodium hypoehlorite and water mixture Into the pipeline at a measured rate while fresh rate. is allowed to flow through the pipeline at a measured rate so that the chlorine-water solution IS of the Specified strength. The liquid chlorine gas-water mixture shall be applied by means of an approved solution feed chorinatino device. Dry chlorine gas shall be tad through proper devices for regulating the rate of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinatlnq dtvicq for feeding solutions Of the Chlorine gas or the gas Itself .Tuft provide means for preventing the baCKflow Of water Into Cle chlorine Cylinder. It the calcium hypoehlorite procedure is used, first mix the dry powder with water to make a thick paste, than thin to approximately A 1 percent solution (10,000 ppm Chlorine). If the sodium hypoenlorite procedure is used, dilute the liquid with water to ' obtain a 1 percent Solution. The followlhq proportions of hypoehlorite to water will be requlredt Product Quantity water ....... ........ ..... Calcium Hypoehlorite (1) (65 - 10 percent Cl) 1 In 7.5 gal. Sodium MypOchlorite (2) (5.25 percent Cl) 1 gai. 4.25 gal. 1500f A (1) Comparable to Commercial products known as HTH, Perchloron, and PSttChIOr, (1) Known as liquid laundry bleach, Clorox, PUrex, etc, POINT OF APPLICATION Inject the chlorine mixture Into the plpellne to be treated at the beginning of trio line through a Corporation stop or suitable tap in the top of the pipeline. Water from the existing system or other approved source shell be Controlled so as to flow slowly into the newly laid Pipeline during the application of Chlorine. The rate of Chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the Combined mixture shall Contain 40 to 50 ppm of free available Chlorine. Valves shall be manipulated so that the strong Chlorine solution in the line being treated will not flow back Into the line supplying the water, Use Check valves It necessary, RETENTION PERIOD Treated water shall be retained In the pipeline long enough to destroy all nOnapore-forming bacteria. With proper Slushing and the specified solution strength, 24 hours Is adequate. At the end of the 74-hour period, the sterilizing mixture shall have a strength of At least 10 ppm of Chlorine. Operate all valves, hydrants, and other appurtenahges during ' sterlllxatlon to assure that the sterilizing mixture Sa dispersed Into all parts Of the line, including dead ends, new serVICes, and Similar areas that otherwise may not receive the treated water. Do not place COPCentrated quantities of Commercial sterilizers In the line before it is filled with water, After Chlorination, flush the water rrOm the line until the water through the line IS equal ChamLCSIIY and bacteriologically to the permanent source of supply, BACTERIOLOGICAL TESTS Contorro to requirements of State Health Department, DISPOSAL OF STERILIZING WATER Dispose of sterilizing water In an approved manner, Do not olio• sterilizing water t0 flow Into a waterway without adequate dilution or other satisfactory method of reducing Chlorine concentrations to A safe level. 15003 9 D. PAYMENT Payment for the work 1n this SeCtIon will be 1nCluded as part :f the lumP Sum old amount Stated 1n the Proposal. 15003 10 CONCRETE @LOCKING 5404 MOCLDIIRE • yiy F _ rap r�•.•r wr..« • M� ti� x.r.•� a rrro.rrar `:•rY•..N�`rW rl�•r Wx Y r r� r•r•... « Iax) 1 tier +��•�.r~..u`x.:wnw�lr •.i . rY gym.e�Y W r Y•r Wyr.:.r.la Y.I n .rr .w... n 1•ax�I _ r Y•••n W'••wulYY N Irax I •YN•••.wr•..W. w. 14 • war �IW •V Y . .r w•p's rr � ,. WI NYYI T nE r+• KRe Eo•Mllo •...•'�xNu _ '•� FIGURE � 4 ww Y.a.Y M1•rl n•r•1\'.��••r r.�n x •1 Y.r.•r.r• ...ru yN r WE PER CDNq NRP" M1 Iff 6 am,( 1E, 1 Yr. n wxr...u.Ne.�- " --• Q Y•r1 rMOSI p RAIr w 1 E ,....w,w r M1..,Nr hl. lu•c TALE I r 1 Y«'.•r r�•�{«rr•r•IN N 1.1\'M•M1••••nN'•.OIIY .• w •eaT .hrY•41.1 Nxr .'n w+•« qn rinY•r ..N •u. ,I ) �Y AY Iw N•I NY Nn ' rwr.r Yryrr�W NNn• 1 1Y I,�M .w I.IA ! Y �'Ew•I::i o ,r.N,r..nr.. _ n Lr1 —len Lo. _ W rN w�wwu, r•u.wuwnr�u Y AI 1._w WIY Llx 1.{N �,w u�r urw Pw' f r, ryw N,w uJr _{IY LW I Y'Ylt V IA 1•.w T.0 W.w —'a i,111 xIW+YI•�I.M« r) 11.1Y .M I I.W II. Yx w�rrrr�•�nr•IN,r •,n/'1•I.N r� I N, Y.AI •{.In n.W .A I.W Y 1�rx I 'r�'n vr•.r••r w a�.a r r� W YI Y,w Y.Y1 Y.w �•.H fiN •r.xll.w lwWr Y n•ar•1•f . I Nw rr W r.\Nr Y`•.`• Ir 11.}I AAr W M N.Ir M«•` LIY� w r rN M+ 'r• 1•awn�r r'urMw�nu N Y Y.W r.r1 M.IY n.w 0.W r Y 41 _N_ IY n.N III.M r.lY A.wRA .IY rr•Y•r�1,W.r•N ry yNY.M I.Y wa•r Na•• YnaY rxa«I )rr� r w r,M 11 Il.w nw N,. u W a•n rrw�•rw��r.r ICI N w ri.•I TARE E '•.«'Yr r�hwrt\.w 1�1•Yx•.r a,� YN Y•r,y r•Y N ww x '•a UI� { t• irW W i.r,•rY M1Mr�..r rr Y rr•YN M .w 11•wr .nu.iaR4yr� r r N• I.r� w Iww aY YY YJLY.1_ r�.w rl..r«..0 Nr hl. u• � Lw �...r.a�.«..\a.,r«•r Lau.I row •.\.\`I.I•I.nw w,��+u�1=.Y1n�rrY urun• I.N a• •rl.lrr Nl.ww •.a rlwr•�ruur ua,��NNwW� •N r N.w.r WATER STANDARD DETAIL CITY OF RENTON DEPARTMENT OF PUBLIC WORKS wa•n. +n 15160 VALVES AND fLOWMETEPS ..... ...... ... .......... 4. SCOPE This section covert the work necessary for furnishing and installing the valves and flolatters, Complete. B. MATEPIALS WAFEP CHFCK VALVES Water check Valves shall be Series D as nanufaCCUrtd by Prince Valve, Inc., Norman, OK, and distributtd by Unit Process Co., Kirkland, WA, or as approved. Valves shall have ductile Iron body, Buha-N Seat, 10-8 stainless steel clapper, shaft, and shaft arm, end bronze bushings, 150-pound ANSI bolt Circle. Provide lever arm with W istahle counterweight and dashpot assembly for horizontal instailation. Provide sheet metal guard for lever arm. ABOVE-GROUND GATE VA1,VES 4-INCH AND LARGER Valves Snail be iron body, bronze-mounted, dOUble-d1aC, parallel seat, NRS valves with 0-ring seals. The valves shall have handwheel operators. Each valve shall open by turning Counterclockwise (left). Valve ends shall be as shown for the connection, valves shall Conform t� AWWA CSOO. Valves shall be Mueller, or equal. Palntinq shall be manufacturer's standard, BURIED GATE VALVES 4-INCH AND LARGER Valves shall be Iron body, bronze-wounted, double-diac. parallel seat, NRS valves with O-ring seals. The valves shall have 4-inch square wrthch nuts. Each Valve shal. open by tu[nlrq COuntetC.Ockwise (left). Valve ands shall be as shown for the connection. Valvts shall Conform to AWWA C500. Valves shall be Mueller, or equal. Corrosion protection Shall be manufacturer's standard. EXTENSION STEMS Extension stems Shall be Installed at burled valve locations. Extension stems snail bring the operating nut to within 6 inches of the groun❑ 1OVel. Hot-dip galvanize extension stems aftet fabrication. BUTTERFLY VALVES ' ButtertlY Valves shall Comply in all respects with the physical and performance requlreaents of AWWA C5O4, snort body type, All valves shall be Class 150E and Sized as thorn. Manufacturers requesting approval shall furnish an affidavit stating this compliance and Sndicatinq the m4ttrl4l Oct SOns which art to be furnished. Short body valve Installation shall Ue as shown. Operators shall be factory Installed and Piped. Valve Components shall withstand the environmental Conditions In contact, and provide continuous trouble-free service. 15160 1 Operators shall comply with ANNA C504 .itr r.andwheflS. Operators shall be capable of deve aping torques listed In table I of ANNA C504 for Class 150B. All valves shall be furnlsheo with manual operators. Operator components shall Withstand an lnrut torque of SOU toot-pounds at the extreme operator position without damage, PUMP CUNTROL VALVES The pump control valves shall be pilot Controlled, diaphragm-actuated, single stated, composition disc, hydraulically operated globe type valves, Sizes As shown, ValVO, Shall bf Suitablt for 150 pal worKing .. pressure, Opening and Closing speed shall be adjustable on all valves. Control of Valve operation shall be by means of an externally MOUnted, tour-way so`.enold pilot valve. Self-cleaning strainers shall be used to protect the control system. Valve position Indicators shall be provided. ChecK valves in the con -ol system shall be of the diaphragm type. Valve shall utilize line pr ure for operation.. A limit switch with SPOT contacts rated for S amps at 120 volts shall be provided and installed to be adjustable Over entire valve travel. Valve shall be equipped with a built-in lift type CheCK reature to prevent reverse flow and it shall cpfr4tO independently of the solenoid control. FIRE PUMP CONTROL VALVES Shall be Clayton 60G•01 booster pump control valves. Class 125, ANSI 816.1 flanged, as manufactured by Cla-Val Co., Newport Peach, CA. DOMESTIC PUMP CONTROL VALVES Shall be Clayton 6OG-11 booster pump control valves, Class 125, ANSI B16.1 flanged, with pressure educing feature for adjustable pressure setting from IS to 75 psi, and stainless steel main valve trim, as manufactured by CIA-Val CO., Newport Basch, CA. PRESSURF. RELIEF VALVE Pressure relief valve shall be a hydrau11C411v operated, pilot controlled, diaphragm type with rapid Opening and adjustable Closing speed&, The pilot control shall be a direct-acting, adjustable, spring-loaded, diaphragm valve designed to permit flow when Controlling Pressure exceeds spring setting. Pressure Setting shall be adJustable from 20 to 200 psi. The valve shall he equipped with indicator. The pilot control system shall operate such that as excess ilne pressure Is dissipated, the main valve shall gradually Close to a positive. , drip-tight seating. The pressure rellet valve shall be 4-inch size, Class 115, ANSI 816.1 flanged, Claytnn No. 5OG-01, pilot COntrC led valve, as manufactured by the Cla-Val Company, Newport Beach, L... IS160 2 F'LUWMETERS Flormeters shall be Sperling Vertl-Flow Meters (dornflow) as manufactured by the Envlro-Tech Corporaticn, E1 Monte, CA. The meter needs shall be furnished with siX-digit straight reading totalizer In gallons and With rate-of-flow Indicating dial reading in gpm and shall be suitable for Mounting transmitters Specified in Section ELECTRICAL. Tte meters Shall provide a flow range of 50 to 400 gpm for Domestic PUMP No. I and 90 to 900 gpm for Domestic Pump No. 2 with an accuracy of 2 percent of the true flow. The pipes and teat In which the meters ' will be Moun ad shall be furnished by the Contractor. The pipes shall be a- and 6-indh ductile Iron flanged joint pipe conforming to ANNA CISI and cement-mortar lined in accordance with ANSI A21.4. The meters shall be factory tested by the meter supplier and Certified cellbratlon data shall r• Submitted to the Engineer. BOLTS, GASKETS, GLANDS, NUTS Bolts, gaskets, glands, nuts, and miscellaneous accessories required to Install all special valves are to be furnished. Bolts for flanged Connections stall be galvanized steel With American Standard regular unfinished square or he- heads. Nuts Snell be galvanized steel With American Standard regula. hexagonal dimensions. Gaskets for flanged connections 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 circle. C. WORKMANSHIP GENERAL before Installation, carefully Clean valves Of all foreign material, adjust stuffing boxes, and Irspect valves in open and closed positions. Install valves In accordance with the applicable portions Of these Specifications. Unless otherwise indicated, Install Valves With the stem vertical. Mount horizontal valves in Such a manner that adequate Clearance is pr^vided for operation. Installation practices shall conform to manufacturer's recommendations. Prior to Inst-llir.g flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert the gasket and tlghten the nuts progressively and uniformly. If flanges leek under pressure, loosen the nuts, reseat or replace the gasket, retighten the nuts, and retest the joint. Joints must be watertight at test pressures before acceptance. TMOrCugnly clean threads of threaded flanged joints by wire Crushing, Swabbing, Or other approved methods. Apply approved joint compound to threads prior to making joint, Joints Shall be watertight at test Pressures before acceptance. 15160 3 PAIPT ING Equipment shall be painted manufac•urer's standard. Field painting shall be in accordance with Section PAINTING. OPEPATING AND MAINTENANCE MANUALS As specified In Section GENERAL RE.OUIPEMENTS. CONTROL VALVES AND FLOw4ETERS The equipment shall be Installed In accordance with the manufacturer's recommendations and as directed by the Enginear. A factory representative shall !nspect the installation prior to startup ano shall make the necessary adjustments to t-e equipment for SatlSt %Ctory ' operation, The representative shall also be responsible for instructing the Owner's personnel In th• operation and maintenance of the equipment, TESTING Valves will be tested at the same time that trio adjacent pipeline is tested. Joints shall show no visible leaKage under test. Pepafr Joints that show signs of leakage Prior t0 final acceptance. It there are any special parts of control systems or operators that might he damaged by the pipeline test. they Snell be Properly protected, The Contractor will be held responsible for any oamage caused by the testing, STEPILIZAT/ON , Sterilize valves at the same time the Pipelines to which they are attached are sterilized, U. PAYMENT Payment for the work In this section will no ineluded as part of the l Ump Sum bid amount stated in the Proposal. 15160 4 15260 VENTILATING SYSTEM ..... ...... A. SCOPE This section covers the work necessary for the ventilating system, complete. B. MATFRIALS GENERAL Submit Catalog Information for all equipment to be Installed regardless Of whether or not it is the tame manUtarturer listed In the Specification. Where specific manUfaCtdrers' equipment Is listed, It Ss only to establish the type, quality, and Configuration required, Other manutecturer6 wll.. be Considered In accordance with the procedure Oe1Crlbed in the SUPP'VAENTARY CONDITIOWS. ROUF-MOUNTED CENTRIFUGAL EXHAUST FAN FaC Sh..l be Suitable for curb mounting with multileaf gravity back draft damper within the curb. Site of curb shall be as shown. Provide a hinged base bird screen, fiberglass root eXnaUst hood, and motor separator plate. V-belt drive shall be furnished with an ad]UStable drive pulley. PUOber-in-shear vibration IAOIGtOrs ,.call carry the entire rotating assembly. Motor shall have integral selt-resetting Overload protection and a safety disconnect ■witch mounted on the tan Unit. Provide tan with a 5-toot long electrical 480-volt• 3-phase Cord and outlet plug. AMCA Class I certified performance Shall be as fellows: 4600 cfm at 1/0-inch of water static pressure, 2400 fpm maximum tan tip speed, 1.5 hp, 490-volt, 60-Hi, 3-phase, 1750 rpm motor, Fan Shall be Pace CPE-20F with Skycap (root exhaust hood) to suit tan, Hood Color Shall be Pact Buckskin Tan 1145. Fan motor Control sheli be provided under Section ELECTRICAL, AIR INTAKE 4000 Hood shall be similar to Pace Skycap unit specified for exhaust fan. Configuration and Color shall match exhaust tan housing as specified herelnbetere. Hood Shall be equipped with bird screen. Sire Of hood shall be for mounting on Curb as shown. 15260 1 m OT(IRIZED DAMPFR American darming and Ventilating, Inc., Model VC-20, volume Control damper, dlmenslrled as shown. Furnish with stainless steel frames, blades, axles, a..d linkage. Furnish motor wired as a C0MPlete unit and factory mounted for OPen-close Operation, MdtOr shall be 120-101t, 60-Mi, single-phsst, Provide damper with 5-toot long electrical 120-volt, single-phase Cord and outlet plug. Damper motor Control shall be provided under Section ELECTRICAL. C. OORKMANSNIP GENERAL Install equipment as shown and parallel with building lines, Electrical wiring will be provided under Section ELECTRICAL, All sheet metalwork shall be done by qualified, experienced mechanics as $Pacified herein and In accordance with tht requirements of the American Society of Seating, Ratrigeratina, and Air Conditioning Engineers, The motorlted damper shall Oa mounted as shown and direct the airstream toward the motor Control center, Motor building, Snell be mounteM on Inside of CLEANING. STARTING, AND ADJUSTING belt-drive tensions and allgnments shall oe Checked. All motors and bearings shall be lubricated In accordance -1Lh the manufacturer's service manuals prior to equipment startup. Provide a lubrication schedule for every Item of equipment turnisned under this section. The schedule shall Include the type of lubrIcAnt and the application frenuency. Furnish and MAKe all drive and belt cnanaes on motors or tans that are required to adjust equipment t0 the specltieo conditions. Provide written notice to All air-handlTnt unit manutacturers if any drive or belt changes were made. D. PAYMENT Payment for the work In this section will be Included as part at the LUMP sum bid. - 152b0 t 15e00 PLUMPING AND MiSCELLANECUS PIPING SYSTEMS ..... ........ ... ...... ....... A. SCOPE This section covers trio cork necessary to furnish and Install, conplete, the plumbing and Miscellaneous piping systems. SUBMITTALS DURING CONSTRUCTION • Submittals during construction shall be made In accordance with Division 1, GENERAL REQUIREMENTS. B. MATERIALS The use of a manufacturer's name and model or catalog number Is for the purpose of establishing the standard of quality and general configuration desired only. Products of of Mr manufacturers will be Considered in accordance with the GENERAL CONDITIONS. DRAINS FLOOR DRAIN J. P. Smith Figure 3510-11 with galvanized body, grate, and funnel. funnel Shall be 4-inch diameter, with outlet %&Me size as the connecting line. Hub DRAIN Pell and Of Cast Iron $011 pipe cast 1 Inches clear of floor. HOSE. VALVL Crane No. 58, 3/4-ihCh e12e, with atmospheric vacuum breaker. WALL HYDRANT JOSAm Series 71000, J. R. Smith Figure 5510, or equal, bronze nonfreeze DOX type wall hydrant with Chrome-plated face, Integral vacuum breaker. bronze Casing, T-nandle key, and 3/e-Inch Inlet and nose connection. PIPING SYSTEMS Pipe and fittings shall be cast Iron s011 Pipe, service weight, with 'no-hub" ends. Joints shall Consist Of a neoprene sealing sleeve held 1n place by an AISI Series 300 Stainless steel Shield and Clamp assembly. System Shall Conform to CISPi 301-72. Size an shown. 15e00 1 POTABLE WATEP PIPING Water piping Inside buildings, above floor, shall be Type L herd copper, ASTM 5 68 with commercially Pure wroUgnt Copper solder Joint flttlmG-, Make Joints with 95-5 wire solder, ASTM B 32, Grade TA, Si-e as shown, PIPE HANGERS AND SUPPORTS As shown on the Drawings, GATE VALVES Gate valves 3 inches and smaller shall be 200-pound WOG, with bronze body and nonrising stem, Crane No, 430, or equal, PRESSURE GAUGES PrOasUre gauges shall have 0 to 200 p519 renge, 3-1/2-inch dial, and 1/4-Inch bottom male connection. Gauges shall be NarshalltOwn Figure No. 83, Or equal, Provide each oresS,. re uau;e with a bronze gadge COOK, Crane No. 744, or equal, WATER HOSE:3 Provide two 50-toot lengths of 3/4-Inch 10 Getas Rubber company, 35B rubber water hose, provide with 3/4-I1ch brass male and female hose Couplings to fit nOZZIO hereinafter snecitie0, ,- HOSE: NOZZLES Provide two heavy-duty noZZlas with 3/4-InCn nose thread inlet, Painbird ho, B-56, or equal, r IPF EXTINGUISHER Provide one 10-pound dry Chemical ektlnqulshet suitable for Class A, P, And C fires, w, D. Allen NO. 7140-10, or equal. Furnish complete with wall brackets for exposed mounting and Suitable anChorage for masonry. Mount Where directed by the Engineer, C. WORKMANSHIP GF.NFPAL Install all Piping, equipment, and ecceSSorleS In strict accordance with the Plumbing laws, rules, and reguldtlons Of the state and Of the City, whichever represents the higher standard. All work shell be approved by the state and city plumbing Inspector. 15400 2 Drawings do not attempt to show exact details of all piping, and no extra payment will be allowed for obstruction by work of Other trades or local obstructions to the work under this Contract which require offsets. Where diagrams have been made to Show piping connections, the Contractor is Cautioned that these diagrams must not be used for obtaining material quantities. Changes in location of equipment or piping, advisable in the opinion of the Contractor. Snell be Submitted to the Engineer for approval before proceeding with the work. All _ measurements and dimensions shall be verified at the site. All equipment shall be adjusted and left in a condition satisfactory to tht Engineer. All control valves, pump gland drains, and other appurtenances having water effluent Shall be piped to nearest floor drain with copper tubini. EQUIPMENT REVIEW Within 30 days after award Of the Contract to the successful bidder, the Contractor shall submit to the Engineer for review a complete list of the equipment he proposes to install. The Engineer reserveS the right to refuse to accept at the jobsite any material pertinent to the project until review of Said list is completed. WATER PIPING Water piping systems shall be flushed clean of all Internal debris, faucet aerators cleanede and all plumbing fixture valves adjusted for manufacturer's recommended flow. No water piping shall be run immediately over or within a 3-toot plan view clearance of any electrical panel or motor starter, or mechanical mounting panel. Where piping must be located in these zones, Install piping Inside a PVC conduit Or shield the electrical device to prevent water access to electrical equipment. CLIPPER TUNING Cut tubing square and remove burrs. Clean both Inside of fittings and outside of LUbings with steel wool and murlatic acid before sweating. Prevent annealing of flttingr and nard-drawn tubing when making Connections. Mitering of joints for elbow's, and notching Of Stralyht runs of pipe for tees, will not at permitted. PIPE TESTING WATER ' Piping shall be tasted at the same time and pressure that the adjacent pipeline It tested. joints Shall Show no visible leakage under test. Repair joints that snow signs of leakage prior to final acceptance. If there art any special part& of control systems or operators that might be damaged by the pipeline test, they Snell be properly protected. The Contractor will be held responsible for any damage Caused by the tasting. 15000 3 hRAIN Test drain piping In accordance ritn governing P1Umbing Code. STERILIZATION Sterilize piping at the same time the pipelines to which they are attached are sterilized. 0. PAYMENT Payment for the worK in this section will be ineloded as part Or the lump sum bid amount stated In ;he Proposal. 15{0V 4 16001 ELECTRICAL ..... .......... A. SCOPE GENE RAL This section Covers in* work necessary for the Complete power, lighting, and control systems, furnish materials, labor, and equipment In accordance with these Specifications, Lyle accompanying Drawings, and the directions of the Engineer. WORK PROVIDED OUTSIDE THIS CONTRACT Power Company metering facilities, except as indicated. Transformers supplying main eiectrlCal service to the facility, MATERIALS CONNECTED, BUT FURNISHED AND INSTALLED UNDER OTHER SECTIONS Exhaust tans, Motors. Motor heaters, Motor thermal protectors, Flormeters. Sulehold operated valves, MATERIALS INSTALLED AND CONNECTED, BUT FURNISHED UNDER OTHER SECTIONS Motor thermal protector operating relay, B. GENERAL SITE INSPECTION Prior to &0bmltting a bid, visit the prolPCt. ascertain Conditions affeCting the proposed work, and make allowance as to the Cost thereof, RESPONSIBILITY Be responsible tort Complete systems in accordance with the intent of these Contract Documents. 16001 1 0 Referring t0 all or the Drawings and Sreritleations, and Shop drawings for other traaes for details of facility equipment and COnSCruCtfo❑ which affect the worK coveted under this stctlOn. Coordinating electrical work with uvrer and WOrK Of other trades to •Vold Conflicts, errors, delays, and unnecessary Interference with operation of the Plant during construction. Checking the approximett locations Or light fixtgres, electrical , outlets, equipment, and other electrical system Components shown on Drawings for Conflicts with openings, structural members, and ' Components of other systems and equipment having fixed locations. In the event of Conflicts, consult the Enginttr. The Engineer's dtclston shall govern. Make necessary oranges At no cost to Owner. Installing materials and equipment in a worKmanllke manner Installing caterials and equipment in strict accordance with manufacturer'$ recommendations, unless Otherwise specified or directed by the Engineer. Furnisning and Installing all Incidental items net specifically shown or SPeolfled which are required by good practice to provide the complete systems specified herein. INTFNI OF DRAWINGS Drawings are partly diagrammatic and are intendeO to show Circuiting and Switching details which $hall be exaetl!' as shown, r.xact conduit locations art not shown unless so indicated or Specifically dlmensionti. On*-line end r .ser diagram$ are schematic and do not Snow Physical arrangement of equipment. DEPARTURES FROM DRAWINGS Submit, In writing, to the Engineer for review, details of any necessary Proposed departures from these ,ontract Documents, and the reasons therefor, as soon as practicable and within 30 days after tr.t award of the Contract. Make no Such departures without the Prior written approval of the Engineer. EQUIPMENT AND MATERI4L SUBMITTALS PUST`CONTPACT AWARD Within 30 CSltnder days of Contract award, provide manufacturer'& ' Complete descriptive Information for the Items of material, equipment, and system$ listed hereinafter. Submit all data at One time in ring binder. 16001 2 Provide shop drawings. literature, and requested samples shoeing stem proposed for use, size, dimensions. CapOClty, special features required. %ChematlC (elementary) Control diagrams. equipment scnadules, rough-in, etc., as required by the Engineer for Complete CheCK and for Installation, Use NEMA device designations and symbols for all eleCtrIC Circuit diagrams submitted, Make Content Of schematic (elementary) Connection Or Interconnection diagrams In accordance with the latest edition of NEMA ICS. Contractor shall CheCK submittals for number of cop!ss, adequate Identification, Correctness end compl:ance rith Drawings and Specifications, and Initial all copies, Reviss, Change, and/or resubmit all submittal Information until aeeePbble to the Engineer. Obtain Engineer's acceptance before Commencement of fabrication Or installation of any materials or equipment, Review Of submittal Information by the Fnginee[ shall not relieve the COntrarto• from responsibility for deviations from Drawings and Specifications, unless he has in writing at time of ibmissien requested and received written approval from the Eng Leer for specific deviations. Review of submittal information shall not relieve the Contractor from responsibility for errors and omissions In shop drawings or literature. Provide six copies of submittal information for distribution after review to the Engineer. Furnish submitta! Information on tollowing items, Motor controls Outline and %Cnem,tlC (elementary) drawings, deacrlptive intormation, and eompone,.[ schedule. Control systems Interconnection diagrams for all major equipment and remote pilot devices all in accordance vith NEMA ICS, Special control panels Outline and schematic telemantary) drawings, descriptive Information, and Component schedule. Flow transmitters. Frequency current converter. Electric unit heaters, Thermostats. Pressure switches, INSPECTION All materials and workmanship subject , INSPICtion at any time by the Engineer or nls representatives, Corr ' any worK or materiels not in accordance with these Contract Document_ :r found to he deficient or detective In a manner satisfactory to the Engineer At no additional Cost to the Owner, 16001 1 :ODES, PERMITS, AND REGULATIONS Unless OCherwlse Specified, do all wOrK and install materials and equipment In full accordance with t,.e latest applicable rules, regulations, requirements, and specificatlins of the followinis Local laws and Ordinances. State and Federal laws. f.ational Electrical Code. State Flre Marshal. Conflicts, it any, that may exist between the above items Will be resolved at the discretion of the Engineer. wherever the requirements Of the SPeCSflCALlons or Drawings exceed those of the Stems above, the requirements of the Specifications or Drawings shall govern.. Obtain all permits and pay all fees requlred by any governmental agency having Jurisdiction over the wbrK. Arrange all inspections required by these agencies. INSTPUCTIO% BOOKS Provide In accordance with the GF.NPRAL CU..DITIONS six sets of herd-batKed ring binders containing: Operation, maintenance, and renewal parts information for all equipment furnished under this section. Set of complete as-approved Information herein required to be submitted for review tollowing Contract award, As-built electric Circuit and equipment drawings. List for all equipment suppliers of Current names, addresses, and telephone numbers of those who should be contacted for service, Information, and assistance. As-built Contract Drawings mar<ed with red indelible pencil to Show all departures from original Crrwings, underground cable, conduit, or duct runs dimensioned trom established building 1' nes, and all ' electrical work revisions. Prepare by Obtaining new, clean sets of Contract Drawings from Engineer and Pay ell Cpets for same. All test results. 16001 4 All material to be clean and tiled under dividers with heading in accordance with specification Item title. Sutr.it material to Lnglneer for approval prior to delivery to Owner. McKe additions Or Changes as regvlred by the Engineer. C. MATERIALS GENERAL. Unless otherwise Indicated, provide all first-quality, new materials, free from any detects, In first-class condition. and suitable ter the space provided. Provide materle`s approved by UL wherever standards nave been established by that ApwnCy. Where two or more units of the fame Class of material or equipment are required, provide products of a single manufacturer. Component parts of materials or equipment need not be products of the same manufacturer. STANDARD pPnDUCTS Unless otherwise Indicated, provide materials and equipment which are the standard products of manufacturers reeula�ly engaged In the production of Such materials and equipment. Provide the manutacturer's latest standard design that conforms to tress SpecltlCetlOns. EQUIPMENT FINISH Electrical equipment may he Installed w1Ln manufacturer's standard finish and Color, esCept where specific color, finish, or choice Is Indicated, It the manufacturer has no standard Color, equipment shall be Painted ANSI 61, light gray. TYPE. The materials used shall be as tollOws7 CONDUIT, RIGID STEEL, ZINC-CUATE0 Rigid steel conduit, Including coupling3, elbows, and nipples shall of galvanized by hot-dipping, electroplating, sherardlzing, Or metallizing process, and shall meet the requirements of ANSI CR0.1, UL, and the NEC. Use only threaded couplings, elbows, and nipples. TUBING, ELECTRICAL METALLIC (FMT) ' Electrical metalllC tubing, lncluding Couplings and elbows, shall meet the requirements of ANSI C90.1, UL. and the NEC. Use only compression type elbows, Connectors, slid nipples. 16001 S CONDUIT, RIGID PVC Rigid polyvinyl chloride (PVC) conduit snail be Schedule 40, UL listed for Concrete encased, direct uurlsl underground, and exposed use. Rigid PVC Conduit, SnCludlnq coc611ngs, elbows, and nipples, Shall conform tc the requirements of the latest edition of NEM4 TC 2, NEC, Federal SP*Clfleatlon A-C-1094, and snail meet applicable ASTM test requirements for the intended Use. Conduit shall be rated for use with 90 degrees C Conductors. CONDUIT, FLEXIBLE All flexible conduit shall be moisture root flexible steel, Polyvinyl Chloride 1ACKeted type, Ul approved, with continuous Copper ground path in the tlexihle steel tube, and shall be American Brass Sealtlte Flexible Conduit, Or equ4l. CONDUIT FITTINGS, METALLIC Metallic Conduit fittings shall oe of the type indicated or requlred for the anticipated purpose, and snail loot applicable requlrements of ANSI C80.4, UL, NEC, and NEMA F4 1 . CONDUIT FITTINGS, PVC PVC conduit fittings shall be of the type indicated or required for the anticipated purpose and Shall meet tie requirements of NEMA TC 1, Federal SpeclflCatlon W-C-104, UL. and NEC. CONDUCTORS CONDUCTORS 600 VOLTS AND LL55 COndOCt Ors in racew4ys, dUCt$, and CaOleS Shall be copper with the type of Insulation specified. Conductors. Including Insulation, eabllnC, jaCket, tiller, shielding, Covering, and testing, shall meet all applicable requirements of IPCEA 5-19-61 and S-61-402, the NFC, and UL. COMuUCCOr alses Shall be not 1059 tnan those shown, Conductors No. 8 4WG or larger Snail De stranded. Conductors No. 6 AWG to No. I AWG shall have Insulation of a hest- and moisture-retlatant Grade TBW. Conductors No. 1/0 AWG and larger snail have lr$UlatlOn Of a heat- end mClSture-resistant Grade XMNW. Conductors smaller than No, 0 A*G shall have thermoplastic Insulation Type TO, and shall De factory color coded with separate Color for each phase and neutral used consistently throughout the system. 1600) 6 1 0 EQUIPMENT GROUNDING CONDUCTORS Conductors for equipment groundin7 shall be stranded Copper. Conductors shall have green Type Tw insulation with a minimum thlCKness of 2/64 inch. OUTLETS Each Outlet in the wiring or raceway syst.tm shall b♦ provided with an outlet box to suit the Conditions encountered and Shall be Of the ' mstallic type unless otherwise Indicated or approved. Boxes shall be 945kettd Cast metal type having threaded nuts In the following IOCatlon(t)l Exposed on Interior walls up to t feet above floors and Wa1KWAys. JUNCTION AND PULL BOXES Junction and pull boxes of the requlred type and site shall be provlded where needed or Indicated. weatherproof boxes shall be 94SXeted Cast steel type With Conduit hubs. DEVICE PLAIES Provide one-piece device plates of ivory plastic, Unless otherwise specified. SCreW6 shall be of metal with cc•)ntersunK needs and color to match the finish of the plate. Where Shown, Plates shall be engraved with the letters, numbers, Or characters as designated. Such letters, numbers, Or characters shall be 1/4-Inch nigh with tiller of black Color. Rtttrencti Sierra StOCK-marked wall plates. Sierra Electric Corporation, 15100 S. Figueroa, Gardena, CA. SINGLE AND DUPLEX CONVENIENCE RECEPTACLES Each receptacle shall be specification grade and rated 10 amperes at 250 volts and IS amperes at 125 volts. Each receptacle shall have a grounding pole. Contact arrangement shall De such that Contact 1s made on tho sides of an inserted blade. 14809 shall be Of ivory Phenolic Composition With side-mounted terminals. Receptacles snail be Capable of receiving two-wire parallel-bladed caps or three-pole caps. All receptacles InAll he UL listed. LIGHT SWITCHES I'lgnt switches shall be of the specification grade, totally enclosed, tumbler type. Operating handles shall be Of phenolic Composition and be Ivory. Switches shall be rated 20 amperes at 120/277 volts. All switches small be aC type, suitable for the Control Of tungsren filament lamp loads, and approved by UL. 16001 7 LAMPS AND LIGHTING FIXTURES Lamps and lighting fixtures of t r types and alxes as indicated Shall be furnished and Snstal)ed complete. Lamps manufactured by Genera: Electric, Sylvania, o; Nestingnousg, of the proper type, wattage. and voltage rating shall be furnished and Inst4:led In each !fixture. 111u5:r4tions and references On the Drawings ►re indleetive of the general type of fixture desired. Fixtures of similar designs, light dlatrlbatlon, brightness characteristics, finish, and 9Uallty will be aCceptable it dpproved by the Engineer prlor to bid opening. F1uOres Cent units shall be rapid-Start type with cool white Color Characteristics, unless Otherwise SPOCI Led, Ballasts shall be nigh Cower factor and ETL certified to meet Cbk standards, Ballasts Shall be Class P with individual therral Protector for core arc Coll assembly. Ballast capacitors 5-all to PrOtected by a pressure Sensitive or thermal sensitive protector. DISTRIBUTION, LIGHTING, AND POKER PANELBOARDS Panelboardl In motor control Center equipment shall be CIrCu1t breaker 'ype as Indicated, and snail meet the Standards estatllShed my UL, N-MA PS 1, and the NEC. Panels used as service entrance equipment shall have UL approval for teat use, and snail be suitable for Connection to an electric system having an avallable short Circuit Current of 14,000 amperes RMS syrmetrical at 460 volts. ' JNFUSEO SNITCHES, INDIVIDUAL - Individually mounted montused Switches $^ull meet the req'dlrements Ot UL and NFRA KS 1. All switches Snail to of the motor-rated, load-break, heavy -duty (11D) type, Switches shall have a guick-make, quick-breeK operating mechanism lndePender' of the handle operation, and Shall have external markings clearly L. IC4ting ON and OFF Positions. Provision shall be made for Padlocking all svitehes In the OFF position, Provide lnterlocKs to prevant opening the switch cover while the switen is In the ON position. All switches located outdoors or in set locations shall be In A weatherproot enclosure, SEPVICE ENTRANCE Provide a meter base and Other �Aterlals, as required by tr.e electric utility which will provide service to the facility, for Installation of metering equlp,,eilt Arm dttaChment of service ' Conductors. MOTOR CnNTVOL, GENERAL Provide each motor with a sultable controller a..d devices that will perform the functions as SPOClfted for one res OCt1Ve motors, Controllers Shall meet NF.MA ICS. AASI '14.1, the NEC, and UL. Motor hdrpePower ratings and enclosures $town are what is expected, This Information is :or guidance only and does not limit the equipment site, when mOters fcrnlsred dlfter trim the expected ratingu Indicated, make the necessary adjust.,ents to wiring, Conduit, disconnect devices, motor starters, oranco -Ircult Protectlon, and 16n01 6 other affected material or aqulpment to accoaeo- Ite the motors actually installed, at no additional cost to tr. Owner. Provide each motor with thermal overload protection in all ungrounded Phases. This protection shall Consist Of thermal nverload relays sensitive to motor Current and mounted within the motor controller. All Overload protection devices s ail be of the Inverse-time-limit type. r Ontr011er-mounted Overload relays Shall be autOmatlC-Iese[ type. ' Selet. and Install overload relay heaters after the actual nameplate full-load Current rating of the motor ras been determined. Provide each motor with the disconnecting means Indicated, and as required by the NEC. Enclosures, modifications, and types at controllers shall be as indicated. Provide suitable laminated rlastic nameplates for each starter. MANUALLY OPERATED STARTERS, FRACTIONAL HORSEPOWER Provide starters meeting NEMA ;CS with the enclosures shown, rated 1 horsepower at single-phase, ae voltages of 115 and 230 volts, and with thermal overload protection, end toggle or pushbutton operation. Pro-ide far 10.King in the OFF position. FULL-VOLTAGE MAGNETIC STARTERS Provide starters meeting NE0 1CS. Class A, with the rating and enclosure shown. CONTROL. POWER TRANSFORMERS Supply Individual Control power transformers where Sr .•Ated. The transformers shall have sVfficient capacity to serVe the connected load and limit voltdge regulation to 10 percent during Contact or PICKup Fuse one side at the secondary winding and ground the Other sl . GROUND FAULT RELAY P ovlde and install ground fault protection for each fire pump motor as shown. Tie system shall Consist of a ground sensor CnClrCling all phase Conductors and connected to a Tecnanleally latched, manual reset relay which initiates opening of the circuit Interrupting device. Groom protection shall be fixed At 50 amperes and operate Instantaneously. Ground fault system shall be ITC ground shield or as apereVed. FLUN TRANSMITTER, FT-1 , FT-2 Each tlOwmeter shall be furnish.d with an electrical transmitting device suitable ter ope-stlon with the frequency Current converter herein specified and shall do mounted oil the tlowmeter specified In SeCtlr.t VALVES AND FLUWMHTERS. Cacti flow transmitter snail receive power fro„ a regulated 20-volt dC power supply integral with the flow indicator herein specified Flow transmitters shall be Sparling 2000 Series, Type 249-P, Or equal. 16001 9 FLOW INDICATOR, FCC-%, FCC-2, FCC-I The flow indicator shall be composed of an electronic Indicator and a 11Tit switch. Elect c indicator shall be small Case Instrument noml.ially 10 Inc. s by 12 inthes, suitable for panel mounting. Unit shall receive a pulse-frequency input from flow transmitter herein specified. The input signal trequenty shall be proportional to the process variable and shall indicate the process variable on a b-Inch minimum scale. Scale range shall be as shown below. Indication accuracy shall he plus or minus I percent of span. Electronic Indicators shall come witn an InteJral limit switch and an adjustable 20-volt dC Power supply. Limit switch shall have adjustable set points. FCC-1 Set point equal 50 qpm and falll Scale range equal u-100 qpm FCC-2 Set point equal 100 qpm and falling Scale range equal 0-500 qpm FCC-3 Installed but not Connected Under this Contract Scale ranqe equal 0-500 gpm Electronic indicator shall be mounted at the pump control panel ' and shall be designated as "Pump No. .. Flow ` Indicator." Electronic Indicators shall operate on 120 volts ad. Electronic indicator shall be Sparlinq Ssrles 700, Model PDS-7Bu, or equal. PRESSURE SWITCHES, PSL-1, PSLL-1, FSL-2 Lach switch shall have an adjustable rage of 0 to 200 peig. Switch shell close on pressure tall. Contacts shall be rated 10 amps at 115 volts. Switch shall have general-FurPose enclosure and bottom pressure connection. Switches shall be Mercold, or equal. PSL-1 Set point equal 120 prig and tallinr PSLL-1 Set point equal 110 ps'q and falling PSL-2 Set point e,uwl 85 pslg and falling MOTOR CONTROL CENTERS Motor control centers and components snall meat the regUirements of the latest revised NEMA standarls. The following requirements shall he met, unless otherwise indicated: 16001 to F AT[4G Voltage As indicated supply Circuit, 22,000 amps RmS symmetrical Short Circuit Rating NEMA Class Class 1, Tybe 6 ENCLOSURE Type Type 1940teted ver"cal 90 inches high, 20 Inches wide, 20 inches deep Set,lon Dimensions Finish Manufacturer's standard gray over a primer and rust 11nibitor Construction Sheet steel reinforced with Channel or angle Irons, section constructed so they May be butted flush, end-to-end zilinst a similar section without bolts, nu.s, or Cover plates causing interference SeCLIOn ReMoVeble formed dteel channel slllt and MJunting remov Able lifting angles Norilontal Full width, top and bottom accessible frOm frot.t Wiring Com- partments vertical Full height, accessible fr^m tro,lt N3:1ng Com- partment Terminal NOard Bottom Compartment Unit Compart- Indlvld. al compartments separated by steel menta barriers for each starter, feeder, or ther unit capable of helh9 wired from front without unit removal Compartment Separate tinged doors for each starter, teedTr, Doors or other unit 16001 11 Door Inter- Starter and feeaer doors mechanically interlocked IOcking so doors Cannot ne opened with unit energized; provide detester lech.ahlim to allow intentional access at any time, Provisions for padlocking external disconnect handles In the OFF Position BUS Horizontal 3-phase copper bus entire wldtri Power Bus of control center rated 600A, constructed to Allow future extension to additional sections; pressure type solderless lug. for each lncomino line cable vertical 3-phase copper bus full height df section rated Power Bus 300 amps minimum 'round BUS Copper, 400A r�lnimur, capacity BUS Bracing 22,000 amps HMS Symmetrical MOTOR STARTER UNITS Construction Drawout comelnatlon type with stab connecticns, except where size and velght Of equiprent maxe this Impracticable, readily Interchangeable with starters of similar site Starters NEMA staniard ratlnl, except none smaller than NEMA Size 1: meet requirements specified under MOTOR CONTROL, r.ENEHA6 Disconnoctlny Al Indicated Device CONTROL UNITS C,sconnecting As Indicated Device Ccitrol As Indicated and apecifled herein Devices Control Color coded, minimum wire Size 17 ANO copper wiring 16001 12 FEEDER UNITS AND MAIN PROTECTIVE DEVICE ...... ..... ... .... .......... ...... Construction Same es under MOTUM STARTER UNIT Circuit Unless otherwise Indicated, molded cast with Brtakers therm0-m4gnetle trip and Interrupting capacity required for connection to system with snort circuit Capacity indicated) tripping Indicated by r operating handle position INSTRUMENTS Voltmeter Scala indicated, Panelboard class with J-phase OFF, four-posltlon selector switch Ammeter Scale indicated, Panelboard class With J-phdfe OFF, four-position selector switch NAMEPLFTES Engraved, laminated plasttc nameplates on each unit, blank nameplates on spaces for future units D IAGPAMS Schematic (elementary) and outline diagrams, aquipmtnt schedules, wireless Connection diagrams, interconnection diagrams TESTS NEMA stanlard APPROVED MANUFACTURERS ............. General Electric, Allen Bradley, 500ere n, wtstinghouse, 7,T,E„ Cutler-Hammer PUMP CONTROL PANEL (PCP) The PUMP Control PAhal Shall be the Proavct of the motor Control Canter supplier to ensure device and drawing Coordination, 16001 13 The pump control panel small consist of A completely dead-front NEMA type I enclosure for freestanding floor mounting. Fabricate the panel from Cold-rolled sheet steel, 14-gauge minimum, An, provide with single, Continuous, hinged door having 4 suitable latch. Provide 4 rigidly supported b4CK004rd in the panel for device mounting tabrlCeted fro* cold-rolled sheet steel and with sufficient spacers so th4t device mounting hardware does not contact the Panel enclosure, The panel snail be of sufficient life to abbommodate all Control and Indicating devices. Provide adequate wiring space on all tour s1d.s. Phosphatift all Surfaces. Finish Interlar And backboards with baked whl[t enamel. Provide Control and lhdic4tlhg devices as shown and as x Ptclfled. Mount PUsnbUttdms, selector switches, indicating lights, and similar devices on the nin9ed door. Mount relays antl other auxiliary devices On the 04CKbnnrd. Mount near the bottom Of the board terminal blocks containing One terminal for each Conductor entering and one terminal ter each Conductor leaving the control panel. All devices snail DC completely SnterConneCted and wlred with color-Coded wiring to the master terminal block* at the factory. t6CM termina. :tali be labeled for permanent Identification 0f all leads. Gr..;i of control wires Snell be neatly bundled with A continuous plastic spiral binding similar t0 Splrap. Sultablt lamimated plastic nameplates, engraved as 1ndlCAted, shall be provided to identify each item On the panel. PUSNRUTTONS, INDICATING L1GIiTS, AMU St LECTOR SWITCNF5 Pushbuttons, Indicating lights, selector switches, and stations for nonhazardous 1nd00r dry locations shall be Of the heavy-duty, o11-tight type, similar and equal to -estinghouse Tyra OT, General Electric Type CR 2940, Or Square D Class 9001, and shall be mounted In starter covers or oil-tight, NEMA 1, general-purpose enclosures, as lnd1C4tel. For nonhefardOus outdoor or normally wet locations, these devices shall be of the neavy-duty type mounted Sr NEMA 4 wAtertight enclosures, and Shall be :estinghouse Type MDw, General Electric Type CN 2940, or Square D Class 9CO1. These devices shall meet the regaIrements of NEMA 1CS, and Shall have lndlvldUai, estra large nameplates 1,idicating their specific function, yisnbutton stations anall have laminateo plastic namerlates lndlCdtlnq the drive tney control. All pUsnbuttons and selectnr SoltCheS AoUnted near the 6otors which they control shall have Dr OViSions for locking In the STOP or OFF position. All Selector switches shall have standard operating levers. All Indicating lights shall be transformer type. 160Ul 14 ELAPSED TI"r. METERS Elapsed flat Meters shall be synrnronouw motor driven, 0 - 99,999.9 hours range, without reset Knob, 3-1i2-inch slse for Panel mounting. Time Meters shall be Westinghouse Type GH-351, General Electric Type 2e0, or equal, TRANSFORMERS, DRY TYPE Provide Belt-cooled dry type transfOrMers of the ratings indicated built In accordance with the latest IEEE, UL, ANSI, and r NEMA standards, Provlde Class H Insulation, 150 degrees C temperature rise. Provide transformer voltage taps as follower Single-Phase transformers 3 KVA and larger, at least four 2-112 oerCent full capacity tacs, two above normal and two be10w normal Voltage. HAGNETIC CONTROL RELAYS "agnatic control relays shell me of the machine tool, NEMA Class A600, 600-volt. 10-amp, continuous, convertible contact type, meeting the requirements of vrvA ICS. Enclosures, it rtqulred, shall be as Indicated. RECYCLE TIMERS Recycle timers shall be rated l2o-volt, 60-H2, with contacts rated 10 amps at 120 volts, rho ti*er shall be Capable of adjustment any time during the time cycle. Time range shall to controlled my a synchronous motor. Tne timer shall be as Indicated On the Drawings, or as arnroved. TIME DELAY RELAY Time delay relays shall be the Interval oft type. At ire and of the tlmw delay period, the relay 1111 energise and remain so until removal of input voltage, unit Snell provide UPDT contacts rated 10 amps at 120 volts ac, 60-Ht. Delay time Shall be adjustable as Indicated on the Drawings, Unit snail be powered by 120 volts ao, 60-Hs. Unit shall be Eagle SlOnal Model CGBIOA6 or HD32AA23, Agastat 700 Series, sultaole for panel mountlnq, or equal, w UNIT HEATERS Unit heaters shall have heating cGVftcltY and air delivery capacities Indicated. Provide etch neater with telling mounting brackets for permanent mounting, protective metal grille at Inlet Side, adjustable louvers On the discharge fide to divert air up or down as desired, and wlth electrical res LAtenet heating element mounted on the discharge sloe of the tan motor. Provide automatic trermal Overheat protection, Fan motors, 271-volt, single-phase, will not be atteptable for use on e80-volt, 3-phase, three-wire heaters, Provide footing elements of the 16001 IS metal sheath type with resistance *ire embedded In rcfrabtory material and with sheath surroundea by metallted fins for quick heat transfer. Unit heaters Snell be ❑L approved, and shall be Chro�talu Type as shown on the Or4Wingf. 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. lain thermostat shall have an adlUStment range between 10 and w0 degrees F. Electrical rating ' Shall be 25 amperes at 115 volts. ]2 amperes at 740 volts. Thermostats shall be Chro"IOX Type as Shown On the DraWings. 0. WORKMANSHIP GENERAL Work shall be pertotmed In a wOrxmanlike -.anner by Craftsmen skilled In the particular trade. All work Shall DreSent a neat and finished appearance, PROTECTION DUPIAG CONSTRUCTION Throughout this Contract, P Ovide Protec'lon for materials and equipment against loss or damage. Protect everything from the efteets Of weatner. Prior to installation, store all Stems in indoor locations. In addition, items subject to Corrosion under damp conditions, and Stems Containing Insolatlon such as transformers, motors and Control, shall be Stored in in000r, heated, dry locations. Following Installation, protect materials and equipment from corroslon, Physical damage, and the effects of moisture on insulation. Cap Conduit runs during Construction with manufactured seals. Keep openings In boxes or equipment Closed wring cons-ruction. MATERIAL AND EQUIPMENT INSTALLATInN Follow manufacturer's installation Instructions explicitly unless otherwise indicated. Follow Engineer's ceclsion, at no additional Cost to Owner, whatever any conflict arises between manufacturer's Instructions, codes and regulations, and these Contract DoCn-ents. Keep copy at manufacturer's Installation instructions on the lobslte Available for review At all times, JTTING ANU PATCHING Lay out work carefully In advsece. Do nit Cut or notch any structural ' member Or building surface without SreCI'IC approval Of Engineer. Carefully carry out any cutting, channeling, chasing, or drilling of floors, walls, partitions, tailings, pavino, or other surfaces required for the installation, support, or oncnuraio of Conduit, raceways, or other electrical materials and equipment. Following such work, restore surfaces neatly to original condition using skilled Craftsmen Of the trades involved at no additional Cost to ' e owner. 16001 In LOAD BALANCE Balance electrical lead between phases as nearly as possible on switehbeerds, Genelboards, motor Control centers, etc, MOTOR POTATILN After final service Connections are mace, Cheek and correct, If necessary, the rotation of all motors, CLEANING ANn TOUCHUP PAINTING Keep the premises tree from accumulation of waste material er rubbish. Upon cOmPletlOn Of work, remove matlriala, scraps, And debris from Promises and from Interior and exterior of all devlCtS and equipment. Touch up scratches, scrapes, Or Chips in Intet.. r a.td exterior surfaces of devices and equipment with finishes matCning as nearly es possible cne type, Color, Consistency, and type of finish, surface Of the Origlna3 WIRING METHUrS GENERAL Generally, and unless otherwise specified or indicated, wlring shall consist of .nsQlatod Conductors Installed in raceways of types Indicated. CONDUIT TYPE TO BE USEf Minimum size 1:0 It shall Ce 1/1 inch unless otnerwise Indicated. Use the following types of cbndUlt for the locations klated: EXTERIOR, EXPOSED P1gid Steel, galvanized, EXTERIOR, UNDERGROUND, DIRECT BURIAL R1916 PVC (polyvinyl Chloride) Schedule 40 heavy-wall Conduit suitable for direct burial, INTERIOR, CONCEALED Rigid Steel, galvanized. INTERIOR, EXPOSED Rigid Steel, galvanized, 16001 17 E11T (electrical metallic tub1RJ) Sr. rortIons of lighting Circuits over S feet above the floor. INSTALLATION, GENERAL Conduit system installations !hall meet or exceed the requirements of the NEC. Paceways shall be conrealed Cr exposed as Indicated. and shall be at least 6 inches away from parallel runs of flues and steam or hot water pipes. Group raceways In same area to"ther. Raceways shall be supported at intervals required by the NEC. and shall have exposed runs Snstal.ed parallel or perpendicular to walls, structural members, or intersections Of vertical planes and ceilings. Avoid field-made bends and offsets where Vossible, but where necessary, make with an apuroved hickey or conduit bending machine. Beating of rigid metal conduit to facilitate bending will not be acceptable. Changes In direction of runs shall be made with symmetrical bends or Cast metal fittlnns. Do not install crushed or deformed raceways. Avoid trapped raCe-dys where Possible. Take Care to prevent the lodgment of plaster, Cirt, 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 onds with watertight and dust-tight conduit seals until the time for pulling wires. Install Insulated grounding bushlrgs on the ends Of all rigid metal Conduits, except where conduits terminr,te In threaded hubs On Cast boxes or cabinets, In which case Insert manufacturer's standard insulating sleeves. Threadless fittings for electrical metallic tuoing shall be a type approved for the conditions encountered. Use Insulating throat ConneCtOrs where Lubind terminates in boxes or cabinets. Provide suitable expansion fittings for raceways Crossing expansion Joints In concrete slabs, or Provide Other suitable means t0 Compensate for the building expansion and contraction, dooden plugs Inserted 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 telling trapeze. Support individual raceways by wall braCKttS, strap hangers, or Cejllnq ttapeze, fastened by expansion shields on concrete or brick. Tnreaded studs driven In by a powder charge and provided with lock washers and nuts are acceptable in lieu of expansion shields. 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 the floor shall be concrete eneasei. Provide structural support for the conduit luring pouring of Concrete to ensure that the conduit remains in position. Also, seal the ends of all Conduits by pipe Caps Or plugs in couplings. Conduit shall be of greatest practicable single length between Joints, and all Joints shall be made up with approved jointing Compound. Compound used with aluminum conduit shall contain graphite or powdered zinc, in 10 Case shall red lead be used as a joint Compound on any type conduit. Do not use nails to fasten boxes or conduits. DO not use wire In lieu of straps or hangers, and do not rot Cl. structural members for 16001 Is the Passage of raceways. Dry pack with nonshrlhK gout around Conduits that penetrate finished Concrete walls, floors, or Install and equip Conduit boxes and fittings Installed Outdoors Or In other wet locations 80 ea to prevent Water from entering the Conduit. DO not run conduits In or ender equipment foundation pads, PVC Conduit Installed Underground shall have a sinlmum Cover of r t feet, Excavation and backflll shall Conform to provisions of Section EARTRWORK, USA tabtory-made ells for all bends 30 degrees or larger. Use approved heating methods for forming Smaller bends. Provide exPan$IOn Joints as required or AS recommended by the manufacturer, Wnen Joining PVC Conduit to metallic fittings, use approved PVC terminal adapter, when Iolning PVC Conduit to rigid steel Condolt, use an approved PVC female adapter, All PVC Conduit Joints shall be solvent welded with Solvent :eCommended by the Conduit .manufacturer. Rigid steel Conduit installed underground $hall have a minimum cover Of 7 feet. Excavation and backflll Shall Conform to the requirements Of Section EAPTHWOPK. Coat COndult installed underground throughout Its lengtn, Including coupling; and lolnts, with KOPPeri BStumastle vo. 505, or In Strict Accordance with the manUfACtdrer'■ recommendations. Conduit may be wrapped or Costal before final assembly, provided that all wrench marks, exposed threads, Or other holiday$ are wrapped or Coated to provide a continuous holiday-free unlforr coatlna after final assembly, Do ' not use union type fittings underground, except with approval Of Lne Engineer. Separate parallel runs Of two or more Conduits In a single trench with sp6Cers designed for the purpose. Install Spacers at intervals not greater tnan that apeCltled In the NEC for support of the type Conduit used, Support conduits Ins, . led In till areas Suitably to prevent accidental bending until bac, .,Illlng is Complete. DO not backtill underground conduit until It "S been Inspected by the rnglneer or his representative. Final comlection to motors, wall or Ceiling mounted fans and unit heaters, and to other equipment where flexible Connection to desired oI require^ to minimize vibration Shall be made With Ie-1nCh minimum lengths of liquld-tight, polyvinyl Chloride )ticketed, flexible steel Conduit. where the required conduit size It $ Inches Or less, Where requir -ondult sire 15 greater than 0 Inches, rigid stool conduit Shall :rtlnued to the motor terminal box, CUNDUC TORS CONDUCTORS 600 VOLTS AND BELOW All wire shall be continuous fro^ outlet to Outlet, SPllCOS. wnere required, may be made 1n outlet and pull boxes Only. Use wire connectors of Insulating material or $014erles$ pressure connectors properly taped for al: splices. Soldered mechanlCal joint* Sn!.ulated with tape will net be acceptable. Vinyl plastic teoe of suitable quality IS aCCAptable In lieu of rubber and friction tape$, 16001 19 Conductor SiseS shall not he 1-ss t,4f those Shown. Conauctors Shall not be Smaller than Co. Id % .; f7r I1ghting or power CitCults, or No, fe A-G for control cirril•s, -.less Otherwise lndic+te`. terminals or Connectors shall he doPrOve(- for the type Of conductor material used. 'Where aluminum Conductors are used, oxide-SnhjtItInc compound shall be used at all IOlnrS and terminations. Arrange wlrin0 In Cabinets, Panels, and motor control Centers neatly Cut to Proper length, and re,ove SUrclls Wire, Apply S[ax-O,i Or Similar terminals to control wlrinq for Connection to terminals, and rridle and secure in an approved manner. List all circuits emanating from pc ,er, dlStticutto-), Art llghtlhg Panelboards by function on the directory Cary. Idtntlfy all circuits entering Motor control Centers or other control cabinets by directory card listing terminal b.00k number and function Or by means of ta'ts Securely fastened to the Conductors. n UTLk TS Provide each outlet in the wlrltq or raceway systems With An outlet cox to suit the conditlons encountwred, t'Acr box shall have sufficient vo:ume to accommodate the nur'ter Of Conductors entering the box In Accordance with the requlramtnts of trie n:.C. Provide flusn Or recessed fixtures with separate Iunotlon poxes -he^,. regulred av the fixture terminal temperature requirements. Set COxes Installed to conceal" IOCAtlOnS tIUSr with the tlnlshed S.1rtACWS and provide with proper type extension rirgf or plaster cover; .Pre required. Install boxes In a riald and Satlstactory Tanner with holts And expansion shlelas on concrete or tricK• Where boxes are concealed In walls, it not embended In concrete, the hole Shall be no larotr than require] to receive Lne box. Locations of out'.ets lndlceten are dcoroximate. Study the bulldinn Drawings In relation to the spat-s and equipment surrounding • ,ch outlet, Ao that the lighting fixtures Are symmetrically iocated aCCOrdinq to the room layout, ♦heh nVC*SiAry, with the aPPrOVAI O1 trio Engineer, relocate outlets to avoid lnlettere,',Ce with the mechanical equipment or Struct,.ral features. PECt.PTACLF.S AND WALL SWITCHES Equipment shall be located At the tollosir:i nelq'1t above the floor, unless otherwise irdlCetedl Convenlen0e receptacles, 11 lnehes Above floor, 1nCOOr o inches above counter tons Wall switches Ae lnChts above floor DKVICF PLATES, FLUSH--0'1NTED bolts Install plates with all tour eA;l.!s Vt Contln ous contact with the finfaned Gall surfaces without the dSe Of 'AC$ Or SIMIIAt 10VICe5. Plaster fillings will not oe permitted. Install Plates vertically ano with An allghw.tnt tolerAnce Of 1/I6 Inch. Do not USe Sectional type device Plates. lAnnf 3d T A � . s t�:,Re LIGHTING FIXTURES Install llghtirg tt, tures at the height and the manner 1•iditated. Provide accessories, -ucn as straps, mounting plates, nipples, or oracxets, for proper Installation. Single-unit fluorescent fixtures Shall have twin stem hangers 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 Laps to the project in their original Cartons and Install In 0 tht flx,urts Just prior t0 the COmplelion Of the project. After construction Of the total project 16 Conpleted, wash fixtures, Clean ' lamps. touch up any paint Scratches Or Chips, and remove labels from fixture lenses. MOTnR CONTPOL Install equipment In Strict accordance with approved drawings and manufacturet's recommendations. Secure motor Control Carters and other freestanding motor control rigidly to floors or mounting pads with anchor bolts, Phillips Drill Company concrete anchors, or other approved means. Grout mounting channels provided with motor Control Into the floor or mounting pads, UnlesS the Control Is firmly anCnOred with the Specified COrCretf 4ncnOr7, In wh1Ch Cast the channels may be removed. UNIT HEATF.PS Attach -snit heaters securely and permanently t0 the wall or ceiling as indicated In accordance with the manufacturer'S recommendations, and mare final airing connections with a snort length of molstureproot flexible conduit. In* Installed unit heater shall be tree from Objectionable noise or vibration when In operation. THEPMOSTATS Mount thermostats apprOxlmatelY where indicated and In accordance wltfl the manufacturer's recommendations. mount thermostats located on exteflor walls on a bast of thermAl-lnsulatinq material. GPOUNUiNG Except where specifically Indicated otherwlse, ground all exposed noncurrent-Carrying metallic parts of eltCtrlcel equipment, raceway systems, and the neutral of all wiring systems In strict accordance with the NEC, State, and Other applicable laws and regUl4tlons. where ground rods are Indicated Or used, they shall be of Copper-clad not less than 3i4-inen diameter. 10 feet long, driven full length Into the earth. Special requirements shall De AS shown and AS specified herein. 16001 21 GPOUNDING CIMCgITS ABOVE I• :..5 r (:ROUND Ground all enclosing cases and mouf.ting trames of all switches, rontrol panels, Totort, ]unction boxes. %no other electrical or electrically ooerated equipment •ith a separate grounding conductor from the source of supply. Fun the grounding conductor Inside the conduit enclosing the power conductors supplying the equipment. Supply all metallic conduits with nroanding bushings and connect at each end to the grounding conductor. R VAKe the ground Conductor Connections t0 motors 10 no and ebove or Circuits ;O amperes and above ry solc.erless terminal and a 5/lb-Inca nJ nlmUm bolt tapped to the motor tra-p Or equipment housing. Ground connections to smaller motors or eQUIPI.ent May be made by 1AStening the terminal to a connection hdx. Connect junction boxes to the equipment grounding system with vrounding clips mounted di•ectly on the box Or with 3/8-inch MaCrine screws. GPOUNDING CIPCUITS BELOW ISO VOLTS Tr! ;POUND «round clrc Its protected at 60 amoeres or more, or serving '-OtOr$ larger than 5 np , accordance with the provisions for GPOUNDING CISChITS ABOVE 15, JOLTS Tr u000111), nn $miller circuits the met6111c tondult system ma}• serve as the equipment ground where Allowed by the NEC. .RUJNDING CI'NNF.CTIO%S Make all purled grounding connections by brazing or Cadweld type Joint. MAKP All other grOUndihl connections by brazing. CAdweld, or With •pprovea pressure terminals. TESTS After the electrical system InstAtIATIOn IS completed end At SUCH time as the BngLneer may direct, Conduct an operatinq test for apnTOVal. Demonstrate the equipment opetatlnu lh Accordance with the requirements Of these SDeclf Stations. Perfor- 'ne t-st In the presence of the tnglneer or his authorized rerresentAtive. Furnish all Instruments and personnel reouired for the tests, fne 4l,ner will furnish the necessary electric rower. GUAPANTEF All equipment to he furnished under tnls it*M shall ne guaranteed for a period of I year from the date Of accepta; Ce thereof against detective materials, design, and WOrKmanship In accordance with the PrOvlS ions of the appllcaole article of the ,:t No AL "ok lITIONS. tj E, PAY4FNT Payment for the work In this section will oe included as Part of the lump sum bid. IoOnl 21 PART 6 DRAWINGS W-600 SOUTH TALBOT HILL PUMP STATION WTR-10 4 #5 Contr&ct Documents CITY OF RENTON, WASHINGTON {I-----• PLANS FOR THE CONSTRUCTIONS OF THE SOUTH TALBOT HILL GENERAL NOTES PUMP STATION ...m.imMm.. a NrwN.gY[ew.agw6'.s.u.Mr.W.4Nus W. - Wnu.un b.o.P.NVINYYY F.RaMa.m.w..CO -''- LEGEND ABBREVIATIONS ror....N..�:.wa eeP�meYalMlam . w.:..gwma.w.u..wmgrm.aavnPn...aPu r.mms.m w.mN.w si'E LE4LN0 9.EE ENO MECNAMN'AL "�"a�^� e.q.a.ww.gwq OaPgPYa _ JSM 4PaA"NMq,f n..rrgwr�.w m.u.wssum • wmmewm..gmw...m u. � uuM.�.ww m+.m Mor r.w.srrew ro.n.. •`.� .e.we.a...m• ,•„w .P.wt�rsw...ra..wrwo..ir P.wn.sm.. $O H iAI=NIL PUMP$iailON� f - Io.a ����.4�i.YIG.N..mWmw..aw•i[mlgM nv. NY' I IRA lmllYw w.m mmY...q..bmY,w fu..MLwtmY.1. a ,n, ge..i4 w mn • •YO�'fa..mWl^amYgo Ap 0.�uc�N T � m•w w....gr.nr....e.nrou.ro. . wc..w wN�Yi�EnuRAa LOCATION MAP MCNIiECTJINL LEDEN . ' E� Mww 4 LOCATION1. EK_C.LA 11 LEDFJID qq _ _ y1B" INDE%TOORAWINGS SHEET NO *TL{ * .......ro...,.w.m.ro., N. a...�.� ! � t aq"�`mmtmow..q. VICINITY MAP •-., W600 Ip' Sgac dravtng Na b.+en r. .. 59. - rq.Wiq YIGNITY MAP.L( TN MAP, LEGENDS.AEEREYMT & — f Qlilli nce:e acrrordiMlY iatlD f0D MINDS.AND DENEML WM �� r e.kf�A1MRr ' ' __ �'.1 •. `�` � �• r rMICAL TRENCH a4 9MCKF/LL SECT/OA/ I , PLANT SC7,EQlLE • � ( ,rsw..v.c,.. 1 Syr.ti.. � a.n ar.rrc. ' _— I y_yyI ' , ws ,.. �• 11IF�^'x`r '' � fur•« ! w•._. _©_ �o '^"r w � �'w - i � iTi � � PLANT/NG L1�TAlL . 51 TE PLAN _ s1TE_SURF;q[4LA�5/c_' W-eoo i-,Ai sn. .r.wr.nw art ruH•110 oeuas ewTl�+ea[w .,esK.ren au. l 1 _ FLOOK PLAN �EGTI(JN � c ry1LYLP lm t! /p��M M[w ST L�F-- VAT-IQN - SOUTIJ_ ELEVATION W-M vn z-r •-c _ Ioe R Pnp fW AMINTECNMI.P(1N �1���� ca3e a m[dlmifY ��Tp�� EIEVITIONS,♦NR SECTgNS �y 7 r u nx....o ar++.ue ¢uero _ euwnna .Jc.err .x '4•�'ti+sM . TVA<YON�Mew ZY�2vR J Im , nu wa.+< CgT _J p ` LY �J#' N's«.wr a Fi 5'Ap1/NE'Q�TA1L I'd -.aaa�aa ..... .«u�ran.. � � �w �u.a �'... •. nsM �'w i av v <- J w + JROOF LURO OE I I L ep[1 ww au<'an QJs<a �4`'*•��' f.a n�+R Ae.v�r�Ka�aun om�/ 1 `Y aa.a- yY f• ' ®00 b��brwl .ui<M.</NA.scO ry�Mela�C L� �ftf..VL+ OR OF-TAILS RpOPoiPLAN W-600 TYPICAL WALL SCCTION • PM1 OZ ata..:x .�erNJu<w aRCMRECSUMI OETr1R6 (}7{H� r Thiz drnby lua Ee<n rMxnd 50. - yayu uJp.rn phlNl �ei< ,ccoraioy+r :•`••�1OM I ' i •� ;� i y ..N.<......u.b.. ..w..<..ncaY'w ��. • , T i I ..� .- •r NiY.Y... Yumw w. TT7I 4rY .. YANi S». r t I A A d ewu.w.r NYn N....o<oNY.ITT .NN.YN �n.a�a•r,.r..aaN.a.an en.rt oL N 'm�"'w4'<'.^•n`.�..<"�...r s.".<...' '..`�... ?� n 1 IV IT AIM W, h!�� SEG7/ON(C1 d W� AND Taia rasanq Ras Men �e�fu'. ipt - DUILAL PUN,aECTIONS. Tu St�l scale acmrdiog3YTYa. au AND DEia1l5 -L� ter.a•�r.� .... T 9 '1,•`:—i =' �vrif�c •r`mr.�anHI ro w..00 o�. . upi.a.-no m..earc R/MP SETT N6 OETA/L :s��.a weuaen sruo t.woc ,,.��' •e•�� DE7AlL HATCH COVER _ r a..s w.. wk..,,irro.e.'C�� r I L � < ` �� .'ao,.�.®.c:n✓/ r..r..o...o i 7YP/ A F!FCTR/CAL ANGFK7R BOLT G TA/L n ,.. OETAIL /� PAO OETA;L n y � ��1•'' wow.' �A � ..osr...w � -' '< ....w H-11gE 4A ` "'�•+-' a�` ..f".«':a w":.'.'e®..w«. > 1 BL/IP/EO GATE VALVE T T 7� A/ ,P il_ OE T.4/L�+Z� BOX 5E TT/NG F THRC$T ne Pza7Esdal rA/L W-M G42/r1 rnis ar..una rus wm rzaucaa sw - ur.v«+.n<. r.C.AWA,on S scale acmrdu+yly wnuw. ELELTWCAL LEGEND Jr:Lw .QYwaVs.w Yrf� � Oi•F✓in wM1.rO.He 3i'M.�.rH iuM , ��.�oprM yyrur.K_ u.vr ivlYeq.p.r uoi�au':ra .w..tlppW rrr . r. un.� i .W�'i iw�0 rrY✓�✓ [aweuJY4YnM.r.a vwov_ru � w r`rY. aar � Y.�rM wO • �" • 1 ORxr.rtKi/R0r/. _fir Oi O.iapCFu _� mY..M �� .ec•...a.a.M.,.,..M. £`�Y..;Cd�!.C« ,Z ..R. Yw...a.rar.s� _o- ��•,q"`.4+u.w.y.�..ro...p :tw'�..;::' :.'Y"s�° .<w uMdO tlrM V..a e.u..w'iFciryN u •a. .o✓C s'mr.[i..rruann u.au V-.9�iaOryar.iM iii �pW� rrY1.. N �� w.M�d.'�.M.rrM.6 � a1.Mff.u�rO N/rr!/n ViwGUYrr r.crrV SEW 3 rsu.wR..W. �}� 'rr�w..wtl..��F�1 p S ...r«.rpy.r.FM Y•+mrn aewo.m are wrr..rMv+r WJa'W~ y{.q...aPi.YJmaM.La[r.6fa ® 6MtrV.LI.T!T f.Ca[MF ✓..4•+M.N �wY•�r 3F W.y grpr .1+rbV O rMl.cwr.r I tl. 11w[tRW ' ~M�••p �� ..WtlR•u.tlrty rri.nY[v'e«t.Swr.. P tlY.W.[reaM6F..B..O<. tl f(�m .y..r._ .a. 1p wr ue YTvfara.Y I tlb y.r�ii.rr.MV 1lT o�y f.r[w.WFMr N.«i MYar �� -.I.rn..+ar.r Mrr.cwdrlC tf+fY m.i/LiM ��- 0"iiowtl M.«. _ i `�T'� FM t.vNWlrrrpf wrula Wi.cr. ��1r fIS r� �41� U�LY�.C.M�•�"•l�- � .u6.t.CLM.C.i rr. .'s:✓.'�'res ��i ,u� d Cki:♦1 rn,s arav:nt nas crtr. ,. .. c�tc�nn_�� iccEno :ww•'""...''."�,». �-' L--7-f- C.V,a�iiFW. _A�C - VAT 4. .. _.L ..f'.I nr*rcxr_ « s? , n ner�2ae ccr�raz �Ac��w{ an w aunaw E {I�\1 ' c cor �FM�ta FaEC1MCM MOTM COMlIgL4 /y f4ptMMt ENO OMf IHIE DYOIUY _ YIIO{ o tr � Fw n�tM �J +l a„ tt I �J _ �.yNF¢raw EIECIPofu l�pNlIN4 1. ._ - keen fP1u[:!d 5OF p1tN luM�a. wMp PoWEfl>tAN1 r s IVY r - 1^� _ LJ y i/P.c v I ✓` �)?.' ' i .-.. of •ram. `� [�+�+ 4J 1 1 hu^��lv!' /a,r w ' •L.y 1 wo�>;RY 1 W-600 � • am. PUMP CMIIPIX PMHI - -� �� � � � me z rw[wv r+vrRrtr qz Y � .'Vrt a wv vJ�re..w rrvurpe 7 r "- I .w.o mavrc rw az mr�.®w a..r..- a -` �_ ..uraasrc..r+ws er..•moee +ur, ��_ iY-NrP CCYy77POr_ PANEL- (PCP) EYE✓^T/Q^l MOTpC CQ'YIKOL_OIAGPf>M W-600 rn o. � 27HAL d+-r rnia ara�mG nac eem :•�a�r:ee s,�. eiecre�cu oeruis - - •. acale a¢crainglr o,:..Honor. :. ...i--.— || � • , | , . , j . j ] . ■ e a ! ■ § � � J ■ ■ ; . ] ! ) | � ! &■ ! \ . §[ 14 - \ . ■ . , � [ ! . ` � �| ! 2 j j| �\| | •� | ! t � ■ R , \ g � \ . riD iarcrzenu•.. _II.^.YI res.rt-.A:.::". aloof. aneNagera __ �. wo } as em r r.....'� _— sorm ru.ar+ ,•, � rw rrarw i veuuno� or poe I_�: ' CORfaL, HOWLAND,HAYES & ORRYFIELD M2M CLAIR A. HILL & ASSOCIATES ENGINEERS PLANNERS FCONOMISTS ❑Tt -IMTH AVENUE N.F. BELLEVUE,WASHiNGTi I.% 911?H TEL1 4560'.AO let@ ❑1600 S.W. FOURTH AVE PORT LAND,OREGON 97201 TE L.SW 2249190 �' ❑IBBB NE WESTERN BLVD. CORVAI,L L: OREGON 9➢]90 TEL S41 M24271 ❑ 14 PINE STREET SRN FRANCI%. AM 83MI TEL TEL< ]B1b10J ❑1N NORTH FIRST STREET R COL RADO BJ]Ot TEL 208 R12521 � ❑IypTS E ASTN AVE OENYER,COLORADO BOT38 TE L.lD9Su-525t1 ❑ ---- TO DATE. RE: ATTN: _ OUR PROJECT NO.% / SE343/•/Ib WE ARE SENDING YOU XATTACHED ❑UNDER SEPARATE COVER VIA ❑SHOP DRAWINGS ❑PRINTS XDFY)UMENTS ❑SPECIFICATIONS ❑CATALOGS ❑COPY OF LETTER ❑TRACINGS ❑- COPIES DATE ITEM REMARKS -- V --- -- J-IF MATERIAL RECEIVED IS NOT AS LISTED COPY TO_ ABOV'. PLEASE NOTIFY LEI AT'ONCE BY REV.SAI FORM 6 of RF. • .: i OFFICE OF THE CITY ATTORNEY* RENTON.WASHINGTON P s..nc.n f•-.. ae se•a LAWRENCE I WARREN a ...ep•n,.. _,ti;IEL KELi_I-.; P :we• �1EO 3EP1 E'EN January 8, 1981 •,. T0. Ron Olson FROM: Lawrence J. Warren, City Attornev RE: Contract Documents for the Construction of South Talbot Hill Pump Station Dear Ron. As requested, I have done a rush review of this rar`:er extensive document. All of the documents included appear to be in appropriate form, including the bid bond and Performance bond. As you and I discussed on the phone, there are a number of items that need to be included such as the Certification of Bidder's Affirmative Action Plan, Assignment of Antitrust Claims, Maximum Wage Form. etc. all as outlined in the documents you provided to me. I would like the opportunity to review the contract again once a bid has been accepted. I am sure there are other things that I could pinpoint if I had more time but you indicated the review had to be done before Friday moining January 9th and I did not receive the document until January 6th. Lawrence J. Warren LJW nd Encl. cc: Mavor CITY OF RENTON CULL FOR BIDS SOUTH TALBOT HILL PUMP STATION Sealed bids will be received until 2:00 p.m., local time, on the day of JaNUARY 1981, at the City Clerk's office an9 will be opened and publicly read in the 41th Floor Confer- ence Room, Renton Municipal Building, 200 Mill Avenue South, The work to be performed under this contract shall include: Construction of a concrete and masonry building, including valves and piping, site work, and furnishing and installing four v-rticai turbine type pumps, associated ale ctr uel e^ya:pment. The city reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract docu- ments may be obtained at the Public Yorks Department office at the Renton Municipal Building for a deposit of $13.00 each set plus $2.00 to cover postage, if mailed. The deposit will be refunded upon return of the Plans and Specifications in good condition within thirty days after bid opening. The mailing charge will not be refunded. A certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each bid. The City's Pair Practices and Non-Discrimination Policies shall apply, Delorra A. Mead, ity Clark Published: Daily Record Chronicle: January. 9th. 16th 6 23rd i.i,�rn.,1: January 9th, 16th L 23rd Fr ome oat Illi//u- _ Date, ip/3/I!o T•:__Nlf. IQon O�Se.I Our Project No. s13&3/. A _4v �_ Pr — IF MATERIAL RECEIVED 19 NOT A9 LISTED. 200 PLEASE NOTIFY US AT ONCE Attn:-_._Rento�f �A/e. 9/b56 WE ARE SENDNIe You X ATTACHED O UNDER SEPARATE COVLR VIA ❑ SHOP DRAWINGS ❑ TRACI,JGS X PRINTS ❑ CATALOGS ❑ DOCUMENTS O COPY OF LETTER O SPECIFICATIONS ❑ __ - COPIES GATE pp 1 J ITEM /itf /Y $Ts T17 Q/Wttli 12 y9 REMARKS._ Fon rhtClti /YGt/,l1a/ fill W.fC __Mee140 ace t$_ %,I •I/Cr► _..__.. egl6Es;re fun O+V''ione// COPY TO POMM • Nov 9nT ljH 1H11LL Fro _ Q Dete:_—. fa/.'!. To: "�/n( Our Project No.. SIP 3G 3/. At IF MATERIAL RECEIVED IS NOT AS LISTED. PLEASE NOTIFY VS AT ONCE Attn:. . "/*E-6,+��—�GrUet,�-'9,�CC Re: �. r'&Gw 2� �.5....-. WE ARE SENDING YOU r(ATTACHED O UNDER SEPARATE COVER VIA O SHOP DRAWINGS ❑ TRACINGS O PRINTS D CATALOGS O DOCUMENTS x COPY OF LETTER C SPECIFICATIONS ❑ COPIES DATE ITEM ro) REMARKS__f-1_M•' _ .__ 441;tl JrtAAL. t/ frw A moe ts�,�.�(� - - 4ZLA . .• - 7J COPY TO --_._.._....--..._—__ REV 3171 s • 2� Ja /LLB'/lev December 9, 1980 51301.A9 Mr. Ran Olson Departrent of nablic works 200 rill Avenue Renton, W.,ehirgto:, SL05S Dear Pion- Subject: Telemetry and schedules Since the tole^at-y for the Sauth :.ill Tan; �tatio:: will ae proviasi by others, descrilwi below is what we have orovido,: an-'. -hat must bo provi,o'. c t::. rs sn V-,J the two system arC: cx:.,atiJl'a. Tuc ps tation _- an tas pro^is4nn, a telel!etry syste^. '.hese rrovisio:a i% the for a terir.al stria in the ottnp oontrol p_nel zs nhowr, o the drawings. Par- stetus and control are prooi.;c3. 1:. or-er to utilize _he'm n-eIision+ the -air, co ,tre2 facl'_ity . the City's water chop re"uiras the foll��-Jn7 in31c3tor lights an: selector s•.'itchcs 1. Ore Ptmr o: indicator lirt_];t fnr eaa`; �a^• 2. One PU11P STA'M% FAILURE indicator li-ht 3. One selector nwit--, for .x_;: a T:e indicator t, Tne selector switches^Provide for re-t tcrco:trol of the ounps when the local pure controls arc in thA RF4OTD Condition. When the selector switches are in the ?'.'.70 ,»sition th_ paps resaond to the local auto"atic control:. r7..c:: tb_t, are in either,- the ON or OFF position the pumas are Controlled � . manually i the recote operator. The telemetry ayste- must incluie trans^`ttor3, receivers, and interfacing relays as recuiref to co-nunieate each signal As mhoum on the drawin,s. �a�oi7G Mr. Ron Olsen page 2 Oscewber 9, 1990 613631.A9 is a of pipeline drawings snowing revisions disc ware made i,i order to divide the work into schedules. T:.c following is list of cost estimates for each schedule. auwever, the costs are basei on the joL oeing eonatruct"i as a whole by Jonuary 1981 and not by schedules as now oontemplatoi, 73,001 Sohodule C Sane.lale D 317,006 Suhc�.:ale « 35,u30 Schaiule P 179,000 5ahedule ' IIc,0. , S:hedulc I will caa to 9e411-110 a -^-4ciaa to dis:ass tho pipeline. ,{ TrsF; :, killer I- L:Iclo9',ires 3 CITY OF RENTON CALL FUR BIDS SCUTh TALBOT 41LL PUMP STATION Sealed bids will be received until 2:00 p.m. , local time, on the day of IwIAR1 , 1981, at the City Clerk's office an9 will be opened aina publicly read in the 4th floor Confer- ence Room, Renton Municipal Building, 200 Mill Avenue South. The work to be performed under this contract shall include: Construction of a concrete and masonry building, including valves and piping, site work, and furnishing and installing four verLical turbine type pumps, associated electrical equipment. The City reserves the right to reject any and/or all bids and to waive any and/or all informalities. Approved plans and specifications and form of contract docu- ments may be obtained at is Public Works Department office at the Renton Municipal Building for a deposit of $13.00 each set plus $2.00 to cc�er postage, if mailed. The deposit will be refunded upon return of the Plans and Specifications in good condition within thirty days after bid opening. The mailing charge will not be refunded. A certified check or bid bond in the amount of five (5) percent of the total amount of each bid must accompany each bid. The City's Fair Practices and Non-Discrimination Policies shall apply. Delores *,city clerk Published: Daily Record Chronicle: January 9th, 16th t 23rd 0,: Imirnal: January 9th, leth. 4 ]Srd R L 8v-- f4t i, f i j Rog f � �43a, 14I)3c { �d3Ur irtJbir1 ��_'��s`1 ; 4i0s yp�SC-, R4S Hy CPO a Y- Gayf ?i3y 4007a i s �xs3 , l { i i I i �r31 n�� TEEM � ENTURES =NC. POST OFFICE BOX 4245 • FE >ERAL WAY, WASHINGTON 98003 • TELEPHONE: 12061 941.1550 Jai,—ry 28, 1981 City of Renton Public Worka Dept. Engineering Division Renton Municipal Bldg. 200 Mill Ave. Renton, WA 98055 Attn: Run Olson Re; Bid for South Talbot Hill Pump Station Dear Mr. Olson, One item in the Teem Ventures hid was incorrectly listed. The price listed In the owner selected equipment for Byron Jackson fire pumps was the total price for all four Bvron Jackson pumps. The price for two Byron Jackson fire pumps should have been $39,202.00, The attached sheet is a copy of the work sheet utilised to fill out the bid form. For unknown reasons the improper price for the Byron Jackson fire pumps was used. Please correct our bid form to reflect the proper price of $39,202.00, Sincerely, te Richard W. Mathias encl. cc: Byron Jackson - Jeff Petty v- t,Do I CH2M 0 • BEHILL engineers Idanners economists scientists January 30, 1981 S13631.A2 City of Renton Uepar tment of Public Works Municipal Building 200 Mill Avenue South Renton, Washington 98055 Attention, Mr. Ron Olsen, Utilities Engineer Subject: Bid Evaluation South Talbot Hill Pump Station Twelve bids for construction of the pump station and opened by the city clerk at 2;00 p,m„ 7 Tabulation of b' ""ere received ids is enclosed. January 2S, 1981, TEEM Ventures, Inc, , has submitted the to The total bid consists of the sum Plus west total bid. of P the sum of the prices of finall the basic lump pumps. Selection Y selected P sum bid, low bidder, of eny of the pumps will ' owner-selected bidder are a All the forma required to not change the review all If in order, but t 919ned by the low them to ensure he city attorney should coos ance with city practice, TEEM Ventures, Inc., has previous experience s truction of pump stations and yard been for the with the con- Nountlake Terrace City of Auburn, SnohomishpCn9- Their work has No, 105, ^ndNormandY iPark.r Distriot No. 1191 Water1District in working with them, We have had f' duringWe provided first-hand experience construction on their eo9l neeri ny services consisted of a storm water Work for Normandy Park, Bright, the cam detention system, Which auperintenden Pany's vice president AlsO, Fritz built the Raymond t while working for • was the construction engiengineering svcester treatment Aplant in tin Construction who acceptable and the during construction, Their work was Client. TEEM Venture Y Ompleted it to the sat Thee t'and personnel s appears to have 1On If the the South Talbot construct a facilit the necessary experience Hill pump station, Y °f the complexity of ss i*oer"ow c Prl "- 1\u.n.nphin wuw .�Q.�S{SOOn City of Renton Page 2 January 30, 1981 513631.A2 As indicated in a letter dated January 28, 1981, to the City of Renton, the bid by TEEM Ventures, Inc., !,as one potential irregularity. They have stated after bid opening that they incorrectly listed the price for the owner-selected Byron Jackson fire pumps. Their bid for the fire pumps was $54,318, when it should have been $39,202. They have requested that their bid be lowered accordingly, which would be the differ- ence between the above, or $15,116. TEEM Ventures, Inc., submitted bids for five pump manufacturers, as tabulated below: Pump Manufacturer Domestic Pump Fire PuM Total No. 1 No. 2 No.!_ 6 No. 2 Byron Jackson 6,669 8,447 39,202* 54,318 Johnston 8,091 9,432 47,304 64,827 Aurora 6,638 8,702 41,396 56,296 Worthington 6, 384 9,105 37,356 52,645 Fairbanks-Morse 6,041 7,134 40,047 53,253 *Requested correction by TEEM Ventures, Inc. , of price for two fire pumps from $54,318 to $39,202. See their letter dated January 28, 1981 to City of Renton. All pumps manufacturers submitted information prior to bid opening. Johnston, Aurora, and Fairbanks-Morse submitted a domestic pump that did not meet the specified minimum shutoff head of 275 feet. Johnston, Aurora, Worthington, and Fairbanks- Morse took exception to the specifications by submitting closed impellers. Byron Jackson met the specified semiopen impeller. Semiopen impellers allow field adjustment. for impeller wear. Only Byron ,7ackson submitted information on a splitter in the pump can as requested. The splitter is important for preventing vortexing in the pump can. All pumps met the material specifications except for minor deviations. Johnston, Aurota, and Fairbanks-Morse should be eliminated from consideration because their submittal did not meet all City of Renton Page 3 January 30, 1981 S13631.A2 of the specifications. Worthington submitted a closed impeller that was an exception to the specification, and they did not submit information on the splitter. Byron Jackson submitted a semiopen impeller and a splitter diagram. Cost difference between Byron Jackson and Worthington pumps was $1.437. Byron Jackson pumps are more efficient than Worthington by about 1 percentage point each. Byron Jackson pumps allow field adjustment for impeller wear. Our evaluation of the bids has resulted in the following recommendations: 1. That Byron Jacks.,n by selected for the owner-selected pumps. 2. The city attorney review the bid document of TEEM Ventures, Inc. 3. Subject to approval of the city attorney, the city accepts the offer by TEEM Ventures, Inc., to lower the bid amount for the Byron Jackson pumps by $15,116. 4. That TEEM Ventures, Inc., be awarded the contract for the total bid amount of $257,952, which is the sum of $203,634 as the basic lump sum amount plus $54,318 as the sum of the owner-selected pumps. We have received word from the Washington State Department of Transportation that the proposed earthwork on their right-of-way adjacent to the pump station site is unaccept- able. Revision would consist of sloping the excavation upward from the site at a 2 to 1 slope toward the highway. This would result in less earthwork and is a potental saving to the city. A change order to reflect change in the basic lump sum bid due to change in the scope of the earthwork and the size of the motors be negotiated and signed concurrently with the contract signing. If further clarification is r«luired, please contact me. Sincerely, 7oseph R. Miller kcn • UTILITIES COMMITTEE REPORT February 23, 1981 BIDS FOR THE SOUTH TALBOT HILL PUMP STATION W-600 Deferred 2J2/81) The bid opening for the referenced project was held January 23, 1981. The to. bid was submitted by Tema Ventures, Inc. and was in the amount of $2031634.00 Basic Bid plus $54,318.00 for the recommended Byron Jackson pumps for a subtotal of S257.952.00 plus 4, Sales Tax $13,929.40 for a total bid of $268,270.08. It is the recommendation of the Utilities Committee that the City Council concur in the attached report of the Public Works Department and accept the low bid submitted by Teem Ventures, 11". and award said contract accordingly. It is also recommended that the Mayor and City Clerk be authorized to sign the contract. Charles Shane, Chairman E�ri Clymer, Ylca-Cha lrman Tf-,mds Trtmen, Member It UNITED •FIC INSURANCE COMP ANY HOME OFFICE,FEDERAL W.Y WgSNINGTON EY KNO ALL MEN By THESE PRESENTS.TNI IN UNIT[pWEgPACIFIC INSURANCEErC WOF OM.ANV,.odRwnbn Wlv apd.Ad uMAr IM bN of tM AFb OI W.MrN1M,WN,%W,I"I..ooMlnuu Frq Ppo", �JRI AH.i.Er' Of SEATTLE, WASHINGTON---—_____ d Ow n0 bMul ANarvV-Fwl.m N,,6.AM«IN,SFr MO"« Ip BNK p11B BfIWF Ayp rb ml M«r ANY ANr ALL A,Nr UnERTAKINCS OF S•JAETYSHIF /tl m puM IN UNITED PACIF IC INSURANCE COMFAN Y IM,W,KIUI,wM levM KINK ow wrlwON pplyp ny OMFriF4npiny OlMr MrnrlBl mIrFF10rV m IM MNN r11«.pf wArf ylrrFU III Y An E.g1e Airy OI rM UNITED PACIFIC INSURAN[E CDMPAN I...1. A.n1.1ea pY OM AMr OI HK1i 011ryi..n01r«ApV r«IINI FM mnlrrml.Il lMl r1.MM AHo•MYb I'm'Fwt"V QO rn yrnynp FAR., TNn POIrIP•al Avalwr n A.m.tl Yrldw And pr Wtlrorllr of AHKIA VII of IN BY-EAYNOf UNITED PACIFIC INSURANCE COMPANY wn,In N[F^M IIIKtiN SPWA VN,),IB)B,oo mA po.MOM«F Mw in lull 10•p IM fI1fA.rNdrrp w IOIIOWI AnTICLE VN- EXECUTION OF BONDS AND UNDERTAKINGS 1. TN BWrd OI DrrP[taV.IN R«Wnt,rM CMnRyn OI IN Byd MY U.,,, VA,,RFpdnL IHv Vrw Prwrtlfnl a All%,&At VNN RKrdnl pr'IN,KI o.1 I dlrFMtAd ev IN BOFrd OI D.rMon Mn NA WwA,ME WlNrnr t0 bl Fpppml AIId MYb�mFM FM io FdllArw INnI t01w[uN MNu OI tI COA, eor F Ind uMfrNknpV.rPmy,r,Kr¢K_mnlrF«.of rlrbmnnY..a a:M,wnllnBl oo.w.,y m IM MIYn INrWI,FM Ipl to•.mow-Al waT AuorlNv mFm II myr.m\.d.port,Mtl Wllror.,yrwn to IYm Z Al10r MY.rn.FK1 WII NM ppw«Intl Wlnonr Y.IYOIKt lO IN In IM nrd IrmrfnroM OI iM pOwAr YI«tamY rnym l0 rMm,IO..Kula MOOR m on p.pRl o11M Godwnv,pond Md urMwb\uqp,•A[OpnWMf,.mnu«n,nl Indmmta Mtl mbr ,.1 MI OWPI INAA nI.H m o IMrM, TM Capprne wi p nal M[wyrr tOr IM KIynY of 1M pond Md uM.rNMrN..rwOFnibnA.mnrrMi OI••ymnnY Fm1 o1nN MAP 'n rM Mw.IMr,. MI dbMlo,Y Z AII.,Mr.'In FM PAR.MK pOrp, Mr.Y tO KKYN IIIpIVn.,MNr.p 10 p1 III.[I1m 10 pOndl,r.[pF,r,y,IR1,[On111[t141 indm nnr m of 1 mrginpMl or NP C.,Nw YNwIM� m mPH.al IN Br IAN oI IM Cgmynv d my INN "'AllMrb K mlrr Md RAM,nr to AHdy IM 4Mn[al Rn.m.nt 411M CompAn vna UNI epwn OI Ivor S q NCE wrd ANY pv IwyimM undn.M pr PO1nd NY OI iM IonownlY R.Idueon aopud er IN Bone n D�• LINITEDPAG o, INSURANCE COMPANY n•rrlA«IrrS Mb PRIM An dr of JYrr,,IB7A,«wmm�.Ruaum+AAo-wMr_.M wo R.Idm9^nn noI pKn IrNndd 4•,w.A l.d .[Iorl of "Rnolpdol MlYldnitimtl.rrllllr YMd,rw10„IIItl o,IoP,Md IM RN, OI IM COrr1N.nY HYY bP.11iKd I.lnv Iu[n pdw.r 41 nin M N «O pY IAryi T�b..n0 M hA•mee'd LArmb w.l IMII y rMq.rq p�M� v F�MM•OI«IorMY pr Ar1rNyN prnnp IVcn IAprmO. VgN1An FrM N'IN" v rlp upon in.Co V P,a'IN wM Mwn Fo NK«Ad INo An ArFd 0Y Md.•II\rlrp 10 MrKn it n«IM1I0' AMII pP rAlitl nrd p,rd111F Ypnn IM[0111pPnr rn IM IYtaA wnn IPNr[I 1.Mr Wo,d EAEOF IN WITNESS . H.W. Il UNIT�DPAC'F IL INSURANCE COMPANY MI wpylMp WIRM.,W,,Nd IN MVrAA NPA M, WI ,b mrpolN MI m a M«N.nL.d.do '1 dv of SeptembE r IBgC, ✓ti UNITEPACIFIC INSU NCE POMPANY i. au Vrry Pr M STATE OF Naahingt Dn ldwll COUNT,OF King r O� A'. a�.. aw of :epteca' 19, a Yr^.nr NnN.,wl Char-es B. S[hma_'z r4 nN vnewn to M iM VIMPrwrdnt of IN UNITED PAQVIC INSVRA,E COMFANY M IM Ivl K\novel IP'rB m«rorMm Aro.IIU ANI P,.0[aPAmon iMgro AM IMI Anr[le V N SRtgn i -ow IMI M u«wW.rw FumM iM lorP R.pWiron,pl loran INrhn w.Rrll,mull I.A Z rN J OI pP Br 1.,OI rw Cp^gAnv MO IN NII'Co^uRrrron F.plrw June ... .IB?_ +� _ Z�.�,rF Nourr PlnlK in.N to IF e, WashinFt= I .har:ef Pa:sn_v \\\ RPAdub.1 :aroma IwIA IM PNwABIAsN I,I lru..M Pa• m1N of "'A"" f:i�NtUN I TED PACIFIC INSURANCE COMPAN V,d Nr.pV FPI,4 IMI'Na M .bN AI r I pY KAI UNITED PACIFIC INSURANCE COMPAN,.wniM q Alrll rn lull IN WITNESS WHEREOF.I N.Nr.Ynto rl At,Mne.M1.11.rM IM r.l OI rrd EyrrpM mn 6Y of r.tyA �1 IB BOY ",to PIBD �� • AN,.,FKuyY / L W.lsnl�;TON ..... A40... .. P:v. 7iT9 ND ....:. .. . .... 90N0 rio. U 35 46 01 AMOUNT: S. 271,881.40• • • . ••• • K VCr %LL 'Ie'N A't :S THE PRESErrTS, .. . .. ... . . .. .. . . .. . .. . ' TEEM VENTURES, INC. ..... ..... • • ............. ................. .. as Pµ IhC 1PAL, an0 UNITED PACIFIC INSURANCE ' • .. . . .. . .. ...URANCE PIPANY . . •' a cor0oracton,•doly aitnozlzed to•co•a•9en.r.1•sure�• ....• ..• .... ... .... Washingron, a3 SLPETII Are Ito)IntI. Ind severally h •• • • • • • • • . Y•�uslness Sr.• THE CITY OF RENTON, eld and pours unto WASHINGTON the URLICFE herelr, •in•tne ,sum.ot ••TWO HUNORED•SEVENTY ' •••• • • SA EIGHTY ONE AND 40jjO0____________ _ •.." .... ..... . ONE.THOUSAND, EIGHT HUNDRED j. thesalstCAentsC •sueeAsco•ye•a�adaasSl�Soes,•Adurtneltal. zeauto;s . .. . . . . 1, Ares s rs, 10inti Y and severally, ttrllly by Thls aasningt n0nand Ss e.ecoted in eursuance OL CNAPtef 39,0 , e, Revised code of 14E ZCNDITIO,t OF THIS OAL15ATIU4 TS SIrCq THA 1': WmLcl�AS, TEEM VENTURES, INC. CM PRINCIvAL en •.•.• ...... ......... ......... . . . . . . .. . . . . . .. . . . . . . .. .teren Into a eertaln Cont:ar • • • • . . . .. .... .. .. THE CITY OF RENTON • .. . . . . . . . . . . . . . . . . . . . . • WASHINGT f ... .. ..... . . . ... . . . . . . . . . . . . . . . . . . . . . . . HILL ..IMP STATION: . • . . . pre, sionFF^.F7, It the PgIHCIPAL saA11 ra!ChtullY Pertor,t ;udroni0ns et 7RCn Contract for tna O�titScn there0t 4uarant.e p"' 31: l• the lateri4l.,.. ,, and Pay a• L lao�r+rs, Leenaales, Sr.e lulling tre r AnA All persons vnd Snall sUCPly IC n rUbcontradtors• l"Yvar ablLtiAt Ion !s rvia; ptnervlse to reTaln in toll for eerK, tmen ct.s WA P S p Bono 1 TEEM 0 ENTURES INE. POST OFFICE BOX 4245 • FEDEFAL WAY WASHINGTON 96003 • TELEPHONE: (206)941 1550 !larch 6, 1981 City of Renton Public Works Dept. Engineering Division 200 Mill St. Renton, WA 98055 Attn: Ron Olson Re. South Talbot Hill Pump Station Dear Mr. Olson, Per your request we herewith provide the following for the above re- ferenced project: 6 copies of performance and payment bond I copy of certificate of insurance 1 copy of "All Risk" Insurance 1 copy of City of Renton Business License (applied for) 1 copy of State of Washington Contractors License 1 copy of corporate meeting minutes identifying corporate officiate. We expect that this data will be satisfactory to ,your and you will proceed to sign the contracts and issue the notice to proceed. If there is further information required, or any auectfons, please advise me. Sincerely, kd4ard �ft R ch W. Mat111as Secretary-Treasurer encl. RWM:daf CH2M 0 • ::HILL ongm,•,r. FKon en ecerlom+sts scientists March 11, 1981 513631.A2 Mr. Ron Olsen Department of Public Works 200 Mill Avenue South Renton, Washington 98055 Dear Ron: Subject: Execution of Contract for South Talbot Hill Pump Station Necessary copies of the contract documents to be executed are enclosed. Your attention is directed to pages 6 and 7 of the CH2M HILL instructions to bidders, page 2 of the proposal, and to the following instructions regarding ex- ecutior of this contract. Listed below are the steps necessary to execute the contract.. If the contractor is in complete agreement with the proposal and contract, the contractor must take the action indicated in steps 1 through 3 only. Steps 4 through 6 are to be carried out by the City of Renton. 1. The contractor will sign on page 2 of the contract, will stipulate the title of the persons signing, indi- cate whether individual, partnership, or corporation, and will not date the contrar_ on the front or back. The contractor has provided a performance and payment bond in the form provided in the contract documents. The contractor must sign on page 2. Please note that the City will date the performance and payment bond on page 2 by entering the date of final execution of the contract. The accompanying power of attorney should also be dated at the bottom by the City and not prior to the date of contract execution. 3. The contractor will forward all five (5) of the contract documents to the City. s..sw(s . 14V tgth I 11r0, "1' 41, Mr. Ron Olsen Page 2 March 11 , 1981 513631 .A2 4. The City will complete the contract by entering the date of signing on pages 1 and 2, entering the contract completion date on page 2 by computing 180 calendar days from the date of execution, and by signing on page 2. 5. The City will enter the contract date in the performance and payment bond, page 2, and in the poi-er of attorney. 6. The City will distribute the five (5) copies of the fully executed contract documents as follows: contractor (2) ; CH2M HILL (1) ; two (2) . including original for retention by the City. Sincerely, Joseph R. Miller lc Enclosure: Five (5) sets of contract documents 1, r�p ID PUMP S7'af/ ;6t0-S BEGINNING OF FILE FILE TITLE 5-. Ta-L bo Pump # �J CeNtP.IIc'r W-uMe/013