Loading...
HomeMy WebLinkAboutWTR2700718(4) W-718 WELL #9 PUMP HOUSE' WTk-9 1+ #5 Contract Docuts BEGINNING OF FILE TITLEFILE � u�eS i �S CoNfQoc�'�awntet{� i ` RENTM. C1TY 0/ •; :/ .lb•. ♦• fvm '' RENTON CITY NAIL : .-a; .:.'r ' .. r 4I2sNO ` �'t Hl.0 RENTON VA 9NS! Z:-1 ''r•. 11/25/04 NUANCE ODRYARO ` CkA fiiR Jf 4104/ PAYMENT CI7y,Q y !•ts4.l0 4/13/s4 PAYMENT i R •Z=..M t 4/t3/S4 ADMTMMT H1f 4ns sECRITMv a, OO w 4113/64 ADJUSTMENT M LEGAL 0070 y CLASS' j. DISPLAY CNARSE! 4/ll/N IIASOAER 71 Lsi00 ' 4/1T/04• SECRETARY y14� • 24.94 '+ 4117/64 "1CROFIIN CLF49 - ; '3 . 1bN t �� 24.96 s., w•1!• d t4.sA `126/04 R90246 //10/A4 R9024 #� - ` 0130/0A9029 3/30/14 0"30 Q 0.30 A 4/0e/0* R9042 ,. 11,00 I •I ;,�1b00 4/06/64 R9046 , ..' 4.N 4109104 R9047 • .,. .y • -.. 40.32 09094 �. :7. v �32.40 . 10.00 4/13/4 A90s0 4 dY 4113/04 R9033 s4/13/04 R931 00 78i: 20 6/20104 990T ' ` . 41201 NJ tg 20/04I R9064 r ' - ;•0.s0 v e '' �23.N AO " 4/201 R90 S ' 5l.N 1 t !,y \l1.N 4/23/ R9074 J, i. °' !ll.N ! s V Nor iN !O 4s.00 ,' M Y • ° as:�wnmro�on�rMw, _ �.. / .00 on 1.010.14 MTD�I[OAUNCE v'� �•030.14 S r vNRR roNrN• Ar 9P .,,,. MEN Nwr WAR WAR • ? f9].10 ' yd CH2M 'D 0 ::HILL plln"n"erc anners economists scientists June 4: 1964 517146.A1 Mr. Ron Olsen., Utilities Engineer City of Renton Renton Municipal Building 200 Mill Avenue South Renton, Washington 98055 Dear Ron: Subject: well No. 9--Draft Plans and Specifications It is noted from the city ttorney's memorandum to Dick Houghton, dated May 21, 1984, and the copy of the documents attached thereto that the legal sections of the documents are in generally acceptable form, we find no revisions or additions to be necessary. With reference to the city attorney's suggestion that a list be made of instances in which CH2M HILL specifications deviate from those of APWA, we make the followi:,g observations. The APWA specifications we_e basically compiled tar construc- tion of roads, streets, and sewers, not for pump stations with mechanical, el,.ctrical, and building construction. They therefore de not adequately cover the subject contract. The contract deccnlent package has been put together in the same form as the documents that applied to the general pump stations we have designea for the City, which have been operating for many years. We recommend that the format not be changed. It would not be possible to provide the comparative listing that the city attorney suggests. Sincerely,,' d r �qV Arthur L. Starbo /� jmn/5524LL ✓Gy • s sws.O"k* ttfYl II Ith 1.on�p c 1 &dh•.✓ \ha,h�nr V{YLM ;Ipi51 ilYYl CH2M :: HILL engineers planners economists scientists July 6, 1984 S17146.A1 Mr. Richard C. Houghton Director of Public Works City of Renton 200 Mill Avenue South Renton, Washington 98055 Dear Dick: Subject: -ill No. 9 Pump Station--Contract Documents In order tu meet the current deadline, it will not be possi- ble for your staff to review the completed contract documents prior to the Call for Bids. AL a result of meetings with City staff and information recently supplied to us, revisions have been made to the draft documents which had received City review. This letter notes some of the areas you may wish to review before bids are received. We had originally prepared the documents with the same City forms as included in p evieus joss, with updates as neces- sary, using the CH2M LILL contract form and other preprinted material. The suggested use of the City's contract form introduced several inconsistencies when read in ccajunction with the overall document. It was subsequently agreed that the CH2M HILL contract form would be used a� in previous Jobs. That is the form bound in the completed documents. We have discussed with your staff certain of the City's pre. printed forms and made suggestions to improve them. Enclosed are five of the forms with pencil notations for your consid- eration. No changer have been made in the forms bound in the Well No. 9 document, all of which were provided to us for inclusion. Any modifications to the forms you may decide to make for future jobs should receive the approval of the City attorney. The several pages of the "Requirements for Prevention of Environmental Pollution and Preservation of Public Natural Resources," which appears to be a King County document for road construction, have limited applicability to this proj- ect. Inclusion of that listing, as presently bound, could possibly cause bidders to include a specific contingency amount in their bid. It. is suggested that the City review . . rake IV,1114Ih Lvov`\I I Ik-yu V M M 4h 1,WXJ Richard C. Houghtcn Page 2 July 6, 1984 517146.A1 the need for inclusion of the listing in this and future projects, consistent with any obligations state laws may have imposed of which Vince Lee may be aware. If you so decide, it could be deleted by the addendum which we antici- pate will have to be issued due to a delay in receiving Department of Transportation (DOT) .equirements at the I-405 ramp. The technical specifications and drawings have incorporated the City's comments and desires. Requirements for a "two- stage" temporary fence and specific sod restoration of dam- aged grass areas have been added. At the beginning of the General Requirements, Section 01001, additional information and requirements have been included. At the recent meeting at City Nall, information was provided that the area through whict. the new pipe to the river will be laid is underlain by large blocks of broker, concrete, but possibly at a depth not to interfere with installation of the r iec. In Considering how to deal fairlv with the cunt ..tor ?nd yet not needlessly increase the bid amount, we have not found a good solution. Because the City is aware of possible "changed conditions" not spelled out in the specifications, a contractor would have a legitimate claim for an extra if concrete is encountered. Please determine the extent of the City's knowledge of this condition so that we may discuss the matter with a view to its inclusion in the addendum with a method of payment such as time and mate- rials. Ar alternative would be to set out the intended line of the new pipe and excavate to obtain field information. The possibility of scheduling work affecting the Parka De- partment within a specific time period has been reviewed but appears infeasible. A specific period of time has bee.i stated, tclether with the requirement of the two-stage fence. 1 anticipate bringing the contract documents to your office on Monday, July 9, for issuance by the City, and will discuss the above and any other outstanding matters at that time. sincerely, Barry Barnes sm{se554le Enclosure: City forms 4:1 Affidavit of Publication STATE OF WASHINGTON l COUNTY OF KING Cindy Strupp ......... _..._..,....._. being first duty swornoo h^S' wth,deposesand says that she 13thr chief clerk ( , THE DA ILYRECORD CHRON ICLE,a newspaper published sla(6 Mime,a l week,That mid newspaper Is a legal news paper and Ills thaw and has been for more than six months prior to the the of publication referred to, CITY OF(WNTON CALL F MR Will printed and published In the Enlp lsh lion`{uage conttnualfy as.newspaper WILL NO.0 KAW STATION publishedfourfattimesaweek In Kent,King County Arobinpen,andbis Sagged gads age Its mcshw0 utRl Ste' now and during NI of mid time we%printed in an office maintained el the Pia.IMM Sae,Judy St,10g0,oft sforemid place of publication of mid news"per.That the Daily It cord Clo is apse sty via be Chroniclehasbeenapprovedssalegal newspaperb)orderofthe Superior PA"see0 bMM %& Court of the Count In which it is published,tnwlt,King County, pp RetgaWtnp`gl A es�Sed RgMgwn.IUMAA.MVMW a ' N'nshmgmn tsar ihr snnrved u..Ca!1 for Bids.. e.rawdayek wilts da lrlegK„dona ....... Abe lam bwe«fYW wAtda.0a _ .__. _.__ . . _..._.. . ..__... C�artscnp contras,and Me" _..... ring and eryRty a .. ........_...,... Mitt was Published In regular issues tend starker turbine pump. obliteration neoet its M suppOmepl form or us,us, I other each Imue for a period r gpd�Plack **.~ and wish ♦ Trio City hearings Is,VAbhopesses any of. RIdO, conaecunv<isauee,svmmeneingon the arWp rl OsY AM CrreM Yiy eridb aN and . _.. . � s, .Utlsayof July 1e84_,.wetygngthe Fo� Gwp Chsa my chim"a to Wgge"a"thgafywg rq of MRrgenMaWrMS4Yyw a 17'4bv of July dlPoaM a g1g man M gles V a gear . .. 7y ___ __.... . . ._ .1e8.4..,bwhdate, Pomw. a avrad The dilig"on ga lnclsslve,and that such newspaper was regularly distributed to its sub. MNO&d spar eiean of p Filing sky ocnben during all of mW period That the full amount of the fee SPesi6paaptr n poop ►+nY fdm a"Mr fall RMSn�e TM charged for the finegotng puidicalom is the sum of$47n 8 which qt nwpvo 4 has been paid m full at the rue of per fu to of one hundred I . q fonts, Is Sit vided in the Rest inurnon as, per folio a one nundrad words for each subsequent s,^a'd a boa Ps,0ea 0%of Sig few Ingeninn. s,is,iituaeaphbo"aaaaargrgaese bid rho Cry I For Prabsem two Ngn Daawmnakon Pokes§::: . w MarglaOIgrgOkYeari, C11.7,4:, ...C.7,1A7. ............... PureMG most oat RepordC�tranidl Jon,10 sod sy in, RPSbi l7Sh aYol .. —_._.._ ._._. Subecnhd ono sworntobelon meths _..._......_....,.. July. is 84 ,Gay�"> i Nmary Pubt'c in a or tha state Of' Washington, nding at SIR King County. Federal Way --Passed by the I.epdalure,105s,known as Senate Sill 291,effect's,June, "ll.to" —Western Union Telegraph Co rules for countin,words and hgures, adopted by the newspaper,of the State rn sal M.yn Sax 70 -h Affidavit of Publication City of Renton Pump Station Bid Data,mb st _ STATE OF WASHINGTON c u°�otliema WELL NO.s tl1M! KING COUNTY—SS. STA77ON sealed bids will be received until 210 p.m.,local time.July 5l. Ia64 at the City Clerk's or- The undersigned, on oath states that he is an C'e anti will be opened and Authorized representative of The Daily Journal of Commerce, !-11 icly read In the At h Floury daily newspaper. which news ler.nce Room. Renton Pape paper is a le al newspaper hipai BulldlnrI. 200 Min:if general circulation and it is now and has been for more ue South. Renton. WA than six months prior to the date of publication hereinafter work to be performed'cfered to, published in Lire English language continuousiv m 240 calendar days from is a daily newspaper in Seattle, King County, Washington, the dateofer•cutiunofthe Con.and it is now and during all of said time wife printed fn an by the City shall Include, At out be limited to: iffce maintained at the aforesaid place of publication of Constrveti /a concrete and his newspaper. The Daily Journal of Commerce was on the masonry but dire and fur-;nh day of June. 1941, approved as a legal newspaper by nlshing and installins. ver- Y g tical turbine pump,chludna he Superior Court of King Comity. tel0on equipment. electrical pip'pi{,withand seao ales, and The notice in the exact form annexed, was published in workegulu issues of The Daily Journal of Commerce, which was The city reserves the right to cgufarly distributed to its subscribers during the below re;ac,any and or all bid.wed to waive any snit'.' all Into'-Mated period. The annexed notice, a malities. __._.....................I........ Approved Plans..it rnt cations and Farm of Conreul' ffl. ^._.._.........._....._. ......... .acr Documents ay be obtained At the Public t�nrks Depurtmen{{.._�._..._....._.._................................._........... ...._..__..._............ ....... office al the Renton Municippaal Kul ♦� 1� 19�Building for a deposit of 535NU published lNl ..�_..._.... L1....,__A...___.._......................... .act. .et plus 3, to cover pmage,If..tied.The depoell............... wIII be refunded upon return o ......_ . ... .._._ ......_.._........._....__..._......._............................ the Plans and SpeciLeations In ood condition within twirl (]0)days after bid openins.TI e ma111ng charge w111 not be refunded �_tam Ahe amou chedl or bid hoodIn the amountof five portent bid ost a dal a ly eachfeach Subecei to before me tm bid most arep ta, Pr each bid. The Clty's inR !;m Al and l Qy'�.� Non-Dlacriminat:an 'Ikiss......._...... .��.......„,.._d.11,�.JL...h.�a..,�.9.1[}.. .hall• 1 ................I......_........ MAJPIYJ� E. MOTOR. City Clerk Date,of publication In the Be ........yy��._�-Lh.2.6t__...._.o%C4..t1.i.JEtlS..:�.:�..... .it!, Dally Journal of I/OtN Paulk P,oh. ta�nu wa.bi.stoa, me". Ju 10 and t1eI151 1 / 'Wit ....•• 76` S-p Affidavit of Publication City of Renton Pump Station aid Date.July 31 CITY OF 6RNTON - STATE OF WASHINGTON CAW.FOR BIDS WELL NO,1►UMF KING COUNTY—SS. STATION Sealed bids mill be rereFved until 2 50 p in.lavl{f Julyy 51. IM-at the City Clerk's of, The LLndlrsi h states that he is an oblldy reads in t1 ep1"'dFi n, authorized reprexntative of The Daily Journal of Commerce, blunick read m`, to.10o a daily newspaper, which ne'wepoper i:. a legal newspaper Avenue South, I4ntnn, WA of general circulation and it is now and has been for more fa0.55, than six months prior to the date o[ Publication hereinafter Within 240 vaiendo,o fyrroom catered to, published in the English language continuoush• thedateofexecutionoi the Coo. u a daily newspaper in Seattle, King County, Washington, tract by the City shall inelude. and it is now and during all Of said time was printed in an but the limited to: office maintained at the aforesaid lace of publication of l�onatmclin■amMete and p Oil I 6ufiuln{ naand fur this newspaper. The Daily Journal of Commerce was on the tieelfI Ine ip+mp.,chlorin. 12th day of June, 1941- approved as a legal newspaper by Ilan equipment, eleelncal the Superior Court of King County. equipment, an valves and pi pins, with associated site The notice in the exact form annexed, was published in wort. regular issues of The Dail The City ode eras the right to y Journal i Commerce,which was wAiv ananyMnd,or bideandto regularly distributed to Its subscribers during' Y or all Inter $ the below mantle, stated period. The annexed roller, a Approved and Flem and omrdi. ........__....................__... cations and Form o! Contract BGGLCC._Og..,afti,ritll. the Putinta mays obtained at """"""""" the Publl Works Deppaartment office st t�r Aenton Munleippaal ............._.-.......•••.__.___............__....._..I_......_.................... eachna Or a deposlt Of 1a5 each set pill, JT to rover was publlahtN! m __-....LT'.Ir....W.►... �!_.1984 poataae.if mailed.The deposit ....,_..._.............. will be refunded upon retum of.._..........._......_...-.-...._.._.............._.. the Flans and Sperifirenonsin RVoldition within thirty-...._......._.--.-..._.._�.....__....... days after bid oppeening.The .......-._......._._....................._........... --lung rhnrle w111 not be refunded A certified cheek or bid bond In the amount of five W ,nl •—••••- +.+t . .ln:ClLd. !_..,..._. �Si.)of t he tote l amount o f each __ (L __ � before - id m al a y each bid. rn�ae7'IUatl and atarora to No�Dixciir rI netpnll and .hall EMOTOR, City........ ._....._.._.._............a l�..17. _19.44..__....._. ._............ Clerk. bet Dullp, bhratlon o the i.m- .....-..... , attic Dail Journal of Cum- � bll '' " ""' - �." merge, Ju Y 10 and IT 1981. Ivptarr Fugue m.,ne n,„,e..r w„a,matnn, 11tlbSa1 evabma to Yaauta. S,N DW�" GJ6&mI oMommerce ISYtablisbW ISM bl COLL'YB7A ST. 1706-41L82711 SLATTL& WASH. IblY1 Citv of Renton Office of City Clerk 200 Mill Ave. So. Renton, Wa. 98055 Notice of Bid Call 7685-B Pump Station 59 lines 0 1.00 per line 59.00 59 lines @ 90p per line 53.10 $112.10 G AffM 116.LAWS Of 19" PUKM'90 Fikt1M11tCEl IAFiditN 1.1"Yllny.YUY N nuYl unYr uxpu wlrlw\t1 « II\IYY1. \Mwl tMl Ywr1 Y14\w wxY\ 'w.M YI«O\Yl\w!FN««p MFt«..MO I., Isl CtW 1f w IYYI.\M MY pM«p catyl«I, ♦YwlY,t 1 ql, M FMIYn, tYp ,exl 1 Y wrYY«urn wlrntura w uYtur l� YYY Yytta aNAr. �01-"4A -K +zk/0w/75.J07.37 bS(3.� 112.10 C�i77�� PIYY,e IYelYO,AtaYYt Number ANY raysmYN a IT NIYf/AIf1/ - r L0. SCE 130 •KEN1• YAIHINGION f1111.0• too00/ 42//1414 11Q1 r T7,17 ri AEN/aN• CITE 01 Li- +- { DATE OUt OI10/N /ENTON CIT1 NAIL Ole, Olh . � Yxc 4/N104 NA 1/Off S. DETACH A RETURN THIS PORTION WRH PAYMENT ^•+..�a 6125/84 IALANCE faAIIIA1D �I 1/0/1 /AERENT 2o0U.f1 W11/01 ►AINCNI 40011.04 Cot 1/12/1 AOAUfEREN/ N20 41.00 Cl 1/12 A1t01 A0U N10` t 1IA/ f,A CLAI E 01PLA1 CINABUI " 6/21/44 231 w/Af// A/20/14 Aa/1 TI02/LL��1 71 I f 1.f/ «IO \is•s0 1ilf•N its 40 . 1/01/N AaAI Ltf r 'o�2/•N 1/O1/11 A1241' \1i.10 i/ls/N AI/10 ' 1/1sN/ Aaf1 fi1 • , Vi•00 i 1/13/44 01150 /of/ '1111/44 a1261 loft 1/35104 A131f1044 1/16/1 81261 44 1o/1 1120/64 Aa14• " 46 f1 1/20/0 A//11 self - ee,�V" f'11•; 1/20/4111111 1.f1 s::v/1•N 1/10/E1 AgTf xAJI•s0" 112f/N �1111 CHA�ITEA tid,. 'OF 1 /.// Cam OF.A WIn . T1�N 6064 ' y!tN F.D. 1071 1!0 - atoll, RA. 11/f2+009/ IA.O . ' 111. •Do 1/e.10 1.111.2E PAST DUE BALANCE FROM PREVIOUS MONTHS ► 11//2.11 AMOUNTPAY THIS EN1.0o TRANSMITTAL • • _1 From._..-_�� �•e-`°�---- To: our /Mojoot No. Attn:- nl&. _ _ IF MAIERIAL RECEIVED IS NOT AS USTEO. 'tA PLEASE NOTIFY US AT ONCE WE ARE SENDING YOU '�%�ATTACHED ^UNDER SEPARATE COVER VIA a SHOP DRAWINGS _ TRACINGS D PRINTS CATALOGS —9, DOCUMENTS 0 COPY OF LETTER SPECIFICATIONS COPIES DATE ITFM REMARKi_ eve . P�._ y.IRS... i� gyp.. C.►-. it5.i ��1, y. .�uu' MPY TO FORMS RSV"I CITY OF RFNTON • Plan Holders List PROJECT: WELL NO. 9 PUMP STATION W-718 BID DATE: 7-31-84 PRICE: E35.00 + $7.00 Postage PLACE: 4TH Floor Conference Rm. TIME: 2:30 p.m. } —DATA—DATE PLANS DATE CHECK- NAME PAID ISSUED RETURNED REFUNDED I. C 8 A Electric $35.00 7-11-84 19020 N.E. 84th a dmnnd ua gAfA3 _ 882-2242 . . . . . . . . . . . . . . . . . . . . . . . . 2. Wright. Inc. E35.00 7-11-84 3700 South Genesee Seattle WA 98118 _ 723-1362 . . . . . . . . . . . . . . . . . . . . . . . . 3. Crown Control. Inc. $42.00 7-11-84 _ 2006 - 196th S.W., Unit B Lynnwood WA 98036 775-7309 . . . . . . . . . . . . . . . . . . . . . . . . 4. M.D. Moore Company, Inc. $35,00 _7-11-84 _ P.O. Box 2603 Renton WA 98056 255-6076 . . . . . . . . . . . . . . . . . . . . . . . . 5. Byron Jackson Pump Division $35.007 11-84 10604 N.E. 38th Place, Suite 123 Kirkland WA 99033 822-6116 . . . . . . I . . . . . . . . . . . . . . . . . 6. Imco General Construct.on Inc. E42.00 7-12-84 1744 Iowa Street Bellingham WA 98226 671-3936 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON • Plan Holders List • PROJECT: WELL NO. 9 PUMP STATION W-718 BID DATE: 7-31-64 PRICE: $35.00 + $7.00 Postage PLACE: 4TH Floor Conference Rm. TIME: 2:30 p.m. UNT DATE DATE PLANS DATE CHECK NAME PAID ISSUED RETURNED REFUNDED 7. Seaboard Construction, Inc. $42.00 j_2-84 2470 Westlake Ave. N. Seattle WA 98109 284-2713 . . . . . . . . . . . . . . . . . . . . . . 8. Puget Constructors $42.00 7-13-84 _ 1235 E. 4th Ave. --Olympia WA 98501 754-9671 . . . . . . . . . . . . . . . . . . . . . . . . 9. Bay International Corp. $42.00 7-13-84 _ 747 South Southern S attle WA 98108 762-9085 • . . . . . . . . . . . . . . . . . . . . . . . . 10. Scimeider Equipment. Inc. $42.00 7-16-A4 _ 21881 River Road N.E. St. Paul OR 97137 633-2666 . . . . . . . . . . . . . . . . . . . . . . . . 11. J.N.Murrell 6 Assoc., Inc. $42.00 7-16-84 _ 4991 S.E. Winworth Court _ Milwaukie OR 97222 654-9066 . . . . . . . . . . . . . . . . . . . . . . . . 12. Pacific Water Works Supply Co., Inc. $35.00 7-16-84 _ P.O. Box 3515 Seattle WA 98124 223-0400 . . . . . . . . . . . . . . . . . . . . . . . . CITY OF RENTON 0 Plan Holders List PROJECT: WELL NO. 9 PUMP STATION W-718 BID DATE: 7.31-84 _ PRICE: $35.00 + $7.00 Postage PLACE: 4TH Floor Conference Rm. TIME: 2:30 p.m• DATE DATE PLANS DATE CHECK NAME PAID ISSUED RETURNED REFUNDED 13. Goulds Pumps, Inc. .Uo 7-17-84 12727 N.E. 20th, Suite 22 _ Bellevue WA 98055 _ 883-4689 . . . . . . . . . . . . 14. ;BE Enterprises, Inc. 35.00 7-19-84 11015 252nd Ave. E. Buckley WA 98321 862-9392 . I . . . . . . . . . . . . 15. Unit Process Company $42.00 7-20-A4 420 - 6th Street South Kirkland WA 98033 827-0433 • . . . . . . . . . . . . . . . . . . . . . . . . 16. Canem Systems, Inc. $35.00 7-20-84 12815 N.E. 124 h St., Suite — yirkland WA 98033 823-1100 . . . . . . . . .men. . . . . . . . . . . . . . 17. Kem Equipt Inc. $35.00 7-20-84 _ 4301 Leary Way N.W. Seattle WA 98107 784-2372 . . . . . . . . . . . I . . . . . . . . . . . . BID TABt1LATION SHEET PRO JECT • WELL NO. 9 PUMP STATION DATF -. JULY 31, 1984 BIDDER goo PUGET CONSCRUCTORS 1235 E. 4th Avenue 19 ZGO.W without sales tax Olympia, WA 9b501 Addendum Acknowledged yr: PUGET SOUND UTILITY SERVICE 22918 Bothell Way i la 2 , , -. without sales tax Bothell, WA 98011 Addendum Acknowledged C t.N Reod r M. 0. MOORE CO. INC. 13652 SE 107th Pl. P.O. Box 2603 '+ S h'� Co without sales tax Renton, WA 98056 Addendum Acknowledged IMCO 4509 Guide Meridian 1-72 ,,. "' without sales tax Bellingham, WA 98226 Addendum Acknowledged SEABOARD CONSTRUCTION, INC. :470 Westlake Avenue N. Suite 204 244 1 Si61. CL, without sales tax Seattle, WA 9B109 Addendum Acknowledged N .IN L. ER'S ESTIM.{TE. QLLget C'On54ructE`rS COPY ('AG 062.84 1235 E + "A Ave. O/ympr4,, i-A 4850/ CONTRACT DOCUMENTS FOR THE CONSTRUCTION OF WELL NO. 9 PUMP STATION CITY PROJECT W-718 CITY OF RENTON, WASHINGTON EORNI6OON REGARWNO INIS>ROlEC*CONTACT ( + _-`-_- -- ALO L.OLSEN JAMES A DINGFIELO CH N 1 NON.WA BELLEVUE.WA ��HI�.L JULV tea4 /236•2631 OR 206iR53-5600 •■ S17146A1 r CUNTRACTOR r Puget Constructors 1235 East 4th Avenue O.ympia WA 98501 Dennis Burke 754-9671 Home 456-6486 INSU+AN,E AGENT Corron 8 Ble_x Inc. 2911 - 2nE Avenue Seattle WA 98124 rKirby Torance 11' 583-2300 BONDING AGENT Data A Staff Services ' 1213 Valley Street P.O. Box 9271 Seattle WA 98109 r622-i053 1-800-552-7264 r r r r 1 r ' CITY OF RE6TJe RENTON, RASSIeGT0R :ORTRICT D3:O6EIrS ' for the construction of the tRELL 10. 1 PUMP STATIOR •eaa CJRSISTIY.: JF: 'IJDIRG REUUIREMEvrs :ITY OF RER:Je FJR65 CORTRACT FORMS ' CDRDITIO►5 OF TdE :JRTReCT SPECIFI:ITIJRS ' DRIWING5 a►te 2q yf 9���•� 1�yy ' Cd2F. HILL ' :.eattle 2e,7ional Office July 1164 ' :opyright 1164 :d2M dill :ity of Renton Project Ia. R-716 CR2M HILL Proja:t No. 51714b.41 :opy pp. ......... C➢BD22 CONTENTS Pages PART 1 - BIDDING BRQUIBERRWTS ' CITY OF RENTON CALL FOR BIOS y CITY OF RENTON INSTRUCTIONS TO BIDDERS y WASHINGTON INSTRUCTIONS TO BIDDERS 1- 7 *PROPOSAL 1- 9 ' QUALIFICATION Of BIDDERS y_ 2 •BID BOND FORM 1 SUMMARY OF FAIR PRACTICES POLICY y ' •CERTIFICATION BY PROPOSED CONTRACTOR. SUBCONTRACTOR AND SUPPLIER REGARDING EQUAL EMPLOYRENT OPPORTUNTIY y •PUBLIC WORE OR INPROVERENT PARTICIPATION CERTIFICATION y •CERTIFICATION OF EQUAL EMPLOTHEYT OPPORTUNITY REPORT ` •CERTIFICATION OF BIDDERS Af►IRRATIVE ACTION PLAN y +NON-COLLUSION AFFIDAVIT y ' *CERTIFICATION BE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER y •MINIMUM #AGE ►FFIDAVIT PORN y ' PART 2 - CONTRACT FORBS CONTRACT 1- 3 WASHINGTON PERFORMANCE BOND y_ c WASHINGTON PAYMENT BOND 1- 2 ' PART 3 - CONDITIONS OF TOE CONTRACT WASHINGTON GENERAL CONDITIONS A-34 SUPPLERBNTIRT CONDITIONS y_ 9 ENVIRONMENTAL ➢RGULATIONS LISTING 1- S PREVAILING mINIBUM HOURLY WAGE RITES 1-3b INTENT TO PAT PREVAILING WAGES - FORM LI-700-21 1 AFFIDAVIT OF WAGES PAID - PORN LI-700-7 y •CONTRACTOR/SUBCONTR►CTOR MONTHLY ' MAWPOWBR UTILIZATION REPORT y_ 2 ' DRCa meats sacked • Rust be esecuted by the Contractor, President, and Vice President or Secretary if Corporation by-lass permit. All pages suet be signed. In event another person has been duly authorized to ' execute contracts, a copy of the corporation minutes establishing this authority must be attached to the Bid Documents. S17146.11 Contents 1 Pages ' CI NTIFICITION OF PAYMENT OF PREVAILING RAGES ) t PART V - SPECIFICATIONS -------------- Abbreviations DIVISION ) - G►NERAL REQUINBBENTS ' Olga) General Requirements )-1i DIVISION 2 - SITE NORM ' 0201S Move IN and Site Preparation y_ 2 02200 EArtbvork 1_ 9 02501 Store Severe 1- 4 ' DIVISION 3 - CONCRETE Os301 Reisforced Concrete 1- 4 ' DIVISION 4 - MASONRY 04230 Reinforced Hollow Unit Masonry 1-11 DIVISION 5 - METALS ' 05500 Fabricated Netr.lvork and Castings 1- 5 DIVISION 6 - ROOD G PLASTICS ' 06000 Carpentry 1- 7 DIVISION 7 - THERMAL G MOISTURE PROTECTION , 07000 Thermal and Moisture Protection )- y 07412 Preforaed Metal Roofing y- 7 DIVISION a - DOORS G WINDOWS ' 08000 Doors and Hardware 1- B DIVISION 4 - FINISHES ' 01721 5e401ene EPoty Flooring y_ 3 09902 Painting 1-11 DIVISION 10 - SPECIALTIES ' 10999 Mlscellaneovs Specialties 1- 2 DIVISION 11 - EQUIPMENT ' 11004 Vertical Turbine Pump )-12 )1360 Chlorination Equipment and lccese�rles 1- 4 DI►ISIONS 12 THROUGH 14 - NOT USED DIVISION 15 - MECHANICAL , 1S003 Ductile Iron Pipe and Cast Iron Fittings 1-10 Rater Standard DetAll - Dechlorinatloa Rater Standard Detail - Tbrurt Blocking 1S1SO Fire Mydraot Assembly y_ 3 Rater Standard Detail - Fire Hydrant Assembly , 151�0 ►ahem mad Floeaeters 1- 3 517346.al Contents ' 2 Pages 152L0 Ventilating System y_ 3 /S400 Plumbing and Mlucellaoeous Piping Systems 1- 4 DIVISION 16 - ELECTRICAL 14010 Electrical - General Provisions 41 1605C Basic Naterlals and methods 1-12 16110 Raceways 1- E 11120 Conductors 1_ 3 ' 141SS Low Voltage Motor Control y- M L6113 Switchboards 1- 5 164SO Grounding 1- 3 1L500 Lightlag 5 PART S - DRAWINGS 1 1 1 1 517146.A1 Contents 3 PART 1 BIDDING REQUIREMENTS C6BC4N CITY Of NI►TOA CALL FOR BIDS ' BELL AC. 1 POBP STATION ---- --- - ---- ------- Sealed bids will be received until 2:30 p.m., local time, July 31, 1164, at the City Clark's office and will be opened and publicly read ' In the 4th floor Conference Rcom, Renton Bubcipal Building, 200 Bill Avenue South, Renton, NA 18L5'_. ' The wcrk to be performed within 24C calendar days from the date of e locution of the Contract by the City shall Inc: de, but not be limited to: Constructing a concrete and masonry building and furnishing and Installing a vertical turblbe Pomp, chlorination equipment, electrical equipment, and valves and plplag, with associated site ' work. The City reserves the ri, t to reject any and/or all bids and to ' valve any and/or all Infc,—litles. AFFrcved Plans and Speclticaticns and Form of Contract Documents may be cttalned at the Public Works Department office at toe Becton Municipal Building for a deposit of A3S each set plus A7 to cover postage, 1f mailed. The deposit w311 be refunded upon return of the Plans and Specifications In good condition within thirty (33) days 1 after bid opening. The sailing charge will not be refuuded. A certified check or Did bond in the amount of five percent (aA) of the total amount of each Did must accompany each bid. The Clty0s Fair Practices and Boo-Discrlaibatiob Policies shall apply. tMa•1ne E. ;0�or, Published: Da 7.ly Record Cbroalcle: July 1L and .7, 1164. Daily Journal of Commerce: July 10 and 17. 1184. 517146.A1 Call for Bids 1 ' CITY OF RENTON 1 INSTRUCTIONS TO BIDDERS I. Sealed bids for this proposal will oe received by the City of Renton at the office of the Renton City Clerk, Renton City Nall, until 2:30 o'clock p.m., On the date specified In the Call for Bids, At this time the bids will be publicly opened and read, after which the bids will be considered and the award made as early as practicable. ' No proposal may be changed or withdrawn after the time set for receiving bids. Proposals shall be submitted on the forms attached hereto. 2. The work to be done -s shown on the plans. Quantities are understood to be only approximate. Final payment will be based on field measurement of actual quantities and at the urit price bl '. The City reserves the right to add or to eliminate portions of that work as deemed necessary. 3. Plans may be examined and copies obtained at the Public Works Department Office. Bidders shall satisfy themselves as to the local condition, by inspection of the site. 4. The bid price for any item must include the performance of all work necessary for completion of that item as described In the specifications. ' 5. The bid price shall be stated in terms of the units indicated and as to a total amount. In the event or errors, the unit price bid will govern. Illegible figures will invalidate the bid. b. The right is reserved to reject any and/or all bids and to waive Inform- alities If it is deemed advantageous to the Cit, to do so. ' 7. A certified check or satisfactory bid bond made payable without reservation to the Director of Finance of the City of Renton in an amount not less -ham ' S5 of the total amount Of the bid shall accOmpany each bid proposal. Cuecks will be returned to unsuccessful bidders immediately follow inq the decision as to award of contract. The check of the successful bidder will be ' returned provided he enters into a contract and furnishes a satisfactory Performance bond covering the full amount of the work within ten days after 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 such failure. 8. All bids must be self-explanatory. No opportunity will be offered for oral ' explanation except as the City may request further inforination 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. Rev. 7/15/81 1 1 tCYB02Y ' ■►SHIN=TOY INSTRUCTIONS T) BIDDERS ------- ?ORBIT The :oatra ct Docaments era divided Late parts, divislens, jai sections in keeping with accepteJ industry practice In orjar to separate categories of subject matter for caaviniebt ratsrac_e thereto. Geo*rally, there his been no attempt to fi,ifa toe ' specification sect Laos Lata work performed of the various bulljing trades, work by $Operate subcontractors, required for separate facilities in the project. of cart E• SPECIFICATION L►NGUASE ' •Couande type sentences are uses In the CobtrAct Da:amanta. These refer to and are dire:ted to the :antrictor. GENERAL DESCRIPT10h )F THE PRO)E:T A general jescriptlon at the work to at done fa Conttaoej Ib tee Call far Bijs. The scope is LnjLcatej oD tea Accospsayiag Drawings and speelflaI In appllCaole parts of those :ootra:c ' Documents. M. RE3ISTRATE5j RE,g)IRESENTS FJR CONTR►:T)gs All dilder., includlag General Caatractora sad Specialty Contractors, shall be registerej as :bntractars by the :;tote DOparteent of Licenses in con the requiremeac; f formance with o applicable parts of :hspter 16, R:Yr Ijo ace pr ovilL tar tnf registration of :Ontra:tors). S. DOCUMENT INTERPRETATION ' The separate *actions :obtained within these :abtta:L po:uaeatt are Latebded to be mutually :ooparstive jad to provlle all details roas:aADly required for the es r_utlaa at the prepaaei thall have ort. Any parson cahtempletlag the submisslan of a pragosal ed all of t Documents, abdrshoull there oughly nas any louD teasatoaus tse pact%l by or latent of said Contract Documents, dae Bidder should request at the Ealineer, In writ lag (at Ieast . eaBidde isho prior ue blj Opening) an Intecpratatiab thereat. Aoy Sbtarpretatlob ar :baaga 1a saki Contract Docusiats will De made only Is writing, In the ' Lora of Addends to the Documents wb Uh will De turnisbea to all register Addends hailers of Bidding DOCUAeats. a,I erg shill suovit with their Proposals, or SbdiCato re:eipt at, all ►jfeajs. rho 51714..►1 N► lbstru:tubs to Bidders 1 g. DRAYIY=S there the Drawings are reduced In size from the original tracings, the a ount of reduction is lodlcated by a Dote or a scale bar Which has Demo provided far ►orifl-:atlon at scale. mull-scale prints of reduced Drawings say be obtained at toe ' offl:e of toe Engineer for the cost at reproiu:tioo. E. TYPE OF PROPOSAL LURP SUE WITH EUUIPREYr SELE:TED By owlER then the Proposal for the work is to be subsittei on a lisp sas basis with equipment to be selected by the Dvaer, a lump sum price shall be submitted in the appropriate place jai separate price Proposals shall be submitted for listed items of egulpseot as produced by differeat manufacturers sod soa11 la:iuia toe cast Of Installation. The lump sum Proposal shall not ln:lid& them& listed items or cost of their Installation. The total aeouut to ' be paid toe :ontractar shall include the pri:e Did far too listed Items of equipment to be furnished As selected By tea )weer, plus the amount of to lump mum Proposal, as adjusted for addlttaas and deletions rosultlag from change, in zonstructlob. �. PREPARATION aF PROPOiALS All blank spaces in the Proposal form must be filial at preferably in BL►CE ins, 1n Both raris sod figures waere ' required. No chaages shall be ■Ads ID the pormssoloiy of toe n tos. written Amounts shall govern in :ass of iis:repaoct between toe amounts stated in writing jai the amounts stated In ' figures. Any Propasil snail be lammed Informal which :oatalas aslssioas, erasures, alterations, or addltiaos at say stale or Braces uncalled tor, or In which any of the prices are iovLously unbalanced, or whlca in may Aaoo:r shall fail to cantors to the conditions of the Contract Documents. 1 Toe Bidder !ball acknowledge receipt of all addenda to the Pr Isal. Proposals recsiv&i without actoo,lei gs ant or without t ldendu■ aoc losei will be considered informal. The Bidder shall alga big Proposal Ih the bloat spa:* provlial therefor. It Bidder is a corporation, the legal name of tad corporation shall be set forth above, together with the signature Of the officer or offi:ers authorized to sign .:otri:ts an oiz,11 Of tow corporation. If Bidder is a partmersoipe the true aama of the fire shall be set forth above, together wito the slgnatu:e of the partner or partners authorized to alga :ootracGj in oabalf at the partnership. If signature 1s by an agent, other than an ' officer of a corporation or a member of a pattoerenlp, a notarlted power-at-attaroey must be on File Oita the Owair prior to opeOIDg of Proposals or submittal with the Proposal, atDer,ime ' S17146.A1 WA Instructions to wldlers q M 1 his Proposal for a period of 6a Jaya attar old opehlig, so1 that If awarded toe Contract, the successful Bidder will esecuta toe attached Contract and furnish praparly executes Pertoreance and ' Payment Bonds So the full uauct of the :oatraut price viteln tag time specified. The ►ttoroey-in-Pact who ets:utes this Bid Ban, In osbalf of the ' Surety must attach a notarl:Wd copy of his power-of-ottoroay ■g evidence of his authority to bind toe Surety on the late at sxecition of the bond. Where State Statute reyulres, ' certification by a resident jgemt ah ell alma be pravidea. If the Bidder elects to furnish a BJJ Boad, he shall use toe Bid ' Bond torn bound herewith, or one caoforaing substantially taersta In form and content. 1S. RETURN OF BID SE:URIry t ------ -- --- -------- within 15 Jays after the award of the Costra:t, the )vast all t return the bid securities to all Bidders wbase Proposals are oat to be further considered io Awardlog the Contract. tetained oil securities will be be1J until the Contract has been ti►alty executed, after which all bid recurltles, of awr thaa Bf-alersl bonds and any guarantees which have been forfeited, dill of returned to the respective Bidders Waage Proposals taey accospiniel. ' 1b. AWARD OF CONTRIcr tRltbin 45 Calendar days after the apenaog of Proposals, unless otherwise stated In the Call for ails or Suppleaaati:y :anlltians Of these DOcu Aents, the Owner will accept one at the Proposals or ' will act In accordance with BASIS )F AWJJU. oelow. rho acceptance of the Prapasal will be by writtaa solace it awlrl, mailed or delivered to the attics legigastal 1a the ?npoaa.. In 1 the event of failure of the lowest responsible Bidde,- to sigh the Contract or pr3vide acceptable Pertorman:• Bao1 ar Ptyseat oaol, the Owner aay award the Contract to the oast lowest raspaosiola Bidder. Such sward, if made, will no wale within bl days after the apaning of Proposals. 17. BASIS )F AWARD ' ----- -- ----- The awarl will be Asia by the Owner an the basis of that PrOPatai ' from toe lowest responsible Bidder which, in the Owatr's sole jai Absolute judgment, will beat saris the Interest of the owner. ' S1714a.A1 No Ihstrwctlans to hidlers S =1. TIME Or Conp16r1J1 ' roa time of :ospletlan of the wart to oe performed alder that Contra a is the asseace of the Contract. Delays ant eatea'lans S of tlsa say oe allowed 1n ac:orlaaea with the provisions states ' n the Gesersl Coaditlaas. the time alloved for o! the wort to state! 11, the proposal. the caspi•t;on 1 1 1 5014w.A1 Ya lostractlana to 9i � !lets ' CwBOi VOTE TO BIDDER: Use preferably BLACK lot for completing thls Proposal fors. PROPOSAL To: City of Renton ' Aliress: Runlcipal Building 23J gill Avenue Scutt ' Renton, RA 16J55 Project title well No. 1 Pump Station ' :lty of Aebtoa Project ho.: 4-716 ' Bidder's person to contact for addltlanal lnforRstson of this ?r3,Ds3l: Name: ....V:?u.G1v-% ........S ' Telepbooe: ...zOb............ b1�....................... ..... tBIDDER'S DEcLaharIOa A►D DRDERST&bDlh; the undersigned, herelnatter called the 31,aer, ie:lares that tie only persons or parties interested in this Proposal are thoaa nisei herein, that this Proposal 1s, Io ell respects, fair ani vltnait 1 fraud, tbar It la Bale vita out collusion with any attic al or tie Ovaer, Rod that the Proposal is made without may connection Jr collusion with any person subslttibg another Proposal oo to,. :ootract. ' the Bidder further declares that be has carefully elulasi tea :ootract Documents for the constriction of the project, coat he aaa ' personally lospected the site, that be has m-atlstled bisself as to the quantities lnvolved, locludibg saterlals so! equipeeat, acf coodltloas of work Involve,, including the fart that the Deg:tlptlDb ' at the quahtitie-s of wort and materials, Rs act that herein, is tilt! ao! 1s lotendrj only to Lh,lcate the Is nature of toe rare Ani to identify the said quantities with th♦ detailed regal:eBaots at the Contract Documents, Rod that this Proposal is Raja acco:ilag to the ' provisions and under the terms of the :outca:t Documents, ,boos Documents are hereof male a part of this Proposal. The Bidder furt or eckhowledges that he bag satisfied btaselt is to the nature and locstio0 of the vDrk, the general and 10:21 eooditioas, particularly those hearing upan avallahility of transportation, access to the site, lisposal, baciliog Rod storage of ' satsrlaa:, availability of labor, rater, el r_trl: power, rani„ ani uncertainties of weather, river RLgss, at sisllAr pbysl:al COadltlons at toe site, the contormet ion and coalition& at the i)7)VL.A1 Proposal ' ground, the character of aquipmmet and facilities coated prole Laary to and dutlog the prosecution of the wart sad all other &attar& which c&h In soy way affect the work or the :air tieraif uodec this ' :oatract. The Bidder further acknowledges that be has satisfied hissalt is to ' the character, quality, and quantity of surface sod sub'.irta:e materials to be encountecad from his laspection at the site %at tree reviewing any available records of exploratory dark furiLshed by tan Ovoer or included in these Documents. Pillar* or the :oxtr&:tar to ' acgaaiat himself with the physical coalitions of the sits sad all tha available information will not celleve big Cco■ respooslalllty tar properly estimating the difficulty or :car of su:crsifully perfocalal ' the work. The Bidder warrants that as a result of has examlmatibn mad Investigation of All the aforesaid data that he :am perfary tha dark in a good and varkeaallta manner &ad to the satisfoctioa at too Owner. Toe Dwoor assumes no responsibility for soy reprassatstaoos mate by soy of its officers or agents during or prior to tba execution of this :omtra:t, unless tl) such reprasentatlacs ird expressly stated in the :oatract, and (2) the Contract espcesaly provides that the responsibility therefor Is asaisec by the Idaar. :OVTBACT Ef E:UIIOV AND BONDS Iba Bidder agrees that It this Proposal is s:ceptei, no dill, d:tala 13 days, odt including Ouadays and legil holidays, site- uatl:a at award, sign the contract in the form socsxei hereto, out wii, it that t tlae, lo11ver to the Owner the Partorain:e aid Firmest Boali rtgalCed becelh, and will, to the extent at his Proposal, faraish &Ii aa:hinery, tools, ipparstus, and otbar means of :oastru::lao sad to 1 the work and tarnish all the materials necessary to :oaplete all +art as specified or ladlcatel In the Coatrict Do:umamts. :EBTIFICATES OF INS42ANCE ------------ -- --------- rho Bidder further agrees to furaism taa Owner, before C38400ZLng the t work uoder this :oatract, the certificates of insurance is spa:iflad Is these Documents. STIRT OF C31ST11:?IOV AND �ONTR►;T COBPLtrIOV TIRE The Bidiar further agrees to begin wort within 13 calemdsr Jaya itter t the date of Notice to proceed aoi to camplete the :onstcactlan, la all respects, within 24O cilondar data after the data at aatl:a to proceed. 1 11y146.41 Proposal 2 1 LIQUIDATED DARAGES Io the event the Bidder is Awarded the :ontrsct sad shall tall to complete the work within the ties limit or eetended ties limit Agreed upon, as more particularly set forth 1n the :ostra:t Do:laants, liquidated damages shall he paid to tbo 9waer at the rate of fgJJ per ' day until the work shall h1we Deeo setlafsctarlly coepletsd as provided by the :ootract Documents. Sundays and legal holidays shall he excluded in determining days 10 default. ' ADDENDA ' The Bidder hereby Acxhowledges that he his recelved Addeld, Noes. ..Q%"1 .. ....• •.• ec � ., .......... to these 5 (Bidder Insert MD. at ea. Addendum re:eivsd.) p lflcatloo s. LOOP SOS BID ' WELL so. i PUaP STATIDN __-_ ___ - The bidder agrees to accept As full payment for the lump sus wort proposed under this :ontra.tI w�x_lud-i�b1 the host of ownar-;ale:tea equipment listed allow, as ber 1ne mpec111e3-iod sis-lbb-wo--on the Drawings, based upon tLe undersigned's own eatisite of quantities dad costs, the following LURP SUN BID: .D311aCB •'� q and.... ...... R... .. • • :ants i., ' (Amount written 1n words has precedence) BIDDER BREAkDOwa DF LURp SIB BIJ ' -- WELL No. I PUMP ST a T IDN ' For the sole purpose of tazilitatibg monthly progress psyavat., the following breakdown of the lump sum old is to be given. The prize nreakdovh shall be fairiy apportioned to the various parts of the work and abalI meet with the Engineer's Approval. It so requested by the Engiavar, the .Contra:car shall substantiate say prize or prises with additional detail prize breakdown. ' Se--lob No. Title ►mount -n Fig. w Hoods And Ihsuraoee s4cao0: 0100a General iequlr*aeots M6~ ' D2015 Hove In And Site Preparation S..i0co . • J220J Eartbvork — VA- fit. — ~ Sl7141..A1 Proposal ••• a ' Section to� title aeoant IQ Fig. 02501 Storm severs S.1s� qpQ, 33301 Reiatorced :ohcreta f..1Q4M .... 04230 Ralat3rced Hollow Unit Ras3ary S..OCO ..., OSS00 Faorlcated Rstalwort aad :astlagm 3...a PW .... 06000 Carpentry e1p,0,0,,.. 07000 Thermal aad R31sturs Protmcti3n f ..2,. 4 .... 37412 Preformed Retal Rooting 38000 D3ors and Hardware 31721 Seamless Epaty Floocing E... ..... 39102 Palhting f.... 10919 miscellaneous Spscltltlas s....Z . 1S003 Ductile Iron Pipe and Cast Iran Fittings 1S1S0 Fire Hydrant assembly ,QQQ,,, LS160 Valves and Flawseters 15260 Ventilating System 1540u Plumbing sad miscellane3as Piping Systems E.,a,E;QQ,,,,, ' 16010 Electrical - 3eosral Pcovisians f..ZOQq..... Iwo" Basic matarlals and Rethofa 1..f¢tq%*1 1611U Raceways f„A M .... L6120 Coaductars op.,,,, ' 16155 Low Voltage orator Coatr3l S..,3CYO,,,,, 16161 Svitchboards E 30C?D 16450 Groaading Az�w . L6500 Lighting E...CCQ..... $17146.11 Proposal 4 DBmEB-SELE:TED L4U1PBEaT The Bidder further proposes to furnish an] install in ■::araanma with the Specificatiams, the itaes of equipment apecitiai in the sections listed belay. The equipment under each section is to be tursisoed and installed In operating condition by the Bidder for the lump sum amaunts stated below. The Bidder &bell list price proposals from at least the equipment ' manufacturers listed belay and include the cast of iastillatlaa. cosplets. In adiition to the maaufacturer+s equipment specitied. Bidders may insert in the spaces provided below, other sanuf►cturecse ' equipment that will meet the specified requirements. Sele:tloo of the equipment to be turalshad will be made by the avaer. The bids will be evaluated on the basis at taw lawest prices aver-selected equipsent Ln sections 11134 and 113w,.. 33wever, the Ducar &ball not oe obligated to avard the :ontra:t on the basis of the Invest prices equipment. t 1 1 S17144.a1 Proposal S EQDrPNENr PNDPD5-- FJN D-NNN S61CC-IDN Se_tioo 11QQ4, VNNrI=IL _AM OS PDBP ag an .. . ty: 1 . .......................................... .. Byron da=t,on Vertical rucnloa pusp ........... . .. . . Nape of sanufactarec E441paent ' Foc Sv%l0 Etawr 11UolLars aM�ld Quantity: 1 Peerless eactl=al rucnlas Pusp Nave _ot•Baoutacturer••• ••••••••••••••••••••••••••• ••••••••tlal plant y 1` 9F F o r..r..� .V .R?.TAWQ`:0 .........•Dollar, N lr:..... Qu,otity: 1 y7aPa'at ,Seesae•e- FA�26C✓1CS Vertl=al ruroioa Pupp aae•of•Bauufactucei•••••••••••••••••••••••••'Ze ••••••• �,�...,yqlyl�pasot tFor... :: .....H41L) ONE t..`.,.Dollars ice`,►: ' Quantity: l [^ ............................................ . 1 pass of saoutacturer 444lpaent Mee Foc. V -I iU..I TiW SAJ�.`9S�.rF. � ollars i�11 ........ 1 Qu a a tity: 1 Q��„Sa iertl=al Lurotor puap ' .. .... vt: r... ...................................... ......... ;a;* of Banufactecer' •6aoipaait Y:.......�............... .Doliacs i�kll K:Vl.... Quantity: ,,,, 1 ."01;? ........ ......................v'....al•rurotaa Pulp ............ pas• o[--��l ao``utaetur e``r11 ````\\�N, a9Jlppapt For... .:.YY:::.l..l`tS:F...l3n 1 A�� .....Do l l are io/�. .... t ' i1714►.i1 proposal e 1 1 EOJIPREar PR-PCSED FOP OYNEE SELECTIJY 1 5e:tlon 11363, COL311IY►TIOM EQUIPEEYI AND ►__ESS?RIEi 1 Quantity: 1 Wallace 1 Iiernan ZNlorinatien Equlpsent all ►cCessaries ..................................................................... Ysas of Nanufactarer Egoipseat 1 For. r.�...`��:SQtI sn....................Dollars 1U) LUG.\.... 1 Quantity: 1 F1sber E Porte[ O t Chlorination Equlpaeat a01 ►c:essarles ssae of•lfa\o u\fact.utzr••••••••••••••••••••••••••••• •••••••••a•`EaJlpaent for........Y°...:�.................. .LY . 1 •.. .....Dollars E. .... Quantity: 1 Dit :Ontr 1 .°...o1 .•...ols.............. ..hlorinatl.a.Equipment Rai.►C e.....es aaae of•esoufaCt.0 rrr •L;ii ptent Far. .... .:�..... v ............... L)D rP�A.Doila[s 1.� ��... .. X 1 Ouantlty: -VVYt4 sEzut<E5— W Chlorination iqutPaeot Rai RcCessaries 1 YaaecOf•Waoufa:turer••••••••• •••••••.•.•...•........................ . dgitpa a.nt F or.fir. &.t'CT,..n'):P`p.VP.,V-M" �UUl1Q E'0 ...... ............ Dollars ...15. 1 04antity: 1 Celoriastlon Equipaaat a01 ►C:essarjes 1 Yu••of•sanuTacturer•••••••••••••••••••.....................EqulPsent For.......................... ................Dollars A............. 1 Qu Rutlty: 1 1 Cnlorloatian EquiPaaat Rai ►ccess^ries :tut ....... ...........er................................................... Yaae of Manuta eiiiaaant 1 Fir..........................................Dollars ►.......... TOTAL LUMP SUM BID OF LOWEST-PRIZED 1 OaNER-SELECTED EQUIPMENT IY SECTIONS 11304 AND 11360 ► •„• ••• 1 41714b.►l Proposal ' T3T►L BID tN YELL Bo. 9 PUIP sT►f IJB 9 1. Lamp SUB Bid (from page 3) 1 M?jeM.... 2. Total Lisp Sum 911 of Lowest Prlcaf )vaer -ielected Equfpmemt (fros page 7) S..45 L ... 3. TDT►L BID (sus of 1 and 2) {,�.`,t12�,�, CD State and Local Sales Taxes (S.LL) f..LSl��3 L� ' SURETY Z IS,17J It the Biller Is awarded a constructlaa :oatract an this Propoaii, the Surety who provides tat Performance goal ani Paysent Baal will ha .�O`31ZQnCWQr7. �.1::y�.s-tu6u24a1/fi Cn '• C .... whose aflrea; i; tStreet ;Sty State •tIa ' BIDDER rho name of the Biller submitting this Proposal is .................. ' ................................................. lain) of;lot;; ac Street Sty State Lip Which is the allress to which all Comeialaations C30cer3il with cais ' Proposal and with the Cintract shall be seat. The names of tea priaclpal offlcars of the ca "p3riti3n siDaittinq ' this Proposal, or of the partaership, at of ill aecsoas /otecastal In this Pruposal is principals are is follows. ......................... ...... ....................... ....... ' il714E.►l Praposil e ' If Sole Proprietor or Partnership ,T IN WITNESS hereto tte uniersignei has set his (its) aaal tnls .� day of ... `:.�::`Sa:F: T....• 1:.�� S lyoatura of Widiec r ...... ................... Title tIf Corporation IN WITNESS WNEREJF the uodersigned corporation sis causei tars lustrusent to be erecutel and its seal affixed by its July adtoorirel ' officers this ...... Jay of ........................ ....• i9... SEAL) tNaae•Df•:DCpO[dttDn.......... ......... ' Title... .............................. ' Nttest................................ Sacretary S1'1146.N1 Proposal 9 iQUALifimioN Of SIDDERS Contractors wishing to Did on this project shall complete the following Questionnaire and submit the informtlon requested. iI. Name Of appl leant _ i2. Address of applicant (Miling) — (street) _ i7. Applicant Is an Individual _; a partnership a corporation _ �• If applicant Is a corporation, state: 1 'a. State of Incorporation ion i b. Name and address of registered agent 1 _ iL. Names and sdd�esses of office the corporation and their length of employment with the corporation. i 1 1 S. If applicant Is an Individual or a partnership, state the name and address iof all owners. i -- i Deleted. 1 1 1 1 -1- w w w w w w w w w w w w w w w w w w w Puget Constructors i Pounded as Puget Construction, Inc. in the 1920"s, Puget Constructors is now established with American Engineering Associates (AEA) to offer a unique design/ construct and construction management service with proven a6vantages. • Lower total project cost • Total project management and responsibility • Shorter time for completion leading to reduced financing costs • Cost effective architectural, engineering and site development services Puget Constructor's experience and capabilities extend beyond design and construc- tion of building systems to water and wastewater, stormwater and drainage, retaining walls and bank protection, environmental studies and water quality management, mechanical and piping systems . . . . . . . . The Engineering, Construction and Construction Management firm construction Experience _ /kIKted Profs, G~rat BuBdings Office RilBdinga Apartttsent Buildings . •P.w lSurryan Shopping Center,Kingston.Wa. .Mercer],land rrrgkoeerinq Ilkq_ Mercer Island at . •Aqua Marine Apartments. Seattle.Wa. •Pacffic MorVa esl Bell Senile Bldg.,Brlkwe.Wa. .Commercial Credit Corp.. Seabk.Wa. •Chaco Yoe Court.Seattle.Wa. •Ki iliun Ferry Terminal,Kkxr4m.Wa. •Bush Place Office Bldg..Seattle.Wa. •Kainhridge Apo.0 w lls.Balwridge Island.Wa. .SL Jame Church.PuyaKtm.Wa. •N,d m l Ca+h Kegiatcr Co. •AkAa Apartmerts,Seattle.Wa. it my Museum of Art Seattle.Wa. Beloit Stucco Pf d"At7errtat Clinics .Seattle De.wathe Center. Seattle.Wa. •rordum Supemurkct.xaille Wa. •nelkMe Medical-Denial Center,Beitwue.Wa. •Seattle Pacific College—Marled Student Apartments. •rm harm U utIvare. SeaKk.Wa. •rye Clink of Seattle.Seattle.Wit Seattle.Wa. SakraY Slam: .Borten Medial Denta B l Wldinq Burten.Wa. • bridges Kirkland. Wa. • n Schools Br b9ewee Puyallup Kier.PuVatIUp Wa Uhersey Dstrkt Seattle Muynia Bluff Seallk. Wa. •MarrMswd Elenwnlary Schowi •Bridge oser Green Kher.Auburn.Wa, Renton.WA. •Be kl Mlgh School •"C"Sheet Oserpa%.Auburn,Wa. •Kenlon high School •140S 01"Til s.Kirkland Wa. gLwgks •Shoreline Mfgh School • Len p,. Pass Bridge, Anacnrem,`Whi®ey Islartl. •Se..k Tneu to Smogs.Seattle.Wa. it mwktd mrnenlary Scholl Wa. .Lincoln Sahrgs."Iesue h Aubum.Wa. •J.J.Ahhdubm School •Cast Channel Bridge.Mercer Island.Wa. Statwtsafer A'Drainage Water B Wtdewatirr •Writing Vale laePt d natural Keawaces Drain;.le •yader Water Treatmcre Puri R Storage Tank .Goy of nelinur.Kelsey Creek Suwm UreinAW .tbh Indian Rr:serratawh Water Supply&Slorege Tank .City of Olympia PercMl Creek Vnwrrnnakr Detention facaeies •Satsap WEN Water Supply tr sutrage facility •U of W PaU.Demmwation fares[Water&Waste Retaining Walla K Bank Protection rater faciliks .CAerMak Country Cub.Surambank Prtiterdlan •W&%hkow State Dept..dffsherks Water Treatment a Brian Watson.Martslem Island.Wxk ROMP BWkbead &Di+trNAI.nt fxJWks Itwo sited •WashigronSUkrieq.dhaMWry tbn Se rump •CMydBohmid %VdIn Creek Stations tr rorce Main .Tat Schmidt old Inlet .Tag lane.rM Intel fkdkhead •U.S. Army Corps d frpineen Stryker Aw Water •A r m gw Mae Apartments,l_,i c Washuglon Bulkhead Imprwemmts •U.S.Indian health Service Squaain hind Waft'ones R Pump Vatkn •WoaaNet Harbor Club Wasierata Tmabnera raclWy •irdlan hold,SeMce We"Water Su"SnMce Cam nertkms At Pump Sullen EngtneennQ Experience (Selected Projects) Water Sa ppky lreabwert a Dbbafbw NIusticIpd W udeaoater Treatment rwiWks Strdge Handling&IXsq+sal Design Projects a B.awlmg 0radt co.,pwhernAe",r Shall, Design •tteavy Metab Intluvrta151uerge arxhtafnlnq Took and *Ctw Mwan Okt.kt Gi¢hevtn9 Rr,.m and Des(Jr d •Green CotN InduMdal PaM 0.5 nr)d Tertiary STP � uM Wan Sry km brpofenvm Sl dy a Ifrookvift 1.5 Tertiary STP •phatmALCOA Ifhdlnbo,&ri TdMakWg C)hrrNhkhrn.Ra» m9d phaes.Adds.Oils tr Pfymrno •Oat,Cortywsde war Re,aaR Marager.ed 1'4n o Se, k*v S.O nqd Secondary STP •nea raN+MurdclplAWNNMyAlum Sk"W kcmn 5.5 •Ceg tabor CoxrpdhmMe Wan Ran a Braver 2.0 r gd Secondary STP milt!Water Treaknent •Lyrraoad CofnmunMy Beach A,vx.. Ware' System •Dlpont 1.0 ngd SecoMary Sir •Warntpum 8,,,.dh t/eavy Moab Ana"tr Sludge Cvak.ahn tr Report a wamgrm 1.0 mild Secodary STP Appllcaknm m Crop lands rit •L,,un,"th Water Plan tr Rate-AW • 7.3 STP •App W bon to neary McL:I, .tfuly,ls A Slurlgc An4rldge mild SecorhdarY Appfralbm M Crop Uds •tame lake Suhdhl+iofr OeMgn d wain Supply tr •freedom Area School OWMc10.251rgd T<rttary STP •ALC~erre,s Sludlrs.Dk is rr tr Mks Plants kN Oblrldflk. .00 Telephanr C<Nn1alfY—Solana Sanrdary SeWJV the Cr ,lun dwste Stud;e In Ercrgy&f." M1 •Andddte Water AnAhfNky 0e,4n d 12 rr qd rOhafan T�W, radMge5 d Metab Rod tr hansrnhsion tacimin •Wbaodrt rlarbor Club Wa,@,vtn Tmarmert r-MUM Water Quaff Management .Brnokf9h dwnnptn Dr iyndSbragr Tank.w Its tr Upgrade[ •Coy ofOlyr npla eapYd Lake SwSwintArea Remaratktn O e,bumm Sym ste Imprarenwnb • ThUMpp Regional Ptandng e Cpurrk Wale,r ltkYJfm •BrgMon T..IAWP DvAg"of 2.0 mg SteelResendr Wassmdt/Studies and departs Clmlml tr AbIt nrent Man ku Me hotel Ricer Bavn •Bea Kr raft ra Murrklpal Au, Yy Oesgn d Akun a Ceq HaAfx Wa,iewaler Tfeatmerd rwaaw- Im<vU a Th,,Mon C~ty Cunservation Obtdct Deschule, SludW H o2Ing/D%P05M Sysem gallon ad Report Rktr Report •frterkNn Area S[hodt web Wan Stpphy tr SltNage •Iraherhh.vnlh Sewer CAMM.: Imevyyatlon and •Ctanik Cntmty Conxrvn Oimrid AgWufural Wave lrlrgiwh Setdemnt Ma q na,,,Phase I Study tan ttebsen Group tr rffh Tank OvuV a WpN,~ Harbor Club Septic rifrrM Cdkriinn Main GrOup •fYydfenal WeNwsln SuppyKWale�SrR<dnq Pled »yam CvalnutbfntrR<pM •tka"Staff,S"CtNpOnikan ClNryNeMrohe safe Quafy Mental b Stldk,d Unmet 2J rndle,d m... ••IYNerkgh), d Baste(O,,,,W of 2 0 mq We-s,,aW fmdasirta/Waste Treatlweni facilities Design gahhela Ricer Tank •n.n. Rubc,,, m Cu. Zknc tr Ch,o ,rle 14lMg and •ram Central fWhJ •rt ReryOnai 9 Mrrq tr pr etryr same Cyaddc mad Gnnnviswon Seek.,200 AICM.W Warne Man Stp/wrwter&Drainage a S;.Joseph Mineral Corp.Organic tr ZMN Wa,fc Wo R qVMrnbera Ptan for 11he IS Caxtytct ' •W,,,,hRPtamtrq Cdnr kw It 3Courws 2Su tnawli k a 5lwmrsl<r DrsMage Irrtestigaam hn k,redhnm nrgd arl 1.5 rrgdl Name MarnaOcmnt plan kw Ube SCdN•N4s SfrrtNfrdirq Property •Akna—ticaty MHab.Cyanide,.Chrnmat<,.PrOpd- Jadiaor mchipnn • raper,1Mkness for Cato Sftwr Min Dran le eta y Pigments.Oils K Suspended Solids WO mild; •Ibrou.gh otComopn&ClskmdbnafAkemed s br On •Rkq Cou ty Conprehensae Slesmhwtn Mover Ran •JrNr,tr L rynlM Steel Corp.Metals.Cyande Of tr Co nut/ok an ton,d a M*w Rmp Slakar Otedk- •Roresgh d Zdlrrrople De.W d ftr,tdrntiai Stone Gr<ase I100 rrgd) •k,,dM h ,a Uq Csy Cvaluadv d Water d OW "sc s •Aunt Jane,rood,—F"le f,0CCSMf9 Wave loaded SenNdary STP tad l eCA N r Wan c2traNy •IYtt.fen,Inc..Plan t0 ftafhAe Cannery Waslewalen •Crlrrys IWn Pro)ec,Stream RCaNgmnnt Chanrrlira •Bruden/ComsOrk (rods — InMa t Coke WaM •S ulhr .emra.RegkNtalPtanningCornntstlanS«- tkNh tr Bank P fiu,n Design F,.dlrts 0.0 fngdl At Bean.Cabbage&Apple Cider WM No Areaw/de IraM Manalynrnernt Plan for 7 a GkT dge Country Club%eantank Rotectrm waves 12 O-WI County Reglon Swroco fin9 Rnfadefphb •Caterpillar Tractor Cn. — Gk Vlk Wale Oil ad Dams a Fou tr Grease(2.25 mild) •Cottrell fydro Project •",n cy detail —Cyan fe. Cluo cafe. ON. Grease a fawn iske Dam Cihppn tr Zinc 42.0 mgd) •The rserWeen Stat<CdIIIeW CntnD RtboM •Rct AAk Slrel GNP.Sttlph,, Metal Metal Sul"drt. a Clark County Co nser,ation O1,01d Blomass grrW Clients Served .cowxwrcw . C.n+r.mat Cam.co.-Pam . U.S A"un-of Gy.ee s mM Corpanl M . us rx iromnemaf rnaectan Agent • U.S.4nd cmpmgbm • U S.M hne • J tr C 4M Cmpmadnn • US.Macy • Rep'"k 4ecl C orpormloo • U.S.Pored Smite • Drad•rr.K.onn h Ioods • Us.N+Narr Ikaafe Sertfte • Caler{ktlar Tractor . w"Wgion stale Farb rarmrWm. • AICDA StSM Depan,r A PWt"Resuace+ • Gppe.Wr.ge Ccwpmalmn • Ma+lr¢ms M atirn . ashk.O M SV; ttn"bmm d Mshcrlcs . x Joseph M«rM a,mm pnrh.g Inc- . washinW n Oak Dep rb."d of r m • Safeway`fin • rash4t"70^Stale Dirt of TrWrouna*f tlncoin Sa w P • Iya JW4hn State D wpad m m rKrk.al Adnarr Seank Trust a$^*up fteatrn • CHG lreenratkt L Im • cLwk Cnumy • Ready MNW—Crttd Mctatan PfaprAks.1m Count' • Mso.n Send are C"M • • Psc1Rt Ceumt b•stlfadiWfaf • Thut%ln County • GkeM Country Cluh • city.1 ncm rna~w.aM ck-h • CO&Seatk ♦ tadrenay of wa hwayun . city of Taemna • Sesttk Va wk Cnikge • ter CseMamo Sur Couege • city of ay," . Town of tk a FTnrf..A'indiaiduai• • TwM at ton,Ge b • Bunnedtc.ylert Morton arrd Mtrtla.kl.AaoMrys at • TaMr of Yoder law • OKr IDO indisdduaM srrd prngcrty twsrrs.rrdudkty • Chr.soM Watn ptslntl Mr,fterbeno.Partin • CM c ouofy'-taMerwtr•+DiVrkt Mr.fY Mrs.Richard Cash- • Bois"SChoM DKtmt Mc Eruct Dobbs 11� Mr.ft Mrs.lanr3 L flaseltme • Stays fbw N County Mr.at Mrs.CAA Reteet M.6 Mrs.L.R Mtrr.rfgonrery Mr.h Mn.Rrtrtt M.,yfuuo M. wum"rrke Mt.KPtm 0~Self Mr.R Mn.fhf.rr WX.. Contractor's Bonding & Insurance Company BID BOND KNOW ALL MEN BY THESE PRESENTS: Thatwe. Puget Constructors, 1235 E. 4th Ave., Olympia, W„ 98501 y as Principal, (l(rc��llnafter called the "Principal"), and M O Tt CONTIIACTOP 1, BONO�NO INa Ua LNC9 CC-." Or SeATTI.E,WA, A CORAORAT,ON OULY OnOAN,aeO UNDER TNt "AD Or THa STATE or WA., Aa Suat Tv, (NeaalNAeTan C^L"D THE "SUee Tv"), Ana N[l0 AND reloa4v ROUND UNTO Cit.v of Renton 5}. NOT TO EXCEED: as Obligee, (hereinafter called the"Obligee"), in the sum of Ten Thousand and 00/100--------------------------TMilan 1l 10,000.00 for the pai teeot of which sum well and trull robe made.tie-said Principal and the said Sure",bind ourselves, our heirs,executors.administrators,vicceasors and assigns,jointly and sevrrally,firmly b) these presents. WHERLAS,the Priociµll has submitted a bid for well No. 9 Pump Station NOW,THEREFORE,if the Obligee shall accept the bid of the Principal And the Principal shall enter into A contract with the Obligee in accordance with the r,cnta of such bid and give such bond or hands as may be alwified in the bidding or contract documents with fl .i and sufficient surely for the faithful performance of such contr,et and for the prompt payment of Satan and material lurnished in the prosecution thereof,or in the event of the failure of the Principal to aver into such rcn pact and give such band Or bonds, if the Principal shall pay n the Obligee the difference not to exceed the penalty hereof between the amount alwsihed io said bid avid such urger Amount for which the Obiiyee may in Bawd fai,h contract with another party to perform the work covered b1 said bid,then this obligation shall be null aim]vivid,011ler.oe to retnam In full force and eBKt. Signed and sealed this.... .__...._.30th day of •lute A.D. 19.. 84 Pnacipal 7'irlr CONTRACTOR'a BOND'Ha & INsuaasrCE COA.eANv Unity , ( (J ✓ e 1l iraeu Je t K. Lorraine Tttfs Attorney in t r'IOa—tatet MM Near Ptl40 SR(: 01000 1106b 140 26 1 r=RS BONDING & INSURANCE CO. ; 1113 V.IkY frmm 1 — brmlk.waduryror"IN GENERAL POWER OF ATTORNEY Krow.0.wn by dl.r.+...m.Ihu cWnr..ml. 1 .rd away;under tk Lw.a the slur d Wad Ru.dllr wur.lue COp1w"v at(WPJr.lwn day aywud w.Jurynun.don br Iher unpon«Id MvmF Im Mnclpd dine m Se.11k. Kmtl Cowry. Prwem.m.4 comelwe.m1.PPwx lar.0 K.ton"w d Srank.W'.rhurl .nd RWIur M.Wy.Iord d S.mlk.N'..hlrlpmn n.lw.nd l+"ul anom.y.-In kcl wuh mli Imver uW.mhony'ko br. lerr.d m llugrt 161•J mar. ILrn.ub�aN mar+nJ alw«mnlr«lon knur 6oN.w1 Punu.m m RCN 1 bwb.rt a ogl'urbruou l m IM wde nW md"1 1 In RCN'CMPIer Iu 3A.mryp.Iwdu bond. u d.n. u^tlriy Ik F.nd wm d f13 000:Pmm 1 boob mu e.rnd Ikhrywl wm a Sn 000 wD W.,kav bond.11n1 n boM.mu eaurbrr IM p.ru1 wm d!S.qU l,d boob Iw ub whnfi. un coon awud.d.dwlk R�mun t e_�y' �'v NYmmI MIIdI.I 1 ryy.iur./bwh.rt wWd)wJl nul ucwd}tc.gYp 5BA b ar.nlrN pnomwue and I.vmed Mob oo r. Pm+ Sum d S}.b.OJp.ud bd bond.Inr +b.wkrA 1 wl II.SBA uuutadd pmomunn.nJ or P)muml Mldl.i Im Ik n u Ih.notr.n u.waN and to bud 11w Comp.nv Ikrtb. m IWI a.y ,%s Mlh.n mued�wdl nw Itto akd vnlh IM y and m do erne ulml u o uId bond.Overt.yrnd by Ik `OnMer"rW+II Nul Ik.ad nlm�I.s, xuI Ik Company and dwv aueurd by us S.on.ry'.hrrtbY nldyuy and ry d Ik I,.Ilowirw rt«Julim do m do Pmm.n. $ud appomlmml n may vnd«ud by+ulhon .duP br 0-So.rd d Dsemun d Ik Conlr.mnn bo dlnu b wW.de Company 1 on I.nuvy a IWI �t"m,PM drni b aulMrurd to.ppoml u«Iwmry.m�srl d th Come..)'It K.Inr. Ion'brerlr Mob R+ymuW with powm aN aW is m.Igo on MMu d Ik C*-'y mnrK,- 4.RM' wru"punu.nl Iu R(W GsV.m 11.3) .Im'I+ui.n.'IAe.n MM rlw..ounvnl 1 pm 1..3A too 0.vuu+bony d.ve bvlb an Amd.PY uM.M m u v may.nu the perul wm M S_S.Om.dM hot Mrb nd pmw boob I.d aoMlw Ik Pwl wm d Scs.000 �'�'nu tM Pm.0 wm d!iS,OpB dw Pmul nun d i15.Y0U.bd b�m1.for rJw wkrh y IM�iwlo v�inMy��1 Mlub r- r.cwdula m•r1[a Y..Ienl MnagpbeynWlr�l Mlh an Wurdl MI Iwl G(qd f73.Opp S.uarNlrrd Prdwr 1 s uw cWvr«a k awarbd.IN BBA��IN=wm d 52aP ON ."6d Mnb�pb.which _ J MIh.n lal.Ildl ww mV udrd L•i .= �ol�nle vd or pymrm bordol lm lM.yrrryur Rrs.d FWIbm IMI,hr whowy a Ik Sweluy a Ik CompmY Io dmsy tM aWhmlurty.ml 1 mlwtwell.w d Ik laegdry rwnl —W.nY Gewr.l Pawee d Auamry u Mrtby durum"co IM u-Ily ,d.rnlvu.Ik sAwlwr W any d Ik o0&wio*m bud dw Comwy wnh r.pw�1.Un.ulllm 11nry ald' ZL Ylw d ISe Imq.wlg IwWuonn u J.Wad BY tk 5«umuy d I Cmnp.nY payd SuW,wry.IWky.Fru.1 WMvwh..Id WWI,M lupvdd. R..Wv"fu.Uv IMI Ik Wluwnw W Ik Pluldrnt ud fJ.n.ry P. aM Ik coryar.Ie and P1oI rwiva,' nI.Ik Y GrcrJ Power a Mldr,ry 000L aryl Ihu and IM Iuquulu n.o Ir.ollmn y R..dvd FumFn IMI.II r 11. WoPI"Poor ro IodaY appomtiryl Imm K Lonaun or Rabm M R.ymuN u mameym-I..l Iw Cow•anon Bvrdaly AI buur.rue Comp.nr K kMy It,R.W, III PoI".,u,d 11.cor,,,ol.Ir.r.l�1.km i w'huw Compmy M.uuw Ihw prt«nn In 4 dlu"'hut Nh day el Ianlury. 1W1 a ' j�ao!.....r Ca.nradon {;•.�praq��, B°ndmY g Irwlr.rw CongnY Sum whwu,' o, 1 ((�� SEAL "y w \b\ s' u—nnw S.;', r,Nnml cd.Iy a Kag I �•.qt.+�' bn IM A1h day d I.nuuy.1.N.prnnrWly.PPm"Do1Wd In nw Wwn to k Ne PleaWml a Ik wrpWmon IMI rawW"hx f1« .4 Ganer.l P-1 W Allomey and«kouw to�Io br Ik trim and vWunluy'«t ud d...l of ud rn ud C+n«d Power W AI- ' .W wIh«m"IM k u.ulMru"Io aawvr th.-W(il m.l Po Ik u.w ud Puepor..uenm mmtnm" Over a Mlolny N Winl�.whmrd 1Moekmu+m er my hold and*ow my diwial ae.l Ills d.Y a lvu huakne wo,m. Js''wr.,:tl 1 efof II.Nr��d Nay Pt s toand I,IM Swe tl VJa.lwrrw,May, rt.. a Tw ttk ire=fundn,kn.d.annul orb....onlyy y of If.Bua"d Ex'..a cwlb.rl.la t cams'^,m Iwo W Cmruunr a tk Senma'w Cunuam B-� 1^"'rb COw' Wdlla d.gumg b.IWI Iry.W romd rvpY w 1k °^d+^d4 rr CwaM+nr.IAn IM 1 Iwm'Fr Inmkr Mrdy IMI IS.ayd Ppww d Allomf�y y�yw y r C.dlWanr. Ghwm urdm�Y huW sold Ik I d.aid C Y yr SAGA 31191µ3)PDA —� EXWIIIT "A" ' CITY OF R£NTON S➢NNARY OF FAIR PRACTICES PCLICY ' ADOP.^£D BY RESOLUTION 80, 23,0 The poZicy of the City of Renton ie co promote and afford aqua: ' tr:a Mont and serviceto all citisene and to asowr# equa: empZoy- ment Opportunity to all persons r,pardl„s of race, oreed; odor ethnicity; national origin; see; the presence of a non-;ob-re Zate; d phyeica Z, s#nscry, or mental handicap; ape; or marital status. This policy shall be based on the prineip Zee of equal employment Opportunity and affirmative action guide lines as set forth to fed#r22, eta to and local laws. All department: of the City of Renton :hall adhere to the ,oZlouing guideline#: ' (1) £NF'LOYN£SI PRACTICES - All activities r#Zating to employ- ment sue p rearuttm#n t, se Zeetion, promotion, termination and training shall be conduct m d in a non-discriminatory n^ere r. Pe rsOnnel decision e will be based on individual performcnc:, staffing requiremonte, and in accordance with governing Civii Service Laws and the agreement bet W:en the City of Renton and the Washington £tat, ' COxn a{l of County and City Employees. !E/ [O0p£RA TICN WISH RL'NAN R CRTS ORCAN TIo The City Cf Son io 000pe ra to u. y urt a.. organisation• an'' oommie,i ons orpanis#d !o promote fair practice# and :qua.' o oportunity in employment. AFFIRMATIVE AC_I pRCGRAM - The City of Rer,.cr, A,•fir ci:�r 1 �zon--Fr—ogram wz.�i wa�ntained to fao{Iitate egxti to s;a repreeentation within the City Workforce and IC aesur, equal employment opportunity to a22. It shalt be the responsibility and duty Of all City Offi c{ale and ertp iayep to carry out the poZioiss, guide Zino and correct{v, measure as set forth by this program. Correcti,e employment program# may br #scabZiehed by the Nayor on the reaommendatton 0f an A,+firma Live Action. Committee for rhos• departments in which a protected class of enplcy,e# is undo r-represented. (I1 COSIF CTORS' 0 fA�IOR - Contractors, subcontractors tea#sore and :upp ere con rot ni g psi neos W{t5 the City Of Renton s hail affirm and subscribe to the Fair praotif and Nor.. Discrimination pe:{oiss s:t forth by law and in the Affirmative Action Program. Copies of this policy shall be distributed to all City employee,, sha 21 appear in a1Z opip#rational documen to ei on of the City, {nc:uding bid calls, and shall O0 prominently displayed in appropriate City facilities. CONCURRFO IN by the City Council of the City of Renton, Washington, ' this 2nd day Of June 2080. CITY OF RENTON: RENTON CITY COUNCIL: � 1Wzti{WW:4 5�A�5, 40 7 ,K. Nay Cr Council presiders. Attest: /} Issued[ July 10, 1972 Revised: Fsbrusry 9, 1976 . [y L m ��(•�A�.— Rn•isedi June 2. 1980 �ICIrIGTION By PROPOSED CONT/M'C'TOF SUBCONTRACTOR AND SUPPLIER REGARDING LOCAL a"LOyMLM OPPORTUNITY aM O IlM tv nc[e[`O[ le ett am�<_- ' INSTRUCTIONS This certification is required pursuant to Federal Smeeutive Order 11246. The ISO Starting rules and Me gulatiens provide that any bidder or prospective contractor, or any of their proposed Subcontractors red Suppliers, shall atto as An Initial part of the bid or negotiations of the Contract whether it has rt icipated in any previous contract or subcontract Subject to the equal opportunity clause: and, if so, whether it has filed all compliance report due under applicable instructions. t• City has heretofore adopted Resolution 2I10 under data of June I, 1010, Amending a -Fair Practiceslimy," as implemented by on 'Affirmative Action Prolr&m' therein amending the policy of the City of entcn to promote and afford equal treatment and aelvice to all citizens and to **sure equal smpl oyment appertunity based on ability and fitness to all persons regardless of race: tread: color; ethnicity, iational origin: Sam; the pre**nct of a non-joo-related physi.al, sensory or manta, handicap: see or rival status. This policy Shall likewise apply to all eartraetors. Subcontractors and Suppliers nducting business with the City of Renton who in turn Shill affirm and subscribe to said practices and policies. The aforementioned provisions shall not apply to contract or subcontracts for standard (On suppliers or raw ens terials or firma or organisations with less than eight employees or antral is of less than $10,000 business per annum with the City, en the Contractor/Subeentraetor/Supplier (hereinafter referred to as the Contractor) is required by the City of Renton to submit an Affirmative Action Plan, the minimum acceptable precentage of minority Cployment will be that percentage which is currently listed in 'Appendix 1' (City of Renton Goals and ilatobles) in the publishad City of Renton Affirmative Action Proaran., 1.e. 9.1%. This ►rogran is m Callable for review at the Municipal Building. • undersigned contractor therefore covenant, stipulates and &areas that during the performance of is contract he will not discriminate against any person in hiring. promoting, discharging, eoeron- atincc or any other term or condition of employment, by reason of much person's Status, reference the (11) categories listed in par&. I above. er.tractor further agrees that he will take affirmative and continuous action to insure full aDt;jl&nce ith such policy and proyran in all respects: it being strictly understood and agreed the failure to om.Dly with any of the terms of said provisions shall be Ane conStltutt & material bream!, of this contract. - tractor shall, upon vaguest and/or an Soon as Possible thereafter, furnish unto the City any and &.I nfOFMAtion and reports required by the City to determine whether full compliance Ma been "do ty the contractor with Said policy and program and contractor will permit eecess to his books, records and counts by the City for the purpose of inYesti**tlon to ascertain such, eompliance. ntroctor further acknowledges that he has received a true and CMPlete Copy of the Chtg's 'Pair ractlres Pplicy.- ontract Identification Number — CR'iITICA-.i% By: CONTRACTOR or SUBCONTRACTOR or SUPPLIER ' NAML: ADDRESS, ' REPRESENTATIVES: TITLE: L-doytdy PHONE: "2Sl1—Eld. 't 1. Contractor/Subeorte&ctor/3upplier has NOS in • previous contract or subcontract sutlect to the Squal Opportunity Clause. teas __No L. Coopliance report more required to be filed Jr. connection with Such contract or eubcontrsct, g-yes _No �. Contractor/Subcontractor/Supplier has filed all compliance reports due under applicable instructions: -Avers _No t. If answer to item 3 is •so', plot*, explain in detail on reverse aide of this eartifacation. CERTIFICATION: The info rmi tiOn ve 1• LTas and a itte to the best of my khOwledge and belief. SAG&tlg Of n [ t " type or print SlqAAtVPF -.....--3ib wiewad by City Authorlty; _ Data, ' alp, UGETCONSTRUCTORS+n tan bnr 01 - W„ I�2W KW "none 1708i ri�iE�, 1 AFFIRMAIIVE ACTION PAN Pugpet Constructors, hereinafter known as "Contractor" agrees to the followingg plan In meeting its equal opportunity pursuant to Executive ' Order 11246, aid Title VI and VII of the Clvll Right Act of 1964. 1. Equal Employment Opportunity Policy ' Contractors policy assures that applicants will be employed and will be treated during employyment, without regard to race ' creed, color enthlncity natlonal origin, sex, the presence of a non- ob related onysical, sensory or mental handicap, age or marlial status. ' This policy shall apply to every aspect of employment; upgrading; demotion r -rultment; layoff Or termination; pay scales; and apprent.ceship or on the job training. t2. Equal Employment Opportunity Officer ' Contractor hereby designates Dennis A. Burke, Owner as EEO Officer with full authority to administer ano promote an active Progran of equal employment opportunity. ' 3. Dissemination of Policy a. Contractors personnel authorized to hire, supervise, ' promote, demote and terminate employees, who recommend such action, or are involved In any of these actions w111 be made fully cognizant of, and wlll lmplement Contractors policy and contractual responsibilities. To Insure the advice is Carried out, the following minimum actions will be taken; 1. Meetings of foremen, leadmen and personnel indicated ' in 3a above, will be held periodically not less than semi-annually and contractors equal employment opportunity policy and Its Implementation reviewed and explained. These neetings will be conducted by the EEO Officer. 2. All new foremen, leadmen and personnel Indicated in 3a above will be thoroughly indottrinated by the EEO Officer coverinC Contractors equal employment opportunity obligations within thirty days following hiring, ' 4. Recruitment a. Any advertisements for employment in the newspaper shall ENGINEERING / CONSTRUCTION / MANAGEMENT Include Puget Constructors an Equal Employment Opportunity Employer. b. Contractor will entourage employees to refer minority group applicants for employment in discussions regarding the Pro- cedure for such referral and by posting appropriate notes and bulletins on employee bulletin boards. 1 5. Wages a. All benefits, monetary, and worklnpp conditions will be extended without regard to race, color, rellglon, sex, or national origin. The followirg actions will be taken: (1) Periodic inspections of all facilities will be made to Insure non-discriminatory treatment of personnel. (_) Wage evaluat".on made to insure non-discriminatory ' wage practices. (3) Periodically review personnel actions for evidence 1 of discrimination and take correctIVL action where indicated. (4) investigate in full all complaints of alleged discrimination and take appropriate action where indicated and Inform all complaints of avenues of appeal. 6. Training and Promotion ' a. Contractor will endeavor to locate, qualify, and increase the skills of minority group employees and applicants. ' b. Consistant with requirements and as permitted within federal and state regulations, Contractor will fully utilize training programs for the contractual area and advise employees and applicants of these programs and their entrance rect,lrements. c. A program of review of the training and promotion of ' minority group employees will be conducted and these employees encouraged to apply for same. 7. Subcontracting Contractor will strive to utilize minority group subcontractors or those with meaningful minority group persons In their employ and use all effort to assure such subcontractor complience with their equal opportunity obligations. ' B. Reports and Records a. Contractor will keep those records necessary In determining compliance with Its equal opportunity obligations. 1 9. Goals It Is the policy of PUGET CONSTRUCOTRS to reaflrm equal opportunity for all qualified personnel regardless of race, color, sex, religion, national origin, disabled veteran, and Vietnam ' era veteran. Puget will recruit, hire, promote, transfer, lay-off return from lay-off, compensate and Provide bonuses, provide training, with ' full Iegard for equal employment. It Is our policy that all decisions affecting employees will be ' based seley upon qualifications without regard to race, etr. ' PUBLIC WORK OR IMPROVEMENT Rev. 4/83 PARTICIPATION CERTIFICATION: REF. RCW 35.22.650 ' CONTRACTS EXCEEDING $10 000 (OR $15 000 FOR VYTERMAIS CONSTRUCIIONI MINORITY BUSINESS ENTERPRISES (ME) and WOMENS' MINORITY BUSINESS ENTERPRISES (WMBE) (BUSINESSES OWNED AND OPERATED By WOMEN) Contractor agrees that he shall actively solicit the employment of minority group members. Contractor further agrees that he shall actively solicit bids for the subcontracting of goods or services from qualified minority businesses. Contactor shall furnish evidence of his compliance with these requirements of minors tv ' employment and solicitation. Contractor further agrees to consider the grant of subcontractors to said minority bidders on the basis of substantially equal proposals in the light most favorable to Paid minority businesses. The contractor shall be required to submit evidence of compliance with this section as part of the ' bid. As used in this section, the term 'minority bosiness" means a business at least fifty-one percent of which is owned by minority group members. Minoritv group members Include, but are not limited to blacks, women, native Americans. Orientals, Eskimos, Aleuts and Spanish Americans. The City will consider sworn affidavits 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, as a part of the bid, the following certification which will be deemed a part of the resulting contract. A bidder's failure to submit this certification or submission of a false certification shall render his bid nonrespone!^r. MINORITY BUSINESS ENTERPRISE CERTIFICATION �r'r�tS trtn S Certifies that: Name of Bidder (a) it gas (does not) Intend to sublet a portion of the contract work and ' POE, not) taken affirmative action to seek out and consider minority iness enterprises as potential subcontractors. 01 the taca made with potential minorlty business enterprise subcontractors r ,,,Its thereof are listed below. Indicate whether MBE or WMBE and inarlty group. (If necessary, use additional sheet.) ' fwk✓ MBE Min. Or. WM.BE 1 2. (Name of FSrm, Bid Item, Rcgy It ontacts ❑ ❑ 3. ❑ ❑ 4. ❑ ❑ ' 5 ❑ ❑ Mr./Ms. has been designated as ' the lies on officer for the administration of the minority business enterprise Program for this firm. 1 ' CERTIFICATION OF EQUAL EMPLOYMENT OPPORTUNITY REPORT tCertification with regard to the Performance of Previous Contracts or Sub- contracts subject to the Equal Opportunity Clause and the filing of Required Reports. ' The bidder X . proposed subcontractor , hereby certifies that he has X has not , participated in a previous contract or subcontract subject to tNe— ' equal opportunity clause, as required by Executive Orders 10925, 11114 or 11246, aad that he has i( has not filed with the Joint Reporting Committee the Director o t e Office oTTederal Contract Compliance, a Federal ' Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. pA \ /� (company)" i ' \ ZT3c7s) — Date: Ul 31 $¢ ' Note: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (t) (1), and must be submitted by bidders and proposed subcontractors only in connection with ' contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60-1.5. (Generally only contracts or subcontracts of ' $10.000 or under are exempt.) Currently, Standard Form 100 (EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in ■ previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7 (b) (i) prevents the award of contracts and subcontracts unless such contractor submits a report covering the deliquent period or such other period specified by the Federal Highways Administrstion or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. W-718 WELL #9 PUMP HOUSE WTR-9 +. #5 Contr4ct Documents SCERTIFICATION OF BIDDERS AFFIRMATIVE ACTION PLAN ' Bidder is to indicate by check-mark which of the following staterents pertains to this bid package, and is to sign the certification for that specific statement: ' ■) It is hereby certified that the bidder is exempt from the City's Affirmative Action Plan requirements because: "Average annual employment level is less than eight permanent employees, and the total contract amount with the City during the current year is less than $10,000." ' Company ate — ' Bt Title ' OR b) It is hereby certified that an approved Affirmative Action Plan is on file with the City of Renton, and that said Plan specifies goals and timetables which are valid for the -urrent calendar year. Company ate ' BY: Title t 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 1) Present utilization of minorities and females by job classification, 2) Goals and Timetables of Minority and Female Utilization, and t 3) Specifi: Affirmative Action Steps directed at increasing Minority and Female Utilization, tCompany Date Tit e ' OR I Y i d) It is hereby cr-tified that an Affirmative Action Plan will be supplied to the City of Renton 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 Ferules by Job Classification, 2) Goals and Timetables of Minority and Female Utilisation, and 3) Specific Affirmative Action steps directed at increasing Minority and F It Utilisation. Com any Date —� t Title Aev. 9/9/75 NON-COLLUSION AFFIDAVIT ' STATE OF WASHINGTON COUNTY OF � SS ' /U'_e- 57.Q1.0 105Ae—S tbeing duly sworn, deposes and says, that he is the identical person who submitted the foregoing proposal or bid, and that such bid is t genuine and not sham or collusive or made in the interest or on behalf of any person not thereir named, and further, that the deponent has not directly induced or solicited any other Bidder on the foregoing work or equipment to put in a sham bid, or any other ' person or corporation to refrain from bidding, and that deponent has not in any manner sought by collusion to secure to himself or to any other person any advantage over other Bidder or Bidders. ' SIGN HERE: ' Subscribed and sworn before me this day of ' notary u c n ' or tTie State of ' ,4C residing at therein. 1 ' CERTIFICATION RE: ASSIGNMENT OF ANTITRUST CLAIMS TO PURCHASER ' TO THE CITY OF RENTON RENTON, WASHINGTON: Vendor and purchaser recognize that in actual economic practice tovercharges resulting from antitrust violations are in fact usually borne by the purchaser. Therefore, vendor hereby assigns ' to purchaser any and all claims for such overcharges as to goods and materials purchased in connection with this order or contract, except as to overcharges resulting from antitrust violations ' commencing after the date of the bid, quotation, or other event establishing the price under this order or contract. In addition, vendor warrants and represents that each of his suppliers and subcontractors shall assign any and all such claims to purchaser, subject to the aforementioned exception. ame 0 ro,7ect eDresentative o er �ate3/ 1 1 1 4 MINIMUM WAGE AFFIDAVIT FORM 1 ' City of Renton COUNTY OF ss 1, the undersigned, having been duly sworn, deposed, say and certify that connection with the performance of the work of this project, 1 wily pay each classification of laborer, workman, or mechanic ' employed in the performance of such work; not less than the prevailing rate of wage or not less than the minimum rate of wages as specified in the principal contract; that I have read the above and foregoing statement and certificate, know the contents thereof and the substance as set `orth therein is true to my knowledge and belief. �UNIKAL.IUK ' ' Subscribed and sworn to before me on this "I" day of � 19 .... Notary Public in aro for the State ' of Washington Residing'at e' 1 1 1 i 1 1 1 I PART 2 CONTRACT FORMS I 1 1 1 1 1 1 1 CNBOvS ' CONTRACT This Contract, aade and entered Into this ..... day Of .4f.t 1 by and between the City of Renton, sasbiogton, a municipal corporation of the state of Washington, ►erelaafter called the e0woor■, and ....... JQWS.kYJIORS........... ....... • .....0................. ..... of ....Q`za:e..KRSr1y�lTQN.............................................. hereinafter called the ■ContrActormi tYITNESSETB: The Contractor, In consideration of the sum to be paid his by the Owner and of the covenants and agreements berain contained, hereby Agrees At his own proper cos and etpsose to do all the work and furnish all the aaterials, tom_ . labor, and all appliances, ' machinery, and appurtenances for Nall .a. S Pump Station to the erteot of the Proposal made by the Contractor, dated the .ti.G: day of :y i............... 1464. all to full cONpllance wit► the Contract Documents referred to hereis. The KIDDING REQUIREMENTS, Including the signed copy Of the proposal, the CONTRACT PORES, the CONDITIONS OF THE CONTRACT. the SPECIFIC►TIONS# and the DRAWINGS, which consist of 13 shoots entitled •Yell NO. 1 Puap Statlon,e Drawlog No. 517146.A1, dated July 1764, are hereby retorted to and by reference aade a part of this Contract as fully and completely as it the sea* were fully not forth hereto and are mutually cooperative therewith. ' In consideration of the performance of the work is set forth In these Contract Dccuasats, the Owner agrees to PAY to the Contractor the amount bid in the Proposal as adjusted is accordance with the ' Contract Documents, or as Otherwise ►ereln provided, and to sake such paTSahts In the manner and at the times provided in the :oatr&ct Documents. The Contractor &groom to complete the work within the ties specified her 6In and to accept as full payment heremader the Amounts computed t as determined by the Contract Documents and based on the Said Proposal. 517141.A1 Contract 1 r Th• Contractor agrees to rmaedy all detects appearing In the work or devel0piA9 In the materials furbished and the vorksamokip performed under this Contract for a period of 1 year after the date of acceptance r of the wort by the Owner. and further agrees to lsdasblty and save tie Owner harmless from any costs *accoutered Is remedying such defects. rIt is agreed the ties limit tar coapletioh of the Contract, based upon the Proposal shall be the 4r:}. day of .....I A Y......... rIs the sweat that the Contractor small fall to complete the work within the time limit or the arteaded time limit agreed apos, as more particularly set forth In the Contract Documents, liquidated damages r shall be paid at the rate of $400 per day. Sundays and legal holidays shall be excluded to determining days is default. r I1 WITNESS WWEREOr, the City has caused these presents to be signed by its mayor and attested by Its City Clerk and the Contractor has hereunto not his hau6 sad seal rthis iT'day of •a.,. ii.... :...... A.D., 11i.`f rCONTRACTOR / CITY Or 191TON •Mt$Rt1TAdMt/Owner Mayor Mr. Dennis Burke rI TEST. ........... Secretary Clt Clerk r d/b/a ......Gu4r1.Gu lcwv x►.......... r ,, rise came Iodlwldual..'//..Partaership... . rCorporation..........A...........Corporation State cf Incorporation rApproved as to form r .... ........................ Attar bey r r r317146.11 Contract 2 Attention: It business is A CORPORATION, name of the corporation shauld be t listed in full and both President and Secretary must alga the Contract, OR 1t one sigaatuc is permitted by corporation by-lass, a COPY of the by-lees shall be Saralshed to the City and made a part of the Contract Documents. It business is a PARTNERSHIP, full name of each partner should be listed followed by d/b/a (doing business is) and firs or trade miss; ' soy one partner may sign the Contract. If business is an INDIVIDUAL PROPRIETORSHIP, the mass of the owner should appear followed by d/b/a and Dame of the company. 1 1 1 t 1 ' s17346.A1 Contract 3 ' UGET CONSTRUCTORS ' :i35 Eaa:am•venue Ohrnpy Wwn.�:on 9e50: FndY.7f141 1519a)1 1 Seo'ember 4, 1904 Ronald Olssn Utility Engineer City of Renton Public Works Department 1 200 Mill Ave. S. Renton, 'fA 98055 1 Deer Mr. Olson: REF. WELL NO. 9 PUMP STATION 1 Pleasc be advised that only Dennis A. Burke, owner, is authorized to Sign change orders and execute contract documents. 1 yours Truly, 1 Dennis A. Burke, P.E. 1 1 1 1 1 i ISSUED 08128/Bl CITY OFBRENT0N G qp�i- "BUSINESS LICENSEJ1. J.FEE SA0-00 1233 E yTm AV FINANCE DILkMaar IW V,bu aIVII's vg (4aC,tYDrRanton Buunala I/COIW In"CofpanCawll Nona pl TR4 V,BuNMq RapylatAnaCMD 1,Cop f OanNato o,Mncaa of tnaCR avawfta IoC ply MY aMall W",CITYauHppnr apDllGpl IIr1IYlIcanaaonNavnoaf p •Ip IM RUGET COASTRUCTORS ' `aN. •-e 1235 E ♦TN AV ;. OLTM►IA WA 98501 }, ?Y�1 �l l is r'`• fA a 11•�' v r A. ..k. 1f`u •`I t e , b ' DEPARTMENT OF LABOR AND INDUSTRIES THIS CEAT6IF$THAT THE PERSON NAMED MEMEON 1E NEOISTEIIEO AS PROVIDED ST LAW AS A .w,mPe no.wuu,w •. irt,•�•ex O�n STATE Of WASHINGTON L=z3�1 •4LGE7'6��QORM de�D2Y8 ♦UCET CONSTRUCTTO,RSS -- OLYMPIA, WA 52 0i q s�.�><z�azAzvu 1 1 1 ' PUBLIC WORKS CONTRACT BOND STATE OF WASHI.NGTON EOND NO. 002671 tPMUIM: $2,968.00 1 KHOW ALL VEN BY THESE PRESENTS: That we, P.1aet Constructors _ as Principal, and Contractors Bonding 6 Insurance f y x tand firmly bound and obligated unto the State of Washington, City of RP.ntor: in the full and Just sum of TVo Hundtprl Thiitee 7i .cpven 521 (S 213, 887.52 ) lavf ul money of the United States . ar the payment of which am 100 well and truly to be made, we do bind ourselves, our and each of our heirs, executors and administrators, successurs and assigns, Jointly and severally, ' firmly by these presents. This bond is executed in p rsuance of Chapter 39.08 Revised Code of Washington. ' Th CONDITIONS OF THIS OBLIGATION ARE SUCH, That Whereas the Principal entered into a cartain contract with C;ty of Rpntnn dated the ,zca/=-�sy of ,,,.a.1 e, 1986, for w,.]1 un o T),M tat;„ W ,lq VOW TNEPEFORE, if the Principal shall faithfull) perform all of the provisions of such contract and pay all laborers, mechanics and subcontractor• and materialmen, and all personas who shall supply such person or persons, or subcontractors, with t provisions and supplies for carrving on of such work, then this obligation is void; otherwise to rem in in full force and effect. ' 90 change, extension of time, alteration or addition to the work to be performed under the contract shall in any way affect principal's or surety's obligation on this bond, and surety does hereby waive notice of any change, extension of time, 'alterations or addition* thereunder. PROVIDED, WCWEVER, that the conditions of this obligation shall not apply to any money loaned or advanced to the Principal or to an subcontractor or other ' person in the performance of any such work. SIGNED AND SEALED this lith day of ��t.mbr 19, ' Pu t Constructors 'Cl AL Contract=S Bondin Tnsunce Co, APPROVED ' TO FORT: SL.R g 6 ra TY AITO "J��/ �n ' A-) )f IV FACT Janet K. Lorraine WWWWW 1. wn'1w"m11 'nm. _ CONTRACTORS BOIDNl & INSURANCE CO. I:13 YJ4Y 9rm1 ru,. N'rhurnro wlp -'h. GENERAL POWER OF ATTORNEY RAaw r alaw ti J..parar Inr c wx.rran PnAarP♦u...Nr(.wr„ ..,xP,nnnm,kw.,y.n,r.I atJ ar.µ nvkr IM bw a M 4a4,a 11Muxnm aM Nany n.Ann,rvl Mw m Marto KmP t Dunn ' WaJYAN•, bah lhrr pre+enn nWr „mununW+.,.�u.r larnlA l,..w NNan4 NrNryII,m WRobw M.Rgtnrd ,a Swt4 KaMuµluml.rrw and hwul mor,rv,.o rw r .,rf,ull n•wn amf wlM,nn h.rrh Nm IarM n,N name pier W uenl I„eunvrr INw4cy.arhi bhurr.,mn+r,.,. Inrpe Fnruk,owi Punuwl w PCK Chapw ib:- elmawY larw Nwk pww+nl n,PlK(lupr.r N a mnc.4uwa.h•mh r rh.r brM an warJh unkrun+l m ra Irab nx wcwrkrµ rM arvl wm N L 1tl .xhn k.m.hao m w ' b rdw IN pr\ai wuI N R]S Opp Amur bavn6 IN 0. ,IN perul a I N f_i dOp perh.mr I W pyrrvm boob mr v a l rM Anal am N .,ppp Nd hrrb la wba wMh a IN cnnvrr n awaNM IN prlanur+r W n pvmmr hmnr�rm M ayeulr a Mn w awM`wwl mx Nw , pilp SPA praranlrad pAonw,rr and ppravmnn hail.Nx wrabµ IN 1eru1 wm d Ra]rl.GpO rrd bI brmb Ia x,ln whnh YIN raar�r n awW ed tN ti&A Nararxrrl t (,• W r and a Mwaa bw. Im tN agpian J Nxh N wnd�wA Nx ncw,1 ' S110 JaU rd rn bu,v tN(,mpan)IhrrNI r Cully and b IN tame nr d r ,xni,Nxrdr care r,Pnrd h IN Aran4nr :+Ird wrh tN rwporaN oral N eN Company.nd duh If,..tN h, ,n SnrelN hmhY rrdyvyl aM N W.v lµ w eM IN aad aatwrlryavwarl may dr n IN prnvn baaf y tra cans n made urrbr aM nY+u)lwn. N IN rowuµ lk rraphn+,n adoprd hY IN Puarl Narrron� ry wr Cmnanon PoNkryl i bnruuae Cumw,Y m W,ury a tW . Raaahad M.r IN Prnwrnl n awMxuN ro yawnl r all 1.W a.n d IN C v laar K 4n raw and Pr,bin M RaYrruwl , Attune wd aw is 2 b rW w balu9 N IN C, .,, y raurr Con I.enr w r,wa puwry In PCW ClµI t Ib 3r Anrawn nnra N+rd. ..,nJ N .k b P Crape la J r„mNW..ar RrlN r tl�Nxak art nrn.rY uwknr - w IN nab ' na r WIN- IN prW wm N U l w Nrnr pw mI nw IM,k .um N RaI OOp IN r WM Nx wc" b IN pml wm ry Sa!(9p prrhalr,anr W ryYmIN hmb wx acwAry W Irum,x LL\tUp nw I+,Nkr,.rh- -a INc,I nawankd Il. .,w<r anda rvrranl bond�.m rhr rWR+I• v Mh+n,awMl,wwl Nx want Slf Opp CPA N+ranleW Aria. ,I IN„WI aI t hmdr mI ru,wJvµ rN nrW,um N L•W QV W hn1 h,M,h•.mh whM,. Mrc n awedb IN tiPA awranraa pemrm.ne aM.a rvYmrnl hwk\ m IN arprParr v Mn an wunl well ma raneYa 1'.1P J.Y, Rwawwa hwNr IN,IN awhmey N IN NrreNh N IN i Nmrvm I•,,rn J.IN authenNrry rw mnnrrar N rM Ierea vN ndurmn m wY(wn+l Pnww N All,aro n Nrrh b4yIN w IN Mw4•nay pram. IN xPn+wnry N\'ry rN bPowaal ,New INl nmryM"t,rr ewe b IN"mr,' Ilnn W ANnr\mew,x IN nxq,uNl rrwI.N-r a Iµrwi by IN Nvrtw d IN Cwywy CbnJd SPIm (+ N+ h"1)almvrh.W FI M urµYohl RwdYJ lumbar IN,rM yr\rNrn ry IN 1•rw+4nt and N,xry P,.Mn arw IM,orryawe arA NNah an 4 apeui ,m w\(trwal I'uww d Ananw.axauury Ihn and rM haw,xp I.w,rrrdwxmY t nu\N h Iwvm14 Raad,rw fwhr IM Al r 4.t.,m«k pld phx n.naL\appvnrma Ixar K i„naur a Rlhn r+Ih II,Aar la(,wrura+I4axLwl i Imaane(,m,rvn.an'M1ml•v w,,.d d \Wew WhmN (aaeaarm RawdPµ i Yrwr CurnpanY N.taureJ INv Perron n•N.µad M w NI t aM n\c,ap raN rrJ o,b I,araro*.d th.4h d+,N Canaan Caro c)w, d Ww.r.w "` ----- -- ---- ------ -- . m.*w saw, \M rM1,.vlh.yu,x lanwn Ivq p.. 1.1ly appwN(lrrralw SNp h+me ldld I m N IN Peron , N IN <orp,rwmn INI r,nurmt rN I,.rmry+rW M doo Pa+e N An,xm a,,r\ma irQpJ Wd GwJ P„wer N M 4vrry b 1.rhr hw+NI v„Iwran x r and Ind N IN cap,xemn br IN urn , pure,.+Ihenv,mn,In,MI aaJ m rvIh a+h.l rNr M a awhnrunl In nninr IN+ul 4mJ Pecan,x Arr.uav 4r Wllr,w WNrna 1 Nw I,rnwle M mY(,WI aril aPprl m\Mn .I,N Iry x,I)wr tIW rh,Yr rYrIIIT ouo,h • Lion: / 1 I\F• Nxan P.M.rn aai Ia.IN na Fan N WaaMrygxn. nYB w Srlk ' TN wakl+rwd.aMry w,dar awhaw d the hwd d[Almon d CaWaaran I RoWad i Irawatta Coat MW tmq,ruµ NPR Iw rJ cww rip d tMN Camwrar Wdy i Y do ew C a�yrp•. W QW W Pnwn N APaner IrrIN by rtl CaryMy W tkn hw*y Lobe r INI IN aaA P.d A".w cH it,hnr Iw a"er (c'!wr ft Rldw my Nwd a IN rJ d raw Canny _,AS day,-'hT tt.,�..✓ 10 _._- SAGA!'.741*01.PGA orca COMPANIES WORDING� COVERAGES 4, .'.Coxsoan 6 Black, Inc. COVERAGES____ Black, _ P.O. Box C-?4201 ;"•:` A Oonaolidated Acerican/SIXES ' Seattle, WA 98124 - u., B Lloyds of Landrx. t •x. C Federal Insna']ence Co./Chubb Puget rcnstt•Ucto s 5 Dennis Bvrke, Indiv. ; 1235 East Kth Ave. ',,�d' D Olympia, WA 98501 �rt:4i E F%%W[pW ... I OFFCWf o•mw••Kf MbO WaW N.,•tan,.wW b e M MIM OOCtl.M^1 WAIF N,OKt Po WMxn M'.tIn`MH M%T, nI.F I, TCNC RRNN,In II,tat H%WNoINina NN' M •M{wM�iWM 01 W¢F OWSN 111 p`{4, •apTyan.Wl h.c•FUMw{n RYw'x+\I:a �_ W' N-fCAL tGf.11Gq oYiaRAE uAa�nr MF:.,.T,... 1 S00 1 500 1 � rowF =69766 2/1/65 MaN--m - M4nA t 250 s $00 .nF Cw.AMI U•ttnawNWJ.,HnC .. ,,' ', Yw(MVf.t nuh f`1t wtw,]44n 4,2. F t CvYxPK ! !MtlNM 1 ^M 1 1 B wwa.riw.)FW' EC 84043 2/1/85 ., ql%FIKw\ AYtOMOMVE IMMEN'V �� oa`�'e e,Te+:�.., s A ;1r4.Yl.f.v.{ CAL 169788 211/65 YYua.<.n.4... "I gum LwK T,irWr1. .1F IIN.f,4.'. � (85927 22 17 2/1/85 � �x ) 7 �1• ?�wm%w,� .xrlWt.c.wa I- 5,000 1 t1MY IWWaEM'COM►EN]AtION •�•, .w• and WIND 1 ;,,aW„wW<.tF aty of Renton an CH2FPTUTTn9inQfr9 are tit iorwl Insureds as respects: well PuR+ Station k9 C•n•NINbtr - +o WO an, rl mry above tlpwcuLe,^^.pohoes M Cancptkd Le•nre the e.DI,Aeon data Ih#110t th•Bswnf k0m _- pan,wIII epppplppyp;±+a•1 11�J day$ wniten ne1,c4 to IN,Won LNned CarIIL<aCF h01001 ww.xn l+ron.s i�n:•ncW+,.0 wW 9/6/&1 City Of Rentan "it Municipal B12 200 Mill Ave. S. I+aM an, WA 980 55 �fs, »urn ADDENDUM NO. 1 to the CONTRACT DOCUMENTS for the construction of WELL NO. 9 PUMP STATION CITY PROJECT W-718 ' City of Renton, Washington To All Planholders: July 25, 19B4 Gentlemen: CH2M. HILL Project: 517146.A1 The following changes, additions, and/or deletions are hereby made a part of the Contract Documents for the corstruction of Well No. 9 Pump Stati..n, City Project W-718, dated July 1984, as fully and comvletely as if the same were tset forth therein: 1. CITY OF RENTON CALL rOR BIDS In the second paragraph change "from the date of execu- tion of the Contract by the City" to "after the date of notice to Proceed." 2. SPECIFICATIONS ' A. SECTION 11004, VERTICAL TURBINE PUMP Page 4, at the center of the page, delete the sentence "Pump shall be furnished with a 1/4-inch diameter copper air line inserted into a one-inch diameter PVC air sleeve line, and a one-inch diameter PVC sensor sleeve line.• ' B. SECTION 11360, CHLORINATION EQUIPMENT AND ACCESSORIES ' 1. Page 3, fourth sentence from the bottom of the page, delete "faceplate, and one extra air tank." 2. Page 3, last sentence, change *Type B" to 'Type A." 3. DRAWINGS ' A. SHEET 11, POWER PLAN Add a 3/4" conduit with two (2) No. 12 THW and one (1) No. 12 THW ground conductors from the Telemetry Junction Box (TJB) in the telemetry room to circuit No. B in Panel LA. ' Addendum No. 1 Page 1 of 2 ' sa5543y i 1 1 B. SHEET 11, PANED- LA SCHEDULE In the lower right corns, under Circuit Descrip- tion on line 8, change •SPARE" TO •TJB." C. SHEET 13, VERTICAL TURBINE PUMP CIAGRAM 1 Delete vertical connection shown between and to the left of the time delay relay coil (TD1) and 1 the relay coil (TR) . Also, add a normally open (NO) contact in series with the time delay coil (TD2) . Label the contact •CR1.• 1 All Bidders shall acknowledge receipt and acceptance of this Addendum No. 1 by signing in the space provided herein and 1 in the Proposal and submitting the signed Addendum No. 1 with the bid. Bids submitted without this Addendum No. 1 will be considered informal. 1 Very truly yours, CH2M HILL 1 James V. Ding field 1 Receipt acknowledged and conditions agreed to on this of 1 �C�y�T �OdSSTZ�I/CTDP,S 1 Hisser S - 1 'f 1 Addendum No. 1 1 Page 2 of 2 1 ae554ly 1 PANT 3 ' CONDITIONS OF THE CONTRACT NJ a 0 ! WASHINGTON GENERAL :ONDITIONS Rev. 12/83 CONTENTS Pa7xa ! DEFINITIDNS ------------ 1. AS APPROVED ............................................ ! 2. AS SHOWN, AND AS INDICATED ............................. 3. BIDDER ......................... .......... ............. . ! 4. CONTRACT ....................... ........................ S. CONTRACT DOCUMENTS ..................................... ! 6. CONTRACTOR ......................... ....... ............ . 6 7. DAYS ................. ...... .. ...... ...... ........ ...... b ! B. DRAWINGS ....................... ............. ......... . b ! 1. ENGINEER .................................. ............. 6 10. NOTICE ............... ! 11. NOTICE TO PROCEED ...................................... 6 12. OF EQUAL . ......... . .... ................................ 6 ! 13. OWNER .................................................. 7 ! 14. PLANS (See DRAWINGS( ................................... 7 15. SPECIFICATIONS ......................................... 7 ! 16. SUBSTANTIAL COMPLETION ................................. 7 17. WJRN ................................................... 7 ! ! ! WA General Coniitlon� 1 Pages ' CONTRACT DOCUMENTS ' 18. INTENT OF CONTRACT DOCUMENTS ........................... 7 ' 19. Dl�CREPANCIES AND OMISSIONS ............................ 20. ALTERATIONS ............................................ 8 21. VERIFICATION OF CONTRACT DOCUMENTS ..................... 8 22. DOCUMENTS TO BE KEPT ON THE JOBSITE. .................... q 23. ADDI'[IONAL CONTRACT DOCUMENTS .......................... q ' 24. OWNERSHIP OF DRAWINGS .................................. q THE ENGINEER t 25. AUTHORITY OF THE ENGINEER , 26. DUTIES AND RESPONSIBILITIES OF THE ENGINEER ............ c 27. REJECTED MATERIAL .............. ........................ 1" ' 28. UNNOTICED DEFECTS ....... ......................... ...... 1 , 29. RIGHT TO RETAIN IMPERFECT WORK ................. .. ...... 1" 30. LINES AND GRADES ............... .................. ...... 11 , 31. SHOP DPANING SUBMITTAL PROCEDURE ................. ...... 11 32. DETAIL DRAWINGS AND INSTRUCTIONS ....................... 1? i THE CONTRACTOR AND HIS EMPLOYEES 33. CONTRACTOR ............. ................................ 1? 34. SUBCONTRACTING ......................................... 1'. t 35. INSURANCE AND LIABILITY .......................... ...... 1? ' 36. INDEMNITY .............................................. 15 37. TAXES AND CHARGES ................................ ...... 1' ' t WA General Conditions 2 ' Pages 36. ORDINANCES, PERMITS, AND LICENSES ...................... 16 39. SUPERINTENDENCE • 16 ' 40. RECEPTION OF ERGINEEPIS COMMUNICATIONS ................. 16 ' 41. REQUIREMENTS OF WASHINGTON LAN FOR PUBLIC CONTRACTS .... 17 42. SAFETY ................................................. 1a 43. PROTECTION OF WORN AND PROPERTY ........................ la 44. RESPONSIS'! ITY OF CONTRACTOP TO ACT IN EMERGENCY ....... 19 4S. MATERIALS AND APPLI►NCES ........................ ....... 14 ' 46. CONTRACTORS1 AND MANUFACTURERS' COMPLIAN^E WITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS • •.. 27 47. SUBSTITUTION OF MATERI►LS .. • a• 48. TESTS, SAMPLES, AND INSPECTIONS .... ................... . 21 49. ROYALTIES AND PATENTS .................................. >1 SC. CONTRACTOR'S RIGHT TO STOP WORK OR TERMINATE C04TPAC7 .. 51. CORRECTION OF DEFECTIVE NORM FOUND DUPING WARRANTY PERIOD ... ....................... PROGRESS OF THE WORN ' S2. SCHEDULES ANO PROGRESS REFOPTS . .......... .............. S3. PROSECUTION OF THE WOPF .............. .................. P3 ' 54. ASSIGNMENT ........ ..................................... 3 SS. OWNER'S RIGHT TO DO WORK ............................... 23 ' S6. OWNER'S RIGHT TO TRANSTFR EMPIOTMENT ................... 2- tS7. DELAYS AND EITENSION OF TIME ........................... P4 SE. LIQUID►TED DAMAGES ..................................... 2S S9. OTHER CONTRACTS ........................................ :5 1 WA General Coalitions 3 Pages ' 60. USE OF PREMISES ........................................ ?6 ' 61. SUBSTANTIAL COMPLETION DATE ............................ ?6 62. PERFORMANCE TESTING ................................... . 26 , 63. ONNEROS USE OF PORTIONS OF THE WORN .................... 27 LV. CLE►NINC UP ............................................ 27 PAYMENT 65. PAYMENT FOR CHANGE ORDERS .............................. 2' ' 66. PARTIAL PAYMENTS ....................................... 32 67. CL►IMS FOR EXTRA NORF .................................. 3_ 1 68. NOTICE OF CLAIM FOP DELAY 7? 69. RELEASE OF LIENS OR CLAIMS ............................. 3= 7C. FINAL PAYMENT ................................ .... .... .. 3? 71. NO WAIVER OF RIGHTS .................................... 72. ACCEPTWE OF FINAL PAYMENT CONSTITUTES RELEASF ........ ?V ' 1 1 WA General Conditions ' 4 ' wkSRIVGTON GENERAL CONDITIONS These General Conditions contain contractual-legal Articles that establish the requirements and conditions governing responsibility, policy, and procedures that apply during the construction 603 warranty period. This part of the Contract Documents to preprintei. ' ►ny modifications to the following Articles that are special to the project under consideration will be made in the Supplementary Conditions. Requirements and conditions that have special significance to the Contract for the contemplated work on this project are as set forth in the remaining sections of these Contract Docusents. ' DEFINITIONS ' wherever in the Contract Documents the following terms are uses, the intent and ■caning shall be Interpreted as follows: 1. AS APPROVED The words "as approved", unless otherwise qualified, shall be understood to be followed by the words "by the En3ine-r". 2. AS SHOWN, AND AS INDICATED The words "as shown" and "as indicated" shall be understooi to be followed by the words not the Drawings". 3. BIDDER The person or persons, partnershiov firs, or corroration submitting a Proposal for the work Contemplated. ' V. CONTRACT ' The "Contract" Is the written agreement covering the performance of the work and the furnishing of labor, materials, Incidental services, tools, and equipment in the construction of the work. It Includes supplemental agreements &sending or extending the work contemplated and which may be requlred to complete the work in a substantial and acceptable Banner. Supplemental agreements are written agreements covering alterations, amendments, or estensions to the Contract and include Contract Change Orders. S. CONTRACT D0001Ew;S 1 The "Contract t10cusents" consist of the Bidding Requirements, Contract Forms, Conditions of the Contract, the ' Specifications, and the Drawings. including all modifications thereof Incorporated into the Documents before their execution, and including all other requirements incorporated by specific reference thereto. These fora the Contract. VA General Conditions S 6. CONTRACTOR The person or persons, partnership, fire, or corporation who , enters into the Contract awarded his by the Owner. 7. DAYS , Unless otherwise specifically stated, the term mills* will be ' understood to bean calendar days. A. DRANINGS The term sDravingss refers to the official Drawings, profiles, cross sections, elevations, details, and other working drawings and supplementary drawings, or reproductions thereof, , signed by the Engineer, which show the location, character, dimensions, and details of the work to be performed. Drawings say either be bound in the same book as the balance of the Contract Documents or bound In separate sets, and are a part of the Contract Documents, regardless of the method of binding. 1. ENGINEER , The person or organization identifl.d as such in the =ontract , Documents. The tern "Engineer" means the Engineer or his authorized representative. 10. NOTICE , The tery "notice" or the requirewent to notify, As uses in the Contract Documents or applicable State or Federal statutes, ' shall signify a written communication delivered in person or by certifies or registered ■ail to the indlvidual, cr to a member of the firs, or to an officer of the corporation for , whom it is Intended. Certified or registered mail shall be addressed to the last business address known t ) his who gives the notice. 11. NOTICE TO PROCEED ' A written notice given by the Owner to the Contractor (with a , Copy to the Engineer) filing the date on which the Contract ties will Commence to run and on which the Contractor shall start to perform his obligation under the Contract Docusents. The Notice to Proceed shall be given within 30 days following ' ezecutlin of the Contract by the Owner. 12. OR EQUAL ' The term "or equalw shall be understood to indicate that the *equal" product is the sane or better than the product nesei 1n function, performance, rel1e b111ty, quality, and general configuration. Determination of equality In reference to the project design requirements will be Made by the Englnaer. 1 VA General Conditions , 6 t13. OWNER The person., organization, or public body identified as .^ h in the Contract Documents. ' 14. PLANS (See DRAWINGS) 1S. SPECIFIC►TIONS The term "Specifications" refers to the terms, provisions, and ' requirements contained herein. Where standard specifications, such as those of ASTM, AASRTO, etc., have been refe7 ad to, the applicable portions of inch standard specifications shall become a part of these Contract Documents. ' 16. SUBSTANTIAL COMPLETION ' "Substantial completion" shall be that degree of completion o! the project or a defined portion of the project, sufficient to provide the Owner, at his discretion, the full-time nap of the project or defined portion of the project for the purposes for ' which it was Intended. 17. WORK ' The word "work" within these Contract Documents shall include all material, labor, tools, and all appliances, machin±ry, ' transportation, and appurtenances necessary to perfory and complete the Contract, and such additional items not specifically indicated or described which can be reasonscly inferred as belonging to the ltes described or lndicsted and as required by good practice to provide a complete and satisfactory system or structure. As used herein, "provide" shall be understood to mein "provide complete in-place". that 1 is, "furnish and install". CONTRACT DOCUMENTS -------- --------- 18. INTENT OF CONTRACT. DOCUMENTS The Contract Documents are complementary, and what is called for by one shall be as binding as if called for by all. The intent of the Documents is to include all work (except ' specific items to be furnished by the Owner) r>cessary for completion of the Contract. Materials or wore described in words which so applied have a well-known technical and trade meaning shall be held to refer to such recognized standsrds. ' WA General Conditions 7 19. DISCREPANCIES AND OMISSIONS , Any discrepancies or omissions found in the Contract Documents shall be reported to the Engineer immediately. The Engineer will clarify discrepancies or omissions, in writing, within a ' reasonable tie*. In resolving inconsistencies among two or ■ore sections of the ' Contract Documents, precedence shall be given in the following order: 1. CONTRACT ' 2. SUPPLEMENTARY CONDITIONS 3. INSTRUCTIONS TO BIDDERS w. GENERAL CONDITIONS , S. SPECIFICATIONS 6. DRANINGS Figare disensions on Drawings shall take precedence over scale ' dimensions, detailed Drawings shall take pre-edence over general Drawings. 20. ALTERATIONS , The Owner, without invalidating the Contract, may crier ' changes in the work within the general scipe of the Contract by altering, adding to, or deducting fro% the work, the Contract being adjusted ACCOrdingly. All such work shall b• , executed under the conditions of the original Contract, except as specifically adjusted at the time of ordering such change. In giving instructions, the Engineer may order minor chances ' in the work not involving extra cost and not inconsistent with the purposes of the project, but otherwise, except in in emergency endangering life or property, additions or deductions from the work shall be performed only in pursuance of an approved Change Order fro■ the Owner, signed or countersigned by the Engineer, or a Change Order from the , Engineer stating that the Owner has authorized the deduction, Addition, or change and no claim for additional payment shall be valid unless so ordered. It the work is reduced by alterations, such action shall not ' constitute a Claim for damages based on loss of antielpated profits. , 21. VERIFICATION OF CONTRACT DOCUMENTS The Contractor shell thoroughly eaamine and become familiar with all Of the ♦arious parts of these Contract Documents an^. determine the nature and location of the work, the general an4. local conditions, and all other matters which Can in any way ' affect the work under this Contract. Failure to sake in examination necessary for this determination shall not release the Contractor fro■ the obligations of this Contract. ?he , Contractor warrants that no verbal agreement or Conversation with any officer, agent, or employee of the Owner, or with. the NA General Conditions ' d Engineer either before or after the execution of this Contract, has affected or modifies any of the terms or obligations herein contained. ' ?e. DOCUMENTS TO BE FEPT ON THE JOBSITE The Contractor $bell keep one copy of the Contract Documents on the jobslte, In good order, •vallable to the Engineer and to his representatives. 23. ADDITIONAL CONTRACT DOCUMENTS ' The Engineer will furnish to the Contractor on request and free of charge, six copies of the Contract Documents ani six ' sets of full-sired Drawings. Additional copies of Contract Documents or Drawings say be obtained on request by paying the Actual cost of reproducing the Contract Documents or Drawings. ' 24. ONWE-'.t HIP OF DRAWINGS All Drawings, Plans, Specifications, and copies thereof ' furnisbed by the Engineer are his property. Thew are not to be use' on other work and, with the ozeeotion of the signed Contract set, are to be returned to hie on request at the ' completion of the work. Any reuse of these m•teriala vlthoot specific written verification or adaptation by the Engineer will be at the risk of the ussr and without liability or legal expense to the Engineer. Any such verification or adaptation will entitle the Engineer to further compensation at rates to be agreed upon by the user ani the Engineer. All vodels are the property of the Owner. ' THE ENGINEER 2S. AUTHORITY OF THE ENGINEER The Engineer shell be the Ovner4s representative Turin; the ' construction period. His authority and responsibility shall be limited to the provisions set forth In these Contract Documents. The Engineer shall have the authority to reject work whenever such rejection ■ay be necessary to ensure execution of the Contract in accordance with the Intent of the Contract Documents. 26. DUTIES AND RESPONSIBILITIES OF THE ENGINFrp The Engineer will make periodic visits to the site of the project to observe the progress and quality of the work and to determine, in general, It the work is proceedlhq in accordance with the Intent of the Contract Documents. he shall not be required to sake comprehensive or continuous Inspections to check quality or quantity of the work, and he shall not be responsible for construction means, methods, techniques, sequences, or proceduresg or for safety precautions sDd ' programs in connection with the work. visits and observations made by the Engineer shall not relieve the Contractor of his VA General Conditions 9 obligation to conduct comprehensive Inspections of the work t and to furnish materials gad perform acceptable work, and to provide adequate safety precautions, In conformance with the Intent of the Contract. The Engineer will sake decisions, in writing, on all claims of the Owner or the Contractor arising from interpretation or elocution of the Contract Documents. Such decision 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 sad* in compliance with Article ' ALTERATIONS. One or more Inspectors say be assigned to observe the work and to act to matters of construction under this Contract. It Is , understood that such inspectors shall have the power to issue Instructions and make decisions within the limitations of the authority of the Engineer. Such Inspection shall not relieve , the Contractor of his ebllgations to conduct comprehensive inspections of the work and to furnish materials and oerfor- acceptable work, and to provide adequate safety precautions, In conformance with the intent of the Contract. , 27. REJECTED MATERIAL any material condeened or rejected by the Engineer or hi= , authorized Inspector because of nonconformity with the Contract Documents shall be resoved at once frov the viciti•y , of the work by the Contractor at his own etpense, ani the same shall not be used on the work. 26. UNNOTICED DEFECTS ' Any defective work that nay be discovered before the final acceptance of work, or before final payment has teen male, or ' during the guarantee period, shall be removed and replaced by work which shall conform to the provisions of the Contract Documents. Failure on the part of the Engineer to condemn or reject bad or Inferior work shall not be construe! to imply , acceptance of such work. The Owner shall reserve and retain all of its rights and remedies at law against the Contractor and Its Surety for correction of any and all latent defects , discovered after the guarantee period. 29. RIGNT TO RETAIN IMPERFECT WORN If any part or portion of the work completed under this t Contract shall prove defective and not in accordance with the Or •ings and Specifications, and if the imperfection In the ' sue shall not be of sufficient magnitude or importance as to sake the work dangerous or unsuitable, or if the removal of such work will create conditions which are dangerous or ' undesirable, the Owner shall have the right and authority to retain such work but shall make such deductions in the final payment therefor is say be just and reasonable. 1 WA G*neral Conditions , 17 30. LINES AND GRADES Lines and grades shall be established as provilel in the ' Supplementary Conditions. All stakes, marks, and other reference information shall be carefully preserved by to Contractor, and In case of their careless or unnecessary destruction or removal by his or his employees, such stakes. ' marks, and other information will be replaced by the Engineer at the Contractor's espause. ' 31. SHOP DRAmING SUBMITTAL PROCEDURE The Contractor shall submit, in quadruplicate, to the Engineer for his review, such shop drawings, electrical diagrams, ani ' catalog cuts for fabricated items and vanufactured Stems (including mechanical and electrical equipment) requlrel for the construction. Shop drawings shall be submitted In ' sufficient time to allow the Engineer not less than 21 regular working days for examining the shoo drawings. These shop drawinga shall be accurate, distinct, and complete, and shall contain all requlrei information, including satisfactory identification of items, units, ■nl assevhlies in relation to the Contract Drawings and Specifications. Unless otherwise approved by the Engineer, shop drawings shall be submittei only by the Contractor, who shall inlicste by a signed stamp on the shop lravings, or other approved veins, that he (the Contractor) has checkel the shop drawings, and that the work shown is in accordance with Contract ' requirevents and has been checked for dimensions and relationship with work of all other trades involved. The practice of submitting Incomplete or uncheckel shop lrawings for the Engineer to correct or finish will not be acceptable, and shop drawings which, in the opinion of the Engineer, clearly 4-dicate that they have bot been checked by th+ Contractor will be considered as not complying with the intent ' of the Contract Documents and will be returned to the Contractor for resubmission in the proper fort,. when the shop drawings have bean reviewed by the Enatneer, two sets of submittals will be returned to the Contractor appropriately Steeped. If major changes or corrections are necessary, the shop drawing may be rejected and one set will ' to returnel to the Contractor with such changes or corrections indicated, and the Contractor shall correct and resubmit the shop drawings In quadruplicate, unless otherwise directe! by the Engineer. No changes shall be sale by the Contractor to resubmitted shop drawings other than those changes indicate! by the Engineer, unless such changes are clearly described in A letter accompanying the resubmitted shop cravings. ' VA General COnditions 11 r The review of such a.hop drawings and catalog cuts by the Engineer shall not relieve the Contractor from responsibility r for correctness of dimensions, fabrication details. And Bosco requiresents, or for deviations from the Contract Drawings or Specifications, unless the Contractor has called attention to ' such deviations In writing by a letter accompanying the shop drawings and the Engineer approves the change or deviation In writing at the tin• of submission; nor shall review by the r Engineer relieve the Contractor from the responsibility for errors in the shop drawings. When the Contractor does call such deviations to the attention of the Engineer, the Contractor shall state In his letter whether or not such r deviations involve any deduction or extra cost adjustment. 32. DETAIL DRAWINGS AND INSTRUCTIONS r The Engineer will furnish, with reasonable promptness. additional Instructions by means of Drawings or otbervisp, if, r In the Engineerls opinion, such are required for the proper execution of the work. All such Drawings and instructions will be consistent with the Contract Documents, true developments thereof, and reasonably Inferable therefrom. r THE CONTRACTOR AND HIS E4PLOf EES 33. CONTRACTOR 'lie Contractor shall Independently perform all work unl or this r Contract and shell not be consilered as an agent of the nwnpr, nor shall the Contractorls subcontractors or eTployeea h, subagents of the Owner. r 34. SU3CONTRACTINO Within 30 days after the execution of the Contract, the ' Contractor shall submit to the Engineer the names of all subcontractors proposed for the work, including the names of any subcontractors that were submitted with the Propostl. The r Contractor steal: not employ any subcontractors that the Engineer may object to an lacking capability to properly pertove work of the type And seopr anticipated. r The Contractor agrees that he is as fully responsible to the Owner for the acts and omissions of his subcontractors and of persons either directly or Indirectly employed by the% as he r Is for the acts and omissions of persons directly employed by his. r r r WA General Conlitions r 1? Nothing contained In the Contract Documents $hall Create any contractual relationship between any subcontractor and the Owner. 3S. INSURANCE AND LIABILITY A. GENERAL tThe Contractor shall provide (from insurance companies acceptable to the Owner) the insurance coverage designated hereinafter and pay all costs. 1 Before commencing work under this Contract, Contractor shall furnish the Owner with certificates of Insurance specified herein showing the type, amount, class of operations covered, effective dates, and data of expiration of policies, and containing substantially the following statement: "The insurance covered by this certificate will not be cancelled or materially altered, except after 10 days' ' written notice has been received by the Owner." In case of the breach of any provision of this Article, the Owner, at his option, may tale out and maintain, at the expense of the Contractor, such Insurance as the Owner may deev proper and say deduct Ie cost of su.h insurance ' fro' any monies which may be - r becove lue the Contractor under this Contra(., B. CONTRl CTOP AND SUBCONTRACTOR INSURANCE ' The Contractor shall not commence work under this Contract until he has obtained all the Insurance required hereunder t and such insurance has been reviewed by the Owner, nor 'hall the Contractor allow say subcontracto• to commence work on his subcontract until Insurance specifivd below has been btaineJ. Review of the Insurance by the Owner ' 'hall not relieve or decresse the liability of the Contractor hereunder. tC. COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE The Contractor shall maintain during the life of this ' Contract the statutory Worksen's Compensation, in Additions Employers& Liability or "Stop-Gao" Insurance In An amount not less than 2100,000 for each occurrence, for all of his employees to be engaged in work on the project ' under this Contract and, in case any such York is sublet, the Contractor shall require the subcontractor similarly to protlde Norkeen's Cospensation and Emplover Is Liability ' Insurance for all of the latterss employees to be engaged in such work. Where work under this Contract lncluivs any water or navigational exposure, coverage shall be included ' to cover the Federal Longshoremen's and Harborvorkerss Act and the Federal Jones Act. ' WA General Conditions 13 r D. GENERAL LIABILITY INSURANCE (INCLUDING AUTOMOBILE) The Contractor shall maintain during the life of this r Contract Such general liability and automobile liability Insurance As will provide coverage for claims for damages r for personal injury, including accidental death, as well a$ for claims for property damages which say arise directly or indirectly fra■ perforeance of the work under r this Contract. Coverage for property damage shall be on a "broad fors" basis. Amount of insurance to be provided shall be tot less than $300#000 for bodily injury for each occurrence, with coverage for property damage not less r than $100,000, plus umbrella excess liability for the general liability and automobile liability Insurance in an amount not less than S2000,09n per occurrence In erceas r of the above-stated primary limits. In the event any work under this Contract Is oerforsed by r a subcontractor, the Contractor shall he responsible frr any liability directly or Indirectly arising out of th. work performed under this Contract by a subcontractor, which liability Is not covered by the subcontractor's r Insurance. The Contractorts and any x4bcontrictores general liability r and automobile liability insurance policies shall include the Owner and Engineer, their officers, agents, and employees as additional Insureds for any claims arislr.: out of work perfcrsed under this Contract. r E. BUILDERS RISK ALL RISK INSURANCE Unless otherwise modified in the Supplesentary Conditions, r the Contractor shall secure and maintain during the life of this Contract, Builders Risk All Risk Insurance r coverage for 1C0 percent of the Contract amount. Such insurance shall Include coverage for earthquake. landslide, flood, collapse, all other risks, and loss ,due to the results of faulty workmanship, ■ad shall provide r for losses to be paid to the Contractor and the Owner as their interests may appear. F. INSURANCE COVERAGE FOR SPECIAL CONDITIONS r shet the construction is to be accomplished within a public or private right-of-ray requiring special insurance r coverage, the Contractor shall confors to the particular requirements and provide the required insurance. The Contractor shall Include in his liability policy all r endorsements that the said authority may require for the protection of the authority, Its officers, agents, And employeesa Insurance coverage for special conditions, r when required, shall be provided as set forth It the Supplementary Conditions. r WA General Conditions r 14 G. 10 PERSONAL LIABILITY OF PUBLIC OFFICIALS In carrying out any of the orovisloos hereof in eterclsing any authority granted by the Contract, there will be nn 1 personal liability upon any public official. 36. INDEMNITY ' The Contractor shall defead, indesnlfy, And hold harmless the Owner, the Engineer, and their agents and employees fro% and against any and all suits, actions, legal or administrative proceedings, claims, demands, damages, penalties, fines, casts, and expenses of whatsoever kind or character, including tit not limited to attorneys' fees and expenses, whether for ' bodily injury, sickness, disease or death, or to injury to or destruction of property, including the loss of use resulting therefrom, arising out of or 1n any sander caused or occasional or claimed to be caused or occasional by any act, ' oslasion, fault, or negligence of Contractor or anyone actinq on his behalf, Including but not limited to subcontractors and vendors, their subcontractors and subvendors, and the ' •Nployeev and agents of any of the foregoing, In connection with or incident to this Contract or the work to be performed hereunder, except where caused by the sole negligence of the ' indeanitee. Without 11v1tinq the foregoing. Contractor shall defend, Indemnify, and hold harmless the Owner, the Fngtneer, and their agents and employees from and against any and all suits, actions, legal or administrative proceedings, claims, dveanls, damage%, penalties, fines, costs, and expens^s of whatsoever klod or character, Including but not limited to attorneys' fees and aspenses, arlslnq out of or by reason of any dasagq or Injuries (including death) to any person or entity employe! ' by or acting on Contractorts behalf under this Contract, except where caused by the sole negligence of the indesnitee. The obligation of the Contractor under this Article shall not ' extend to the liability of the Engineer and his agents or employees arising out of the preparation or approval of raps. drawings, opinions, reports, surreys, Change orders, lesions, or Specifications. 37. TAXES AND CNARGFS The Contractor shall collect from the Owner And resit to the State, retail sales taw on the Contract asoutt as required by the laws, statutes, and regulations of the state of Washingtoc ' and its political subdivisions. The Owner will claim any exemption from retail sales tax authorited by law. The Contractor shall pay all other Federal, State, and local sales, use, and other taxes applicable to the work and the Contractoras activities under the Contract. mA General Conditions LS The Contractor shall withhold and pay any and all withholding ' tests, whether State or federal, and pay all Social Security charges and also all state Onesploysent Compensation charges, and pay or cause to he withheld, as the case say he, any end all tests, charges, or fees or sues vhatsoever, which are now ' or may htreatter be required to he paid or withheld under any laws. 39. ORDIN►NCES. PERMITS, AID LICENSES t The Contractor shall keep himself folly informed of all local ' ordinances, as well as State end Federal laws, which in any manner effect the work herein specified. The Contractor shall at all times comply with tali ordinances, laws, end regulations, and protect and lufesnify the Owner and Its ' officers and agents against any claim or liability arising from or hosed on the violation of any such laws, ordinances, or rtqulatioos. All peraits, licenses, and inspe=Lion fees ' necessary for prosecution and completion of the work shall be securtd and paid for by the Contractor, unless otherwise specified. 39. SDPERINTENOEN:E The Contractor shall keep on the work, during its progress, , coapetent supervisory personntl. The Contractor shall designate, in writing, before starting work, a project superintenient who shall have complete authority to renreson, ' and to act for the Contractor. The Engineer shall be notifle! in writing prior to any Change in superintenient assllnvent. The Contractor shell give eff+-tent sunervieion to the work, using his best skill end attention. The Contractor shall be ' solely responsible for all construction means, methods, techniques, and procedures, ant for providinc adequato safety precautions and coordinating all portions of the work under ' the Contract. It is specifically understood an! agrett that the Engineer, its employees and agents, shall not have control or charge of and shall not be responsible for the construction ' seanse methods, techniques, procedures, or for nraviltrq adequate safety precautions in Connection with the work under the Contract. 40. RECEPTION OF ENGINEEReS CORMCII:►TIONS ' The superintendent shall receite for the :ontra_tor all , communications from the Engineer. Communications of major importance will be contirtvd in writing upon request from the Contractor. , m► General Conditions ' 16 Y1. RFOCINEPENTS OF WASHINGTON LAW FOR PUBLIC CONTRACTS Wben the Contract Documents concern public socks of the State or ■ny county, sunic1p411ty, or polftiul subdivision created ' by its less, the applicable statutes of the State of Washington shall apply. For this reason, the following chapter. ,., ... F..iscd Coda oI :.wuington, to lnclade the let at additions and revisions, are incorporated by reference As parts of these Contract Documents: 1. 31.12 (cosurning the prevailing wage rates t,, be paid to ' joulseymen and apptentices on public rocks, the cart if lutes reauired by the State In Contracts for public works, the Arbitrator to cases of dispute of wages, and the penalties involve! It thsse statute* Are violated). The Contractor shall pay not less than the prevailing rate ' of wages in accordance with Washington PCs 34.12.021. Certificates of sage payments by the Contractor shell be submitted to the Owner to accordance with PCs Wage certification foram shill be provided by the ' Contractor. No workman, laborer, or mechanic employed in the performance of any part of this Contract shall be pill less than the *prevailing rate of wages as determined by the Iniust"Al Statlsticisn of the Department of Labor an! ' Industries. The schedule of the prevailing wage ratty for the locality or localities where this Contract will be Performed is by reterence made a part of this Contract As though fully set forth heroin. ' In ease a dispute arisen as to what are the prevalling rates of wages for work of A similar nature and su,t dispute cannot be adjusted by the partles in interest, Including labor and management representatives, the satter shall be referred for arbitration to the Director o! the D*partssot of Labor and Industries of the State, And his derision therein shall be final and conclusive ant binding on all parties involved in the dispute as oroyldei 'or by RCW 39.12.060, as asended. The Owner does not guarantee that labor can be procured for the miniaum wages in the wage scale. The rates of ' wages listed are minimum only, belay which the Contractor Cannot page and they do not conatitute a representation that labor can be procured for the minimum listed. The Contractor shall aacertmin for hisself the wanes above the minimum set forth that he say have to pay. WA General Coalitions 17 B. 31.16 (concerning the employment preference to be given ' residents of the State of washington)• C. e9.28 (concerning the definition of a working day, emergency overtime provisions, the penalties and , cancellation of Contracts for violation of these - statutes). It is understood and agreed that all parties to this Contract ' shall determine the contents of these applicable statutes and comply with their provisions throughout the performance of the Contract. ' 42. SAFETY The Contractor shall be solely ad Completely responsible for ' conditions of the jobsite, inC ning safety of all persons (incl-dlcg employees) and property during performance of the , work. This requirement shall apply continuously and not be limited to normal workirg hours. Safety provisions shall conform to D.S. Department of Labor (OSHA), the Statas Occupational Safety and Health act, and all other applicable ' Federal, State, County, sod local laws, ordinances, toles, the requirements set forth below, and any reonlations that may be detailed in other parts of these Documents. where any of ' these are in conflict, the more stringent requirement shall be followed. The Contractor's failure to thoroughly familiarize hisaelf with the aforementioned safety provisions shall not ' relieve him from compliance with the obligations and penalties set forth herein. The Contractor shall develor and maintain .ar the duration of this Contract, a safety program that will effectively Incorporate and implement all required safety provisions. The Contractor shall appoint an employee who Is qualified and , authorised to supervise and enforce compliance with the safety program. The duty of the Engineer to conduct construction rriew of the ' work. is not intended to Include a review or approvai of the adequacy of the Contractor's safety supervisor, the safety Program, or any safety measures taken in, on, or near the t construction site. The Contractor, as a part of his safety program, shall , maintain at his office or other well-knov� place at the jobsite, safety equipment applicable tr the work as prescribed by the aforementioned authorities, all articles necessary for giving first aid to the injured, and shall establish the , procedure for the Immediate removal to a hospital or a doctor-'s care of persons ( including employees) who ray be Injured on the jobsite. VA General Conditions , In If death or serious injuries or serious damages are caused, the accident shall be reported Immediately by telephone or messenger to both the Engineer and the Owner. In addition, the Contractor oust promptly report in writing to the Engineer ' all accidents whatsoever arising out of, or in connection with, the performance of the work whether on, or adjacent to, the site, giving full details and statements of witnesses. It A Claim is made by anyone against the Contractor or any subcontractor on account of any accident, the Contractor shall promptly report the facts in writing to the Engineer, giving ' full details of the Claim. 43. PROTECTION OF WORN AND PROPERTY ' The Contractor shall at all times msfely guard the Owners property fr. m injury or loss in connection with this Contract. The Contractor shall at all times safely guard and protect ' from damage his own wort, and that of adjacent Property. All facilities required for protection by State or municipal lava a .d regulations and local conditions, must be provided and ■alntainei. The Contractor shall protect his work and materials frov damage d,ie to the nature of the work, the elements, carelessness of other Contractors, or from any cause whatever until the completion and acceotance of the work. All loss or damages arising out of the nature of the work to be done under these Contract Documents, or from any unforeseen obstruction or defects which say be encountered in the prosecution of the work, or from the action of the eleeenta, shall be sustair.el by the Contractor. 44. RESPONSIBILITY OF CONTRACTOP TO ACT I4 EMERGENCY In case of an e.,rgency which threatens loss or injury of property, and/or safety of life, the Contractor shall act, without Previous instructions from the Owner or cnglneir, as ' the situation may warrant. The Contractor shall notify the Engineer thereof Immediately thereafter. Any clam for compensation by the Contractor, together with subvtantlating documents in regard to expense# shall be submitted to the Owner through the Engineer and the amount of compensation shall be determined by agreement. 45. MATERIALS AND APPLIANCES Unless otherwise stipulated, the Contractor shall provide ani ' pay for all materials, labor, eater, tools, equipment, light, power, transportatfou, and other facilities necessary for the execution and completion of the work. 1 ■A General Conditions 19 Unless otherwise specified, all materials shall be new, and t both workmanship and materials shall be of good quality. The Contractor shall, if required, furnish satisfactory evidence as to the kind and quality of ■ateriale. ' In selecting or approving equipment for Installation in the project, tLe Owner and Engineer assume no responsibility for Injury or claims resulting from failure of the equips-at to ' comply with applicable national. State, and local safety codes or requiresents, or the safety requirements of a recognized agency, or failure due to faulty design concepts, or defective , workmanshie and materials. Nl. CONTRACTORSO AND RANUFACTURERSO COMPLIANCE KITH STATE SAFETY, OSHA, AND OTHER CODE REQUIREMENTS ' The completed work shall include all necessary permanent sifety devices, such as machinery guards and similar ordinary ' safety Stems required by the State and Federal (OSHA) industrial authorities and applicable local and national codes. Further, any features of the work (including ' Ovner-selected equipment) subject to such safety regulations shall be fabricated, furnished, and installed in :oa?llance with these requirements. Contractors and sanufacturers of equipment shall be held responsible for comoliance vith the , tequirements Included herein. Contractors shall notify all equipment suppliers and subcontractors of the provisions of this Article. , 47. SUBSTITUTION OF MATERIALS Except for Owaer-selected equipment Stems, and items where no substitution is clearly specified, whenever any riterial, article, device, product, fixture, fors, t)ve of construction, or process is Indicated or specified by patent or proorletery , Pave, by name of manufacturer, or by catalog number, ,uch specifications shall be deemed to be used for the purpose of establishing a standard of quality and facilitating the ' description of the material or process desired. this procedure is not to be construed as eliminating from competition other products of equal or better quality by other manufacturers where fully suitable in design, and shall be , deemed to be followed by the words eor equal". The Contractor may, in such cases, submit complete data to the Engineer for consideration of another material, type# or process which shall be substantial!, equal in every respect to that so indicated or specified. Substitute materials shall not be used unless approved in writing. The Engineer will be the , sore judge of the substituted article or material. 1 NA General Conditions , 29 45. TESTS, SARPLES, AND INSPECTIONS The Contractor shall furnish, without a-tra charge, the necessary test pieces tnd samples, including facilities and ' labor for obtaining the se se, as requested by the Engineer. When required, the Contractor shall furnish certificates of tests of materials and equipment made at the point of manufacture by a recognised testing laboratory. 1 The Owner, Engineer, and authorised government agents, and their representatives shall at all tines be provided safe ' aecess to the work wherever It is in preparation or progress, end the Contractor shall provide facilities for such access and for inspection, Including vaintenance of temporary and ' permanent access. If the Specifications, the Engineers instru -tions, laws, ordinance :, or any public authority reeuire any work to be special], tested or approved, the Contractor shell glve timely notice o, its readiness for inspection. Inspections to be conducted by the Engineer will be promptly made, and where ' practicable, at the sourer of suoply. If any work should be covered up without approval or consent of the Engineer, it shall, if required by the Engineer, be uncovered for examin ,tion at the Contractor's expense. Reexamination cf questioned work say be ordered by the Emllneer, and, It so ordered, the work shall be uncover=d by the Contractor. It such work is found to be 1n accordance with the Contract Document&, the Owner will pay the coat of reexamination and replacement. If such Work is founi to be ' not in accordance with the Contract Documents, the Contractor shall correct the defective work, and the cost of reexamination and correction of the defective work shall be paid by the Contractor. 49. ROYALTIES AVD PATENTS ' The Contractor shall pay all royalty and license Leese unless otherwise specified. The Contractot shall defend all suits or claims for infringement of any patent rights ■nd shall save ' the Pener and the Engineer harmless from loss on account thereif. 50. CONTRACTOR'S RIGHT TO STOP WORK OR TERPINATE CONTRACT If the work should be stopped under an order of any court or other public authority for a period of Pore than 3 months, through no act or fault of the Contractor or of anyone employed by his, or if the Engineer should fail to Issue any estimate for payment within 1S lays after it f je, or St the Owner should fail to pay the Contractor within + days after the time specified in Art' . 'e PARTIAL PAYIENTS, any sum certified by the Enginear, then the Contractor AT, upon 15 days• written notice to the Owner and the Engineer, stnp t work or terminate this Contract and recover from the Owner payment for all work executed and any loss sustained upon. any 1 WA General Conditions 21 plant or material and reasonable profit, unless said default has been remelted within said time. ' 51. CORRECTTON OF DEFECTIVE NOPF FOUND DOPING ■ARPANTr PERIO_ The Contractor hereby agrees to make, at his own expense, all ' repairs or replacesents necessitated by defects in materials or workmanship, .nppliod under terms of this Contract, and pay for any damage to other works resulting from such defects, which become evident within 1 year after the date of final acce Dtance of the work or within 1 year after the date of substantial completion established by the Engineer for , specified items of equipment, or within such longer period of time as may be prescribed by law or by the terms of any Applicable special guarantee required by the Contract , Documents. The Contractor further assumes responsibility for a stellar guarantee for all work and materials or Dvlded by subcontractors or manufacturers of packaged equipment ' components. The effective date for the start of the guarantee or warranty period for equipment qualifying as substantially co*nlete is defined in Article SUBSTANTIAL COMPLETION, and Article SUBSTANTIAL COMPLETION DATE, in these General ' Conditions. The Contractor also agrees to hold the Owner harmless from liability of any kind arising fro% damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written order for save from the Owner. If the Contractor fails to make the re^alrs and replacements promptly, the Owner may do the work, an! the Contractor and his Surety shall be liable for the cost ' thereof. Any additional requirements for the project relative to correction of defective work after final acceptant- are set forth In the Supplementary Conditions. ' PROGRESS OF THE wORF S2. SCHEDULES AND PROGRESS REPORTS Prior to starting the construction, the Contractor shall ' prepare and submit to the Engineer for review, a progress schedule showing approximately the dates on which each Dart or division of the work is expected to be started end finished. The progress schedule shall be brought up to date and submitted to the Engineer At the end of each month or at sure other times the Engineer may request. The Contractor shall also forward to the Engineer, at the end of each month, an lteatted report of the delivery status of major and critical items of purchased equipment and material, ' Including shop drawings and the status of shop and field fabricated work. These progress reports shall indicate the date of the purchase order, the current percentage of ' completion, estimated delivery, and cause of delay, if any. M► General Conditions ' 2? If the completion of any part of the work or the ielivery of materials Is behind the approval schedule, the Contractor shall submit in writing a plan acceotable to the Ovner and Engineer for bringing the work up to schedule. ' The Owner shall have the right to withhold progress payveots for the work it the Contractor fails to update ani submit the ' progress schedule and reports as specified. S3. PROSECUTION OF THE RORR It Is espressly understood and agreed that the time of beginning, rate of progress, and time of completion of the work are the essence of this Contract. The work shall be prosecuted at such time, and in or on such part or parts o! the project as say be required, to complete the project as contemplated in the Contract Documents and the approved ' construction schedule. If the Contractor desires to carry on work at night or outside the regular hours, he shall give timely notice to the Engineer ' to allow satisfactory arrangements to be made for Snspectini the work in progress. t54. ASSIGNMENT Neither party to the Contract shall assign the contra:c o. sublet it as a whole, without the written consent of the other, nor shall the Contractor assign any mania due or to become due to his hereunder wltbollf the orevious written consent of the Owner. ' 55. OWNER'S RIGHT TO DO sOPF Should the Contractor neglect to prosecute the work in conformance with the Contract Documents or neglect or reruse at his ova cost to take up ani replace work as shell have been ' rejected by the Engineer, then the Owner may notify the Surety Of the condition, and after 12 days' written notice to the Contractor ani the Surety, or without notice If an emergency or danger to the work or public exists, and without prejudice ' to any other right which the Owner say have under the Contract, take over that portion of the work which has been Improperly esecuted and make good the deficiencies and deduct the cost thereof from the payments then or thereafter due the COotraCtoc. 56. ONNER'S RIGHT TO TRANSFEP EMPLOFMENT ' If the Contractor should abandon the work or if he sbouli persistently or repeatedly refuse or should fail to sake ' prompt payment to subcontractors for material or labor. or to persistently disregard laws, ordinances, or to prosecute the work In conformance with the Contract DOCwaantz, or otherwise ' be guilty of a substantial Violation of any provision of the Contract or any laws or ordinance, then the Owner Pay, without �rejulice to any other right or remedy, and after givinT the ' NA General Cooditions 23 Contractor and Surety 10 days- wrlttea notice, transfer the eaployment for said work from the Contractor to the Surety. , upon receipt of such notice, such Surety shall enter upon the prem.st ss and take possession of all materials, tools, and appliances thereon for the purpose of completing the work t Included under this Contract and employ, by Contract or otherwise, any qualified person or persons to rinish the work and provide the materials therefor, in accordoace with the Contract Dncuaents, without termination of the continuing full , force and effect of this Contract. In came of such transfer of employment to such Surety, the Surety shall be paid in its own naae on estimates according to the terms hereof without , any ri,.;t of the contractor to sake any claim for the same or any part thereof. In lieu of the foregoing, if the Ownec so elects, he may 1 terminate the employment of the Contractor and take possession of the premises and of all sateLlals, tools, and appliances thereon an� finish the work by whatever method he may deem ' expedient. In such case, the Contractor shall not be entitles to receive any further payment until the work is fin.shed. If the expeose of completing the Contract, Including comoensatlon ' for additional managerial and administrative services, shall exceed suc:i unpaid balance, the Contractor shall pay the difference to the Owner. 57. DELAYS AND EXTENSION OF TIME If the Contractor is delayed in the progress of the work by ' any act or neglect of the Owner or the Engineer, or by any separate Contractor employed by the Owner, or by strikes, lockouts, fire, unusual weather conditions, or unsvoldable ' casualties, the Contractor shall, within VD hours of the start of the occurrence, give notice to the Owner of the cause of the potential delay and estimate the possible tite extension involved. within 7 days after the cause of delay has been , resedied, the Contractor shall give notice to the Owner of any actual time extension requested as a result of the aforementioned occurrence. No extension of time will be gran'_ed to the Contractor for delays occurring to parts of the work that have no measurable , impact on the completion of the total work under this Contract; nor will extension of time be granted for delays to parts of work that are not located on the critical path If th- Critical Path hethod (CPP) Is used for scheduling the cork. No extension of time will be considered for weather conditions normal to `e area in which the cork 1s being perfcraed. ' Unusual weacber conditions, if detersibed to be of a severity that would Impact progress of the work, may be considered as cause for an extension of Contract completion time. VA General Coniltions 24 Delays in delivery of equipment or material purchased by the ' Contractor or his subcontractors (including Owner-selected CC ipsent) shall not be considered as a just cause for delay. The Contractor shall be fully responsible for the timely ordering, scheduling, expediting, delivery, and Installation Of all equipment and materials. t vlthin �,asonable period after the Contractor submits to the Owner tten request for an extension of Live, the Engineer will present his written opinion to the Owner as to whether an extension of ties 13 justified, and, If so, his recommendation ' as to the number of days for time extension. The Owner will sake the final decision on all requests for extension of time. In no event shall the Contractor be entitled under this Contract to collect or recover any damages, loss, or expense Incurred by any delay other than as caused by the Owner, as stipulated In Article NOTICE OF CLAIF FOR DELAY. Sd. LIQUIDATED DAMAGES ' Should the Contractor fail to complete the work, or any part thereof, In the time agreed upon In the Contract or within such extra tine as may have been allowed for delays by extensions granted as provided to the Contract. the Contractor shall reimburse the Owner for the additional expense and damage for each calendar day, Sundays and legal holidays excluded, that the Contract remains uncompleted after the ' Contract completion date. It is agreed that the amount of such additional expense and damage incurred by reason of failure to complete the work is the per-Atem rate, As ' stipulated In the Proposal. The said amount is hereby agreed upon as a reasonable estimate of the costs which may be accrued by the Owner after the expiration of the time o! ' completion, and on account of the value of the operation of the works dependent thereon. It is expressly understood and agreed that this amount is not to be considered In th, nature of a penalty, but as liquidated damages which have ac_rue! ' against the Contractor. The Owner shall have the right to deduct such damages from any amount due, or that may become due the Contractor, or the Amount of such damages shall be due and collectible from the Contractor or Surety. S9. OTRER CONTRACTS ' The Owner reserves the right to let other Contracts in connection with the work. The Contractor shall afford other Contractors reasonable opportunity for the introduction and storage of their materials and the execution of their work and shall properly connect and coordinate his work with theirs. 1 1 ' VA General Conditions 25 If any part of the work under this Contract depends on the ' prior acceptable completion of work by others under separate Contractlsl, the Contractor shall Inspect and promptly report to the Engineer any defects in such work that would adversely affect the satisfactory completion of the work under this ' Contract. The Contractor's failure to so report shall constitute acceptance of the work by others as being suitable for the proper reception and completion of the work under this ' Contract, excluding, bowever, those defects In the work by others that occur after the satisfactory completion of the work specified hereunder. 60. USE OF PREMISES ' The Contractor shall confine his equipment, the storage of ' materials, and the operation of his workers to limits shown on the Drawings or. Indicated by law, ordinances, persits, or directions of the Engineer, and shall not unreasonably t encumter the premises with his materials. The Contractor shall provide, at his own expense, the necessary rights-of-way and access to the work which may be required outside the limits of the Owner's property. t The Contractor shall act load or permit any part of the structure to be loaded with a weight that will endanger its ' safety. 61. SUBSTANTIAL COMPLETION DATE The Enginzer may issue a written notice of substantial ' completion for the purpose of eetablisbing the starting dit� for specific equipment Guarantees, and to establish the date , that the Owner will assume the responsibility for the cost of operating such equipment. Sall notice shall not be consideref as final acceptance of any portion of the vnrk or relieve the ' Contractor from completing the remaining work within the specified time and in full compliance with the Contract Documents. "Substantial Completion' of an operating facility shall be that degree of completion that will provide a minimu* ' of 7 continuous work days of successful operation in which ill performance and acceptance testing has been successfully demonstrated to the Engineer. All equipment contained In the ' work, plus all other components necessary to enable the Owner to operate the facility in the sooner that was intended, shall be complete on the substantial completion date. See ' •SUBSTANTIAL COMPLETION" under Article DEFINITIONS, of these General Conditions. 62. PERFORMANCE TESTING , Operating equipment and systems shall be performance tested in the presence of the Engineer to demonstrate compliance with the specified requirements. Performance testing shall be conducted under the specified design operating conditions or under such simulated operating conditions as recoseenlef or approved by the Engineer. Schedule such testing with the , Engineer at least I week in advance of the planned late for NA General Conditions ' 26 ' testing. 63. PVNERIS USE OF PORTIONS OF THE NORM ' The Owner shall have the right to take possession of and use any completed or partially completed portions of the work. Such use shall not be considered as final acceptance of any ' portion of the rockv nor shall such use be considered as cause for an extension of the Contract completion time, unless authorised by a Change Order issued by the Owner. ' 64. CLEANING UP The Contractor shall, at all times, at his own expense, keee property on whicb work Is in progress and the adjacent property free fro■ accumulations of waste material or rubbish caused by employees or by the work. Upon completion of the ' construction, the Contractor shall, at his own expense, remove all temporary structures, rubbish, and waste materials resulting from his operations. ' PAYMENT 65. PAYMENT FOR CHAM,E ORDERS Payment or credit for any alterations covered by a Chinle Order shall be determined by one or a combination of the methods set forth In A, Be or C below: A. UNIT PRIrES. If applicable, those unit price% stipulated ' 1n the Proposal, or unit prices negotiated and rutuslly acceptable to the Contractor and owner. B. LUMP SUN. A total sum for the work negotiated and sutually acceptable to the Contractor and Owner. ' In "AN and "B" above, Contractor's quotations for Change Orders shall be in writing ani fire for a period of 31 days. Any compensation paid in conjunction with the terns of a Change Order shall comprise total compensation due the ' Contractor for the work or alteration defined In the Change Order. By signing the Change Order, the Contractor acknowledges that the stipulated compensation includes payment for the work or alteration plus all payment for the interruption of schedules, extended overhead, delay or any other Impact claim or ripple effect, and by such signini specifically waives any reservation or claim for additional tcompensation in respect to the subject of the Change Order. 1 t NA General Conditions 27 The Owner's request for quotations on alterations to the work shall not be considered authorization to proceed with the work ' prior to the issuance o! a formal Change Order, nor shall such request justify any delay in *slating work. Lump sun quotations for alterations to the work shall include ' substantiating documentation with an itemised breakdown of Contractor and subcontractor costs, 1.CIudlsg labor, Material, rentals, approved services, overhead, and profit calculated as specified under *Cm below. , C. FORCE ACCOOmT mORF. If the Method of payment cannot be agreed upon prior to the beginning of the work, and the , Owner or the Engineer directs that the work be done by written Change Order or on a force account basis, then the Contractor shall furnish labor, equipment, and materials t necessary to complete the work in a satisfactory manner and within a reasonable period of time. For the work performed, payment will be Made for the documented actual , Cost of the following: 1. Labor, including foremen, who are directly assigned to the force account work: (actual payroll :ost, ' including wages, fringe benefits as established ty negotiates labor agreements, labor Insurance, and labor taxes as established by law). No other flied ' labor burdens will be considered, unless approved in writing by the Owner. 2. material delivered and used on the designated worse , Including sales tar, if paid for by the centric-or or his subcontractor. 3. Rental, cr equivalent rental cost of equipment, ' Including necessary transportation for items havin7 a value in excess of $100. w. Additional bond, as required and approved by the ' Owner. S. Additional insurance (other than labor insutanc•1 as required and approval by the Owner. To costs under wC. FORCE ACCOORT 10096. there shall be adipi , the following flied fees for the .Contractor or subcontractor actually performing the work: A fired fee of 20 percent of the cost of Item 1 above, A filed f*e of 15 percent added to the cost of Itess 2 ' and 3, and VA General Conditions ' 2! ► fixed fee of 6 percent added to the cost above. of Items V and S ' An Additional flied fee of 13 percent shall be Allowed the ' Contractor for the administrative handling of portions of the work that are performed by an approval subcontractor. No additional fixed fee will be allowed for the administrative baniliog of work performed by a subcontractor of a subcontractor, unless by written permission from the Owner. Tba Added fixed fees �Lsll be considered to be full coupe tion, coverlr.q the cost of general supervision, overhead, profit, end any other general expense. ' The Owner reserves the right to furnish such materials and Oluipment as he dates expedient, and the Contractor shall have so claim for profit or added fees os the cost of such materials and equipment. For equipment under Its* 3 above, rental or equivalent rental Cost will be allowad for only those days or hours during which ' the equipment is in actual use. Rental ani transportation allowances shall not exceed the current rental rates prevailing in the locality. The rentals allowed for equipment ' will, In all cases, be understood to Cover all fuel, suoplies, repairs, and renewals, and no further allowances will be •ale for those items, unless specific agreement to that effect Is male. The Contractor shall maintain his records in such a einnPr As to orovlle a clear distinction between the direct costs c work paid for on a force account basis and the rusts of other Operations. The Contractor shall furnish the Engineer report sheets in duplicate of each dayes force account work no later ' than the working iay following the performance of bald work. The daily report sheets shall lttslxe the materials used, en! shall cover the direct cost of labor and the charges for equipment rental, whether firnished by the Contractor, ' subcontractor, or other forces. The daily report sheets shall provide naaes rr identifications and classifications of workers, the hourly rate of pay and hours worked, and also the ' aise, type, and identification number of equipment end hours operated. material charges shall be substantiated by valid copies of ' vendors' invoice;. Such invoices shall be submitted with the daily report sheets, ore if not available, they shall be submitted with subsequent daily report sheet^. Said daily report sheets shall be signei by the Contractor or his authorited agent. 1 ' VA General Conditions 29 To receive partial payeents and final payment for force account work, the Contractor shall submit in ■ Banner approved , by the Engineer, detailed and complete documented verification of the Contractor's and any of his subcontractorsf actual current costs involved in the force account work Pursuant to , the issuance of an approved change Order. Such casta shall be submitted within 30 days after said work has been performed. No payment will be *ado for work billed and submitted to the ' Engineer after the 30—day period has expired. No extra or additional work shall be performed by the Contractor, oiceot i, an emergency endangering life or property, unless 111 pursuance of a written Change Order, as provided in Article ALTER►TIONS. . LL. PARTIAL PATRENTS , A. GENERAL Nothing contained In this Article sball be construes to affect the right, hereby reserved, to reject the whole or any part of the aforesall work, shoull such work be later , found not to comply with the provisions of the Contract Docusents. All estlsatei quantities of work for vhlct partial payments have been oade are subject to review and correction on the final estimate. t B. ESTIMATE Reform the first working day of each ca.endar month, the ' Contractor shall subslt to tho Engineer a detailed estimate of the amount earned, plus retail sales tax on ' the amount earned, for the separate portions of th. work, and request payment. As used In tbls Article, the words •amount earned" means the total ►slue, on the date of the estimate for partial payment, of the work covpleted to ' date in accordance with the Contract Documents, and the total value of approved materials delivered to the Project site suitably stored and Protected prior to incorooratlon , into the work. Engineer will review the payment request within . days after receipt. If the payment request Is not acceptable the Engineer will return the payment request to the Contractor Indicating to writing reasons for refuslag to recommend payment. The Contractor may sake the necessary ' corrections and resubmit the payment request. If the payment request 18 acceptable the Engineer will calculate the Blount due the Contractor by deducting the retalneges t and the Amount of all previous partial payments sad@ to the Contractor, and indicate in writing to the Owner, a recommendation for payment. VA General Conditions ' 30 ' C. DEDUCTION FROM ESTIMATE The Owner will deduct and retain not more than S percent of the soneys due the Contractor. said amounts to be hell and treated in accordance with the provisions of PCw 60.25. D. QUALIFICITION FOR PARTIAL PAYMENT FOP MATERIALS DELIVERED Unless modified In the Supplementary Conditions, qualification for partial payment for materials delivered but not yet Incorporated Into the work shall be as described below. i Materials, as used herein, shall be considered to be those Items which are fabricated and manufactured material and equipment. Only those materials for which the contractor ' can transfer clear title to the Owner will be qualified for partial payment. To receive partial payment for materials delivered to the ' site, but not incorporated in the work, It shall be necessary for the contractor to submit to the Engineer, at least 7 days prior to the end of said month, a list of ' such materials. At his sole discretion, the Engineer will approve items for which partial psyvrnt is to be male. The Contractor's actual net cost for the saterials must be supported by invoices of suppliers. Proper storage and protection shall be provided by the Contractor, and As approved by the Engineer. Final payment shall be made only for materia)s actually incorpore-il in the work and, ' upon acceptance of the work, all materials remaining for which advance payments had been made shall revert to the Contractor, unless otherwise aareed, and partial payments ' made for these Stems shall be deducted from the final payment for the work. E. PAYMENT The Owner wille within 10 days tolloving receipt of a payment request with the Engineer's recommendation, pay lhe Contractor the amount due except where the Owner is a uniClpality or other agency whose laws require the approval of each payment by a Council or similar holy, in which case the payment shell become due and payable 10 days after the first meeting schedulee for approval of such payments. ' Partial payments shall be conditional upon prgsecution of the work In accordance with the provisions of the contract and, on contracts for any public work in t`. :Leta of rashington, upon filing with the Owner by the Contractor tube wage certification fors required by RCv 11.1?.740. ' rA General Conditions 31 67. CLAIMS FOR EITRA WORN ' In any case where the Contractor deems additional compensation is due Aim, the Contractor shall notify the Engineer, in writing, of his intention to make claim for such compensation before he begins the work on which he bases the claim, in order that such matters may be settled, if possible, or other appropriate action promptly taken. If such notification 1s , not given or the Engineer Is not afforded proper facilities by the Contractor for keeping strict account of actual cost, then the Contractor hereby agrees to walwe the claim for such ' additional compensation. Such notice by the Contractor, and the fact that the Engineer has kept account of the cost as aforesaid, shall not In any way be construed as proving the validity of the claim. Claims for additional compensation ' shall be made In itemised detail and submitted, in writing, to the Owner and Engineer within 17 days following completion of that portior. of the work for which the Contractor bases his claim. In ease the claim is found to be just, it shall be allowed anl paid for as provided in Article PAYMENT FOR CHANGE ORDERS, or it shall be allowed and paid under a supplesental ' agreement to be entered Into between the parties to the Contract. 66. NOTICE OF CLAIM FOR DELAY , It the Contractor intends to file a class for additional compensation for a delay causes by the Owner at a rarticular ' tie*, be shall file a notice of claim with the Owner within 7 days of the beginnlnq of the occurrence. The notice of claim shall be in duplicate, in writing, and shall state the circumstances and the reasons for the claim, but need not ' state the amount. No claim for additional compensation will be considered unless the provisions of Article DELAYS AND EXTENSION OF TIME, are complied with, and a notice of claim , has been filed with the Owner in writing, as stated above. 69. RELEASE OF LIENS OR CLAIMS The Contractor shall indemnify and save harmless the Owner , from all claims for labor and materials furnished under this- Contract. Prior to the final payment, the Contractor shall furnish to the Owner, as part of his final payment request. A certification that all of the Contractor's obligations on the project have been satisfied and that there are no unpaid ' Lases, liens, vendors' liens, rights to lien, or any other type of claim against the project, and that the hourly wages paid to all persons on the project were in accordance with the applicable wage scale determinations. 1 VA General Conditions , a� 70. FI9AL PAYMENT Upon completion of all of the work under this Contract, the Contractor shall notify the Engineer, to writing, that he has Completed his part of the Contract and shall request final Payment, Upon receipt of such request, the Engineer will Inspect suit It acceptable, submit to the Owner his ' recoamendation as to acceptance of the completed work and as to the final estimate of the amount due the Contractor. upon approval of this final estimate and upon final acceptance o• the work under this Contract, the Owner will notify the Department of Revenue of the completion of said Contract. Provided the Department of Revenue certifies there are no taxes or penalties due and owing from the Contractor, and there are no other known claims or liens against the retained funds, and further provided the terms of Article RELEASE OF LIENS OR CLAIMS are in compliance, the Owner will pay to the ' Contractor the balance of monies doe under this Contract In accordance with RCN Title 60.25. In the event unsatisfied claims or liens for toes, material, labor, and other services are known to exist, an amount will be further withheli from the retaioage sufficient to satisfy the settlesent of such claims and liens, including attorneys fees incurred, and the remainder will be released from escrow, or released fro? the ' retained funds ani paid to the Contractor. ru Contracts for public works, final vayment of the retained percentage will not be made until after the Contractor his !Sled with the owner the affifavit required by RCw certifying that he has paid not less than the prevailing rate of wager. ' 71. NO wAIPER OF RIGHTS Neither the inspection by the Owner, through the Engineer or any of his esployees# nor any order by the Owner for payment of money, nor any payment for, or acceptance of, the whole or any part of the work by the Owner or Engineer, nor any extension of ties, nor say possession taken by the Owner or its employees, shall operate an a eelver of any provision o! this Contract# or any power herein reserved to the Owner, or any right to danages herein provided, nor shall any waiver o! any breach in this Contract be held to be a waiver of any other or subsequent breach. 1 1 ' VA General Conditionr 31 72. ACCEPTANCE OF FINAL PAYMENT COaSTITCTES RELEASE The acceptance by the contractor of the final payment shall ' release the Owner and the Engineer, as agent of the Owner, from all claims and all liability to the Contractor for all t things done or furnished in connection with the Nark, and every act of the Owner ■nd others telating 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 this Contract and the Perforsao:e ani Payment Bond end other bonds and warranties, as herein provided. ' 1 BA General Coaditloas , 34 , CWB031 SUPPLEMENTARY CONDITIONS ------------- ------- ' GRIMM The Contractor** attention Is directed to Divlslon 1, GEWRIAL REQUIREMENTS, which coatalss other directions partisest to tit project. LOCATION AND DRAWINGS ' -------- --- -------- LOCATION The IOcatIOt of the work Is shown on Shut 1 of the Drawings. DRAWINGS ' The Drawings for the construction of 9e11 go. 1 pump Station consist of 13 shouts, entitled •sell No. 1 Pump Statlod,e sod dated July 1164. REVISIO►S TO YBE CITY Of REhTOW INSTRUCTIONS TO BIDDERS The CITY OF RENTON INSTRUCTIONS Tr BIDDERS is hereby revised As follows*. ' Delete paragraphs 2 and 7 1s their entirety. Refer , the WASHINGTON INSTRUCTIONS TO BIDDERS tot BID SECURITY pi -educes. 1 REVISIONS AND ADDITIONS TO THE WASHINGTON INSTRUCTIONS TJ BIDDERS ' The WASBINGTON INSTRUCTIONS TO B!JDERS is hereby revised as follows: ARTICLE L OBIDDER65 UNDBRSTAhDINGe Add the following: Tte Owner has obtained from the Director of the Departasot of Industrial Relations the prevailiag Minions hourly wage rates for workers on the job. A copy of the prevailing races is Included is the Contract Documents. fARTICLE 7 wDRANINGSe Insert the following: PDLL-SCALE DRAWINGS AVAILABLE ' The Drawings bound in the Documents are photographic reductic s of the original tracings. Full-scale Drawlegs say me obtalsec from C52M HILL, 1SOO 114th ►Nome* SA, Bellevue WA fmeiling ' =17146.11 Supplementary Conditions 1 address: P.O. Box 15000, Bellevue, RA 1d001-20S01, at a cost of , $20 per set plus AS for mailing and handling (it aa111ag 1s requested). No return of toll-scale Drawings is required, and no refund will be made. ARTICLE li •BASIS OF aRAaDw 1 Add the followtag; The Invest acceptable Proposal will be the Proposal of the lowest responsible Bidder, as determined by the conditions mat forth above. A rempoablble Bidder shall be ose that, in the - Owner's sole and absolute judgment, ban the quallticatlons, capability, and [financial ability to perform the work is accordance with the Contract Documents. ' The agparekt low Bidder will be determined on the basis of the TOTAL BID ltbe sun of the loop sue bid and the total leap *am bid of lowest priced Owner-selected squipsebtl. After the bid opening, the Owner will select t►e manufacturer , of the vertical turbine pump and the chlorination equipment and accessories. The Owner reserves the right, before a contract Is awarded, to select any manufacturer listed as will best suit the Interests of the Owner. The contract price will be ' adjusted accordingly and the low Bidder will be determined on the basis of the adjusted contract price. If sky of the prices entered for listed items of equipment to , be selected by the Owner are obviously unbalanced and, in the Owner's judgment, not realistic prices for the paiticalar ' equipment, the Owner may request additional lmtormatioo to substantiate the prices prior to determination of the '_ow Bidder or say reject the bid, as provided above. Add the folloviug now Articles: ' ARTICLE 22 EQUAL EBPLOTEERT OPPORTOhITT REPORT CERTIFICATE ' An Equal Employsant Opportunity Report Certificate shall be executed by the Bidder with his bid Proposal on this project which comes within the provisions of the Equal Rsploysent Dpportuhity Regulatlems of the Secretary of Labor an revised may 2l, 11ra. The Form of Certificate will be furnished to the Bidder oitb the Proposal, stating As to vketber be, his firm, association, ' co-partnerabip, or corporation has participated In any previous contracts or subcontracts subject to the Equal Opportunity Clause and 1f so, whether or mot he has submitted all reports due under , applicable filing requirements. S17146.A1 Supplementary Conditions t 2 [allure on the part of the Bidder to furnish the required certlficate will be due cause for rejection of the bid. ' If a Bidder to whom am award is about to be minder except for lack of an Equal Rsployesnt Opportunity Report Certificate, refuses or falls to promptly mascot* and fmrmish the required certificate within 10 days after notice by the Director of Public Works that sass In lacking from his Proposal, the Bid Secarlty, Is form of bond, check, or cash that accompanied the bid, Will be forfeited to the Owner. ' whenever Contractor requests permission to sublet a part of say a Contract mad such Contract comes within the provisions of the ' Equal Opportunity Regulstions of the Secretary of Labor as revised May 21, 1166, he shall obti3OS this certification from his proposed subcontractor and forward it together with such request. so subcontract will be approved before receipt of such certification ' from the a bcontractor. for this purpose, certification fares say be obtained from the project engineer assigned to this project. ARTICLE 23 eSPRCIAI BIDDING REOUIRRARNTSw OWNER-SELECT EDUIPRENT when the Proposal form requires the Bidder to submit separate Price Proposals from additional manufacturers on a particular equipment Stem for owner's selection, the Bidder sball list only such sanufacturares equipment that will comply with the Specified design is tuaction, performance, general configuration, material quality, durability, and such that will seat the cORplstlon schedule. The Owaer'm Lmitial selection of this equipment shall Dot be construed to Indicate final ' acceptsuce, not relieve the successful Bidder and/or manufacturer of the equipment from providing submittal Information accessary to properly evaluate the equipment ' selected and tarnishing A completely satisfactory and operable system, Including detailed Information regarding .ucb Interfaces as are necessary for compatibility with and connection to other equipaent, structures, and services as designed and specified. REVISIONS AND ADDITIONS TO THE NASNINGTON GENERAL CONDITIONS --- -- --- ------ ------ ------ The NASBINGTON GRRRNAL CONDITIONS are bereby revised as followsr ' If" ICLR 1 eRNGINRENe Delete the definition and insert: ' S1T146.A1 Supplementary Conditions 3 wherever la these Documents the word 4e9imearm appears, It stall be understood to mesa the City Director of Peblie worts, who will perfora the contract administration and field Inspection respam914111ties, or his designated represeatative. ! The fire of C225 HILL has base duly authorized am &goat of the City to provide the eagineariag desiga and aaaoclated coasultatir■ required for the project mad any other ongineeriny services tee City may designate. ARTICLE l3 eONRERa Delete the definition and insert: Rborever Is these Documents the word e0waers appears, it shall ' be understood to ees; the City of Reston whose address is Mmmleipsl Building, 20o Rill &veto. South, Roston, VA 16055. &RTICLR 1S eSPRCIFICATIONSa Add tie following: STANDARD SPECITIC►TIONS t Nherever in tbe:e Contract Documents reference 1s made to the ' -Standard Speciticationse, said reference shall be understood as referring to the 1161 edition of the Iashingtom State Chapter of the Asarican Public Yorks Association Standard Specificatiobs for Municipal Public works Construction, applicable parts of which are incorporated herald and made a part of these Documents by cpeciflc reference thereto. It requirements coutaimed in the Standard Specifications are ' modified by or are in conflict with sopplesental information in timed Contract Documents, the requirements of these Contract Documents shall provall. , ARTICLE 11 aDISCREP►NCIES AID OMISSIONS• Add the following: ! I0 the event the Contractor in of the opinion he will be , damaged by such Interpretation, he shall, within 3 days, notify the Engineer and the city of Renton Clerk in wrltiog of the Anticipated nature and amount of the damage or damages. Time is of the silence in the giviag of such notice. In the event ! so agrousent cannot then be reached within 3 days, the Owner and the Contractor will each appoint an arbitrator and the two shall select a third within 30 days thereafter. ' ! S17146.a1 Supplementary Conditions ' a The findings and decision of the Board of arbitrators shall he final and binding on the parties, unless the aggrieved party, within lD days, challenges the findings and declsiom by serving and filing a petition for review by the Superior Court of zing county, Vasbington. The grounds for the petition for review are limited to shoving that the findings and decisloo: 1. are not to possive to the questions submitted 2. are contrary to the terms of the Contract or a*I component thereof 3. are arbitrary and/or are not based upon the applicable ' [acts and the law controlling the issues submitted to arbitration ' The Board of Arbitrators shall support its decision by setting forth In vritin9 Its findings sad cosclosloss based on the evidence adduced at any such bearing. ' The arbitration shall be conducted In accordance with the statutes of the State of Vashington and court decisions governing such procedure. The costs of such arbitration shall be borne equally by the Owner and the Contractor unless it is the board b majority Opinion the. the Contractor0a tiling of the protest or action is capricious or without reasonable foundation. In the latter came, all costs shall be borne by the Contractor. The venue of any suit $ball be in Ring County, Vashington, sad It the Contractor is a nonresident of the State of vamhingtoo, he small designate ao agent, upon whom process may be served, before commencing work under this Contract. ARTICLE 30 •LIVES 110 GRADES• Add the folloviag: The dimensions for lines and elevations for grades of the ' structures, appurtenances, and utilities are Indicated an the Draviags, together with other pertinent Information required for laying oat the work. If site COndlYiona wary from tbo o indicated, the Contractor shall notify the sogineer immediately, who will sake any minor adjustment as required. The location and elevation of a beach mart 1s shove. The Contractor shall furnish the mecesstry labor and materials to accurately lay out the work and set the required elevation* from the information indicated. ' S17146.A1 Supplementary Conditions S ARTICLE 31 eSBOP DRAwIRG SOBEITTAL PIOCROUR98 , Add the fcllO-Lag to paragraph 1: 560p drAvisgs shall be submitted to C12A BILL, P.D. Box 1S000, Bellevue, VA 160011-2050, marked to the attention of James A. Dingfleld„ ARTICLE 3S NIBS02ANCK AND LIABILITY•, SOBARTICLB 0 049191AL q LIABILITY tBSNRANCCe (IBCLODING AOTOBOBILB( Delete the last eeatmsce in the first paragraph sad replace with the follo►.sq: The Sinless policy limits of such insurance shall be as t follows: The amount of coverage shall be not less than a Single limit Of S5G0,000 for bodily injury, Sscledimg death and proparty - damage par occurrence. IS addition, as ubrella Sasureace coverage of not less them SS,000,000 shall be provided, with ' the Oiaer sad Ragineer the eased Sssareds. This limit *ball apply to Cospt*hesslve :oaeral Liability Insurance and yeblcl• Liability Insurance. ARTICLE 3S 011SURANCE AND LIABILITY•, SOBARTI:LK E ebU1LDENS RISK ' ALL RISK INSURANCE• Delete the following Coverages: , Loss Caused by earthquake. Loss caused by landslide. Loan caused by flood. t Loss Caused by collapse. ARTICLE 38 NORDIVALACES, PRBEITS, AID LICENSES Add the following: A City of Boston 80210e89 License 1s regvired for the work. , ARTICLE 41 eREQOIRENENTS OF wASBING703 L►N FOR PIBLIC CONTR►CTSe At the and of the paragraph add the followlsq: The Schedule of hourly sinless rates of wages and triage se ' batits applicable to this r:ojeCt Ss SaCladad In them.: Contract Docuseats. 1 517141.A1 Supplassetary Conditions ' 1 ' The Codirector shall post. is a location acceptable to too Owner, a copy of the approved sStataseot of Igiant to Pay Provaillog sage,• a copy of the prevailing rage rates for the mroject opus which the Contractor ►ma iudicated the approximate ember of workers in ebc► classification, and the address add telepboa• auaber of t►* Industrial Statistician of the ' D*partsest of Labor and Industries where a complalat or Inquiry cobc*rslag prevailing rages say be sea@. It the Contractor sakes as* of appreatien on projects governed by rage rates deteralsad by the State Dep&ttbest of Labor add Industries, be *ball protest to the Lgloeer rrittes evidence of registration of such employs*8 in a program approved by the State apprenticeship council end t►* period of progression for each sock apprentice employee. ' It the Contractor sakes sse of dpprouticas on projects governed by rage rates a*terblsed by the U.S. Secretary of Labor, he shall present to the tdgiseer written evidence of registration Of such employees is a program of a state appresticeshlp and ttalafoq agency approved and recogolsed by the O.S. Bureau of Apprenticeship and Training. Ia the absence of such a state agency, the Contractor shall submit evidaoce of approval aad registration by the U.S. here" Of apprebticesbip dud training. The Contractor shall an bit to the toglmser wtlttea ewidesc• of the established apprentice journeyman ratios and wage rates in the project area, which will ma the basis for establishing such ' ratios and rates for tho project under to* applicable Contract provisions. ' It day dispute arises es to what or• the provalllag rates of he rages for work of a similar &store o tt costotplated Roder the Contract and such dispute cannot be adjusted or too parties ' of Interest. Including labor mod masageotmt representatives, the matter shall be referred to the Director of the Department of Labor and Indust Yam of the State of B&sbltgtoo (or to the U.S. Secretary of labor when prow aIIlag wo ,s established by that office are lovolved), aoo his declaims thereto sa&11 be final, co&clusiwo, and binding on all parties lor,lved in t►e dispute. ' If to* Coatcactoc bakes ese of a labor classiticdttoo sot listed it the special provisioss, the Coatrfictor skall request the determination of the appropriate rage rate for toe Classification aad for !h• area Is which work is performed trot the todastrial Statistician of t►* Department of Labor &&d Industries. ' The Contractor•* [*cords pertai&lag to ragas paid and payrolls shall be open to inspection or audit by representatives of the ' Owner during the life of the Costc&et mad for a period or not less than 1 years fitter the data of acceptance thereof, and the Contractor steal retain sucb records for that period. share such records p*rtaibimg to rages paid add payrolls for the ' Contract are saiotalood by subcontractors or agents of the Contractor, the Costractor eapranaly guaraot**e that the records of such subcontractors or agestn shall be *pan to 517146.al Smppl esentary Co&dltioas 7 r inspection and audit by representatives of the Owner on the r most terms sod conditions as the records of the Costractar. It at audit is to be COmeODC04 more the* 60 days after the acC*Ptamce date of the Contract, the Contractor will be given a .r reasonable notice of the ties when such audit is to begin. Wore payment is made by the Owner of moo) ease dae vader this r COntrsct, the Owner Oust receive from the COatractbr and each subcontractor a copy of the *Statement of lmt*at to Pay Prevailing V&geso (tors lit, lumber 700—V1, mas►logton state Departsest of Labor sad lmaastrfes). r Dpoh completion of this Costract, the Owner seat receive from the Contractor and each subcontractor a copy Of *aftidavit of ' Vegas Paid* (tore LSI, lumber 700-7, state Departaest of Labor sad tadostrles) certifying that all prevailing wage requirements have boom satisfied. Imo additioa, the Ovhor must ' receive from the PEI@* Contractor a copy of *IOIO&s* for the Pr OteCLIOn of Property Owsers mad Camara) Contractor* (Fora Lil, Vuab*r 206063, the State Department of Labor mad Industries). Those affidavits will be required before any ' funds retained according to the provisions of RCV v0.26.017 are released to the Contractor. Fora■ may be obtained fro& the Departsent of Labor and Industries. a fee of SIR pet each ' *Statesant of latest to Pay Presmillhg Vages* and *attidawit of Vegas Paid* is re.)ulred to accompany each form submitted to the Department of Labor and Industries. The Contractor is teeponmible for payment of these tars and sball sate all ' Applications directly to the Department of Labor mad Industries. These tots shall be Incidental to all the old Stems of this Contract. , Is addition, the Prime Contractor *ball subat to the ■ashitgton State Department of Labor and lmdustri*s a *!*quest , for Relesse* fora provided by the Department of Labor and Industries. Theme af:idavits will he required betor• any funds retained according to the provision of RCY 60.26.010 are released to the Contractor. ' The Contractor shall submit all forms required by the State Departaent of Labor and Industries sad pay all processing , Costs. ARTICLS 52 *SCSSDGLSS AND PROGmRSS !SPORTS• Add the followings The progress schedule $ball show the estimated payment desasd , for each month, which shall be updated southly. r r S17146.al Supplesastary Cooditfoam , A B TICLE 64 aP1mfIAL PAYBEBtSa AOd the following: The Contractor will be reaulred to complete mad submit the following documeatr before progress payments to the COGtK4ctar will be approved by the Public Yorks Director: tBach mouth - Dep-:rtseat of Labor Standard form ?S7 She Owner will furnish these torus to the Pries Contractor during the preconstruction meeting. Add the following to modify Subartieles B, C, and D: 1 She vertical turbine POOP mad motor shall be considered as aaterials. Pay seat for the PueP mad motor either received by ' the Contractor mad properly stored and protected, ar delivered to the site, or installed rill be made Ot 60 percent of invoice taouat less S percent reteaticn. full payment will be made ' after the equipment has been operated, tested, and accepted by the Bnglaeer. Mavis@ Subarticle E as follows: ' Delete alas in the seventh 110e of the first paragrapb and Insert 62Ja. ABSICLE 7d •FINAL PAYMENT• ' Add the following: Before payment of the final estivate, the Contractor shall submit Affidavit of amounts paid to minority business ' enterprise and/or woman buslmOas enterprise participants as the form provided by the owner certifying the amount paid to minority business enterprise and/or vases business enterprise participants. ' S17146.11 Supplementary Conditloso 1 tENVIRONMENTAL REGULATIONS LISTING RE UIREMENTS FOR THE PREVENTION OF ENVIRONMENTAL POL CES ' In accordance with the provisions of Chapter 62, Laws of 1973, H.H. 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: King Count Ordinance No. 1527 requires Building and Land eve opment ivzston an y raulics Division review of grading and filling permits and unclassified use permits in flood hazard areas. Resolution 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. Ki_� Count Ordinance No. 800 No. 900 No. 1006 and Resolution o. o. o. o. an o. TrM contained U, tng ounty o e it es an are provisions or 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. _Puget Se;4nd Air Pollution Con�tr�olgenc>• Regulation I : A zegu- a on Co control t ee emission air ccntamiIN s�rom all source: within the jurisdiction of the Puget Sound Air Pollution Control Agency (King, Pierce, Snohomish, and Kitson Counties) in accordance with the Washington Clean Air Act, R.C.W. 70.94. WASHINGTON STATE DEPARTMENT OF FCOLOGY ' W.A.C. 18-02: Requires operators of stationary sources of air contaminants 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 I. ' R.C.W. 90.48: Enacted to maintain the highest possible standards to ensure t e purity of all water of the State consistent with public health rnd public enjoyment thereof, the propagation 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 organic or inorganic matter that shall cause or tend to cause pollution 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 sOTz3 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 a solid waste disposal site for which there is a valid permit. WASHINGTON STATE DEPARTMENT OF NATURAL RESOURCES ' R.C.W. 76.04.370: Provides for abatement of additional fire haz- er an s upon which there is forest debris) and extreme fire ' hazard (areas of additional fire hazard 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 atzn� - g or prevention of forest fire hazards, instruction or ' silvicultural operations. R.C.W. 76.04.310: Stipulates that everyone clearing land or c caring rig t-of-way shall pile and burn or dispose of by other ' satisfactory means, all 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 t burning permits. R.C.W. 78.44 : Laws governing surface mining (in,luding sand, gravel, stone, and earth from borrow pits) 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 •n rec amation. W.A.C. 332-24: Codifies requirements of R.C.N. 76.04 pertaining ' to an c caring and burning. U. S. ARMY CORPS OF ENGINEERS Section 1 of the River and Harbor Act of June 1I, 1902: Author- izes ecretary o rmy ai-3 Corps-of�ngzneers to slue permits to ' any persons or corporati,n desiring to improve any navigable river at their own expense and risk upon approval of the plans and specifications. ' Section 404 of the Federal Water Pollution Control Act PL91-50O tat. utorizes tRe ecretary o t e Xrmy, acting ' 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 e:fects on municipal water supplies, ' shell fish beds and fishery areas and wildlife or recreational areas, MISCELLANEOUS FEDERAL LEGISLATION Section 13 of the River and Harbor Act a roved March 1, 1899: rove es t at isc rrge o re use w t out ■ permit into navigable , waters is prohibited. Violation is punishable by fine. Any citi- zen may file a complaint with the U. S. Attorney and share a por- tion of the fine. -2- t PERMITS REQUIRED FOR THE PROJECT ARE AS FOLLOWS: ' KING COUNTY BUILDING AND LAND DEVELOPMENT DIVISION ' Kin .Count Resolution No. 25789 requires an unclassified use permit Tor 1 Ting—, quarrying ncluding borrow pits and associ- ated activities such as asphalt plants, rock crushers) and refuse disposal sites and provides for land reclamation subse- quent to these activities. A copy is available at the Department of Public Works or Building and Land Development Division. ' Shoreline Management Act 1971 requires a permit for construction on Late sTiorelines. Permit acquired by public Works and reviewed by Building and Land Development Division. ' King County Ordinance No. 1488 requires permit for grading, land tills, gra T pits, umping, quarrying and mining operations except on County right-of-way. Revlew by Building and Land Develop- ment Division. WASHINGTON STATE DEPARTMENT OF FISHERIES AND Gki;E Cha ter 112 Laws of 1949: Requires hydraulics permit on certain pro acts. King our.tyDepartment of Public Works will obtain. ) WASHINGTON STATE DEPARTMENT OF ECOLOGY k,A.C. 173.220: Requires a National Pollutant Discharge Elimination ' System permit before discharge of pollutants from a point source into the navigable waters of the State of Washington. t W.A.C. 372-24 : Permit to discharge commercial or industrial waste waters Into tote surface or ground water (such as gravel washing, pit open-,tions, or any operation which results in a discharge which c :,talns turbidity.) W.A.C. 508.12.100: Requires permit to use surface water. t h',A.C. 508-12-190: Requires that changes to permits for water use e rev ewe y the 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. SOR-12.220: Requires permit to use ground water. ' W.A.C. 508-12.260: Requires permit to construct reservoir for water s o�{rage; W.A.C. SOB-12-280: Requires permit to construct storage dam. W.A.Q. 508-60: Requires permit to construct in State flood ' control zone. Kin County public Works secures one for design. g 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.W. 76.04.150: Requires burning permit for all fires except or sma out oor fires for recreational purposes or yard debris ' disposal. Also the Department of Natural Resources reserves the right to restrict burning under the provisions of R.C.W. 76.04.150, 76.04.170, 76.04.180, and 70.94 due to exteme fire weather or to prevent restriction of visibility and excessive air pollution. , R.C.W. 76.08.030: Cutting permit required before cutting merchant- A e tim er. ' R.C.W. 76,08. 275: Operating permit required before operating power equipment in dead or down timber. ' R.C.W. 78.44.080: Requires permit for any surface mining opera- tion inc u ing sand, gravel , stone, and earth from borrow pits) . UNITED STATES ARMY CORPS OF ENGINEERS , Section 10 of River and Harbor Act of March 3 1899: Requires permit or construction of er —tran�ri ges, see . S. Coast Guard administered permits) on navigable waters (King County Department of Public Works will obtain) . ' FIRE PROTECTION DISTRICT R.C.h. 52-28.010 S2.28.020 52.28.030 52.28.040 52,28.050: ' rov1 es slit ii: or, requirements o an pens ties or 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 3 1899 General Bridge a Act o arc •n enera r—iT ct o 'a amen e -O3Ast equires a permit of r construciion midge on navigaa ee waters (King Count} 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(f) of Department of Tiansportstion ' Act , National Environmental Policy Act of 1969, Water Quality Improvement Act of 1970. PUGET SOUND AIR POLLUTION CONTROL AGENCY Section 9.02 d 2 ii� of Re ulation I : Request for verifica- t on o popu ation ensity. -On[raCt r should be sure his opera- tions are in compliance with Regulation I , particularly Section 9.02 (outdoor fires) , Section 9."4 (particulate hatter--dust) , and Section 9.1S (preventing particulate matter from becoming t airborne) . .4- 1 t 1 PERMITS REQUIRED FOR THE PROJECT - Continued 1 ENVIRONMENTAL PROTECTION AGENCY Title 00 Cha ter Ic Part bl: Requires that the Environmental 1 rotectron gency a nott to 5 days prior to the demolition of any structure containing asbestos material (excluding residential structures having fewer than 5 dwelling units) . 1 The above requirements will be applicable only where called for on the various road projects. 1 Copies of these permits, ordinances, laws, and resolutions are available for inspection at the Office of the Director of Public Works, 900 King County Administration Building, Seattle, 1 Washington, 98104. It shall be the responsibility of the Con- tractor to familiarize himself with all requirements therein. All costs resulting therefrom shall be included in the Bid Prices 1 and no additional compensation shall be made. All permits will be available at construction site. 1 1 1 1 1 1 1 1 1 1 1 -t 1 PREVAILING MINIMUM HOURLY WAGE RATES March 29, 1984 1 1 HWY-R32320-AA PNEVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 1984 OCCUPAI]CNi bRICKIAYEPS AMr MAAULE MASONS LOCATION: CLALLAM, ISLANU, JLFFERSON, KING, KITSAP AND SNUHOMISH CUUNTICS• FRINGE 6ENEF]TS APRNENIICESHIP .16 WMR. HEALTH AND WELFARE. 1.47 •/HR. PENSION 1.S5 $1MR. WAGE FATLS OCCUPATION OCCUPATION SIAIL CODE DESCRIPTION RAIL ' GRLUF 1 OEC-0010 ELUCKLAYEN IE..S ' 050-0020 ERICKLAYL. 11.2E 05C-0110 CAULKEP 1b.25 CSC-0100 CLEANER IF.25 OLC-0130 MAkbLL MASLN, S]UNEMASON 1E.25 VC-00JO TUCKP3lN7LF 1F.25 GWCLF 2 ' VC-000 FUREMAN 19.2• HWY-k32320-AA K LVAll 1NG MINIMUM HOURLY WAGE RATES MAFCH 29, 1984 UCCUPA71LNI CARPENTERS , LUCAT IUf : CLALLAH, GRAYS HAkbUR, ISLAND, JEFFERSON. KING, KIISAP, LEk1S, , MASON. PACIFIC (NLk7H OF WAHKIAKUM CUUNTY NORTHERN bOUNWt Y EKIENCED CUE 6LSI lU THE PACIFIC OCEAN), PIERCE, SKAGIT, SNOHOMISM, 1HURS76N AND WHATCOM COUNTIES. t FRINGE bENEF1IS APPRENTICESHIP .06 3/HR. ' HEALTH AND WELFARE 1.25 S/HR. PENSION 1.35 S/HR. -AGE RATES , OCCUPATIOf. OCC UPA71Cf+ STATE ' CODE DESCRIPTION FATt 070-0010 ALCLUSIILAL FCREMAN lt.i2 U70-0020 ACCUUSIICAL WLRKEk 17.i2 , 07C-0030 EODM r.AE. 17.31 07G-0040 EkIGCL , CULK AlZ WHARF BUILDER 17.26 070-0060 CARPENTLF 17.0t ' 070-0100 CARPENIE. - kLRk1NG BURNED, CHARRED, 11.It, CRE1S5ILG UR TREATED MA7Ek1AL 07C-O' '0 CARPENTLK FOREMAN 07C-0, .0 (RYkALL APPl1CA1Jk 17.G6 ' 07C-0150 FLOUR FINISHEP 17.19 070-0160 FLOUR LAVER 17.1y 07C-0170 FLULk SANULk 17.19 , 07C-0200 PILLWRIGhl AhC MAChIhE ERECTOR 07C-0210 FILLkk161•1 FUkL%Ak It.5t U7 070-0250 PILECRIVER 7 ' 0-0260 F 1 .5t ILEDK1VtW FUREMAh .31 07C-0270 PIItDRIVLA FOkFMAk - ON POWER RIGS WHILL lb.L1 DRIVING ANU/OR PULLING PILING 07C-0300 SAW ►ILLk 11.19 , 070-0310 SHINGLEk - kLCD AhL CUMPOS111UN 17.1y 070-0330 STAI13NAkv POWEk SAk OPERATOR 17.19 07C-0340 STAIIONAkI PUWER WOODWORKING TOOL OPERATJk 17.111 ' I HNY-N32310-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 19b* OCCUPATICNS CEMENT MASLNS 'LCCATIUt,. KING COUNTY (THAT PURTION NORTH OF A STRAIGHT LINE UH 190TH STKEET SW WHERE lT STARTS AT THE PUGET SOUND AND EX TL hCS EAST TO THE COUNTY TINE). ' FRINGE BENEFITS WAGE RATES ' OCCUPATION OCCUPATION STATE CODE DESCQIP71ON FATE GRULP 1 090-0260 APPLICATION CF SEALING COMPOUND 17.Et ' 0'0-001` CEMENT MASLN - EUILDING GENERAL 17.tt 09G-0210 C01,CRLIE PAVING 17.6t OSO-0240 CURB ANL 607ER 17.6t OSC-0230 CURING CLNCREIE 17.E6 096-0220 FATCHIhG CLhckt7f. 17.tt 090-0250 510EWAlK.S 17.Et GV;jtF i 0SC-0330 1.PPL1CAliUh Lt UNUEKLAYI'ENT 1E.11 090-0350 CUMPLSIIILt. MASTIC lt.11 090-0700 C04CFLIE SAW (SELF POWERED) 16.11 090-0360 MAY 10 11 ' 050-0310 IINISH CULLWLL CCNCkt IE 16.11 OTC-0075 CRINCLP, HAND POWERED lt.11 OSC-0370 GUNITE NLZZLEMAN IE.11 OSC-0270 PLASTIC 1E.11 OSO-0290 FLNEF IOULS (GRINDE►S AN, C . OTHERS) lt.11 OSO-0300 SANDEL.AS1114 ARCHITECIUAL F.hISH It.11 09C-03.O TUNNEL KOM I,,. lb.11 ' GROLt 3 ' 090-0340 TROWEL MAC1111" J4 COLORED SLABS, 16.36 COMPGSITION CR KALMAN FLOORS OThIR 1 1 "my-R31320-AA PREVAILING MINIMUM HOURLY WAGE R►TES MARCH 29, 190, OCCUPATICN: CEMENT MASONS LLCAIIUK: KING CUUNTY (THAT TURTION NORTH OF A STRAIGHT LINE ON 190TH ' STREET Sw WHERE IT STARTS AT THE PUGET SOUND ANU EKTENCS EAST TU THE CLULTY LINE). OTHER t OSC-9090 STATE: FOREMAN. .00 f/HR. OVER THE JOURNEYMAN kATk WHEN SUPERVISING 5 MEN OR LESS ' 090-9091 STATE: FOREMAN• .375 VMR. OVER THE JOUkNEY- MAN KALE WH1:. SUPERVISING 6 MEN OR MORE 1 1 t HNV-R323ZO-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 2S, 196t CCCUF AT)LNt ORTki.LL FINISHERS LUC41101-: KING COUNIT FRINGE 6FNEFIIS ' AFPRENIICESHIP .06 $/HR. HEALTH ANC WELFANE ANU DENIAL 1.S0 $/MR. ' PENSION .85 f/HR. WAGE RATES ' OCCUPATION OCCUPATION SIAIE CODE DESCRIPTION "IL 15C-0020 DRV%ALL TAFLh 11.119 ISC-0030 FOREMAN 16.89 I!C-OVSO GENERAL FOREYt% iS.j9 1 HRY-R 32320-AA PREVAILING MINIMUM HOURLY WAGE FATES "ARCH 29. 19h4 OCCUPATION: ELELIRICIANS ' LECAIIUA: CLALLAM, JEFFLRSDN, KING AND KITSAP COUNTIES. ' FRINGE LLNEF17S HEALTH AND WELFAkE .985 WMR. 1 NEEF 3.00 Y PEKSIUK - LOCAL 2.30 $/HR. 1RAINING FUND .10 $/HR. ' WAGE RATES OCCUPATIJN OCCUPATIUN STATE ' CODE DESCRIPTION AATE 170-0010 CABLE SFLICEA 21.6E ' 170-0030 LONSTRUCI;DN STOCKMAN IG.91 VC-0040 ELECIF.ICIAN 2G.t2 17C-0050 FOREMAN 22.CE , 17C-0000 GE ,ERAL FDRCMRh 20,74 1 1 1 t MkY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 2S, 19F,4 iOCCUPATION: FLAGGERS LLCA11Dht CHELAN, CLALLAM, LOUGLAS, GRAYS HARBOR, ISLAND, JLFFEkSDN, KING, KIISAP, KITIITAS, LEWIS, MASON, PACIFIC, PIERCE. SKAGII , SE.UHDMISN, 1MUkSTUk, WHAICOM AND YAKIMA COUNTIES. ' FRINGE 6ENEFIIS IOIAL HOURLY BENECITS 3.33 $/MR. WAGE RATES ' OCCUPATION OCCUPATION STATE CUDE DESCRIPTION RATE 26C-0010 FLAGCEP. 1G.Tb 1 1 HWY-R323i0-AA PREVAILING MINIMUM HOURLY WAGE RA7E5 MAkCH 29, I9P4 1 OCCUPA71ON: IQNWORKEk1 1 LUCATIUV: STATEWIDE FRINGE K NEF ITS 1 APPkEN110ESH:P .20 S/HR. 1 HEALTH ANC WELf AWL 1.60 1/HR. PENSION 2.15 $/HR. WAGE 947ES 1 OCCUPAIION OCCUPA71ON S141L CDOE DESCRIPTIDN RAIL 1 33C-0010 EURNERS IF.C4 33G-0100 FUk Y.AN 19.54 1 33G-0170 GENERAL FUkPA" 20.R4 33C-0005 IRONWOk KLk'- _- 33C-JU40 OkhAMENIAL 1C.04 �30-0050 REIhFOWCING 1 33C-D000 FIGGLRS 1L.04 33C-0060 ST RUCTU.AL IF.0% 330-0093 WELDEKS IF.04 1 i 1 1 1 i 1 1 1 1 1 HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE WA1ES MARCH 29, 19ky 'OCCUPATIONS LABCkERS 'LOCATIONS CLALLAM, GRAYS HAREOR, ISLAND, JEFFERSON, KING, KITSAP, LEWIS, MASON, DACIFIC INUR7M OF 0A)911AKUM COUNTY NORTHERN 6CUNDARY EXTENCED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT. SNOMOMISH, 7HUR57M AND WHATCOM COUNTIES. ' FRINGE BENEFITS HEALTH AND WELFARE 1.75 i/NR. PENSION 1.f5 f/MR. TRAINING FUND .13 f/HR. ' WAGE RATES OCCUPATION OCCUPATION CODE DESCRIPTION STATE GROUP 1 ' 3!C-2100 ►INL,W CLEANER b.A6 GROUP IA 35C-03'iD CLEAN-US ♦ABCRCR e.4t ' GROLr 2 3!0-0090 tFTCH Wl10HMAL 350-01*6U .RUSHEk FEtOIk 10.7R 3!0-1260 PILOT CAR IG.7b 3:0-IbID TDDLROCM MAN EAT JCL SITE) 10.76 Ili.78 ' GROUP 3 350-0110 BROUMFA ' 3SO-0130 BRUSH CUTTLM 14.ta 35D-0150 BRUSH HLG rELCCR 14.45 350-0190 BURNERS 14.96 350-0220 CAk AND TkUCK LOADER 14.96 350-0200 CEMENT HANDIER 14.9b 3SO-0300 CHANGL-MOUSE MAN Elk DRY SHACKMAN 14.90 350-0320 CHOKER SCTIER 14.96 350-0360 CONCRETE Ah0 NONJL17HIC LAbOkER I4.5b 350-0390 CONCRETE FORM STNIPPCo .1s0-OA70 CURING CL04CRETE 1''•`'b 1�,9b HWY-R32320-A► PREVAILING MINIMUM HOURLY WAGE RATES MARCH 25, 1964 OCCUPATION; LABOREKS ' LOCATIONS CLALLAM, CRAYS HARBOR, ISLAND, JEFFERSON, KING, KIISAP, LENS. MASON. PACIFIC (NORTH DF WAMKIAKUM COUNTY NORTHERN BOUNOAFY ' EXTENDED DUE NEST TU THE PACIFIC OCEAN), PIERCE, SKAGIT. SNOHOM►SH, TMUkSTOk AND WHATCOM COUNTIES. WAGE RATES OCCUPATION OCCUPATION STATE ' CODE DESCRIPTION RATE GRUDP 3 350-0520 DEMOLITION, WRECKING AND MOVING (INCL. 14.96 CHARRED MATERIALS) 350-0530 [ITCH DIGGLE 14.96 350-0550 DRIERMAN 35C-066U DUMPMAN 14.96 350-0700 ELLVAIUk FELLER 14.96 3SU-0725 FALLER AND bDCKER -- HAND 14.96 ' 3SC-0750 FINE GPADLkS 14.96 35C-0760 FURV. SETTEE. 14.96 350-Ob20 GENLk AL LAbLkLk 14.9L 3!C-0670 GROUT MACHINE HLACEk IENOEk 14.9t 3S4-0940 HEAD1k LABUk LK AND GUARD RAIL ERECIUR 14.96 35C-0970 HJUSE WKE CKLk 14.9t ' i5C-1100 P.ATERIAL YAkGF.AN (INCLUDING ELECIPICAL) 14.9t 35C-1160 NIPPER-SRAhFEk 14.5t 35C-1$50 PITMAN 14.96 35C-1310 PD1 1LNOEk 14.9E , 350-1a'30 RIPRAP PAN 14.9E 3SC-1640 SCALEMAN 14.96 35C-1690 SK IPCAh 14.9L 3SC-1720 SLOPLN SPkAYPAN 14.9E a 350-1790 STOCKP1LLk 14.96 3SC-1b90 TRACK IABUk[k 14.96 ' 35C-1930 1kJCk SPUTTLk 14.96 350-2130 VINYL SEAMING 14.96 GROIN 3A ' 3SC-0010 ANCHOR MACHINES 14.9p 350-0060 BALLAST REGULAIOW MACHINE 14.96 6 ' 3SC-OZ40 CARPINILR 1lh0LR 14. 3SC-Oslo CHIPPER 14.56 1 NWV-k32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MAKCh ie . 19b4 'O(CUPAlIDN7 LAbURERS LOCATIONI CLALLAM, GRAYS MARFUR, ISLAND, JEFFERSON, KING. KITSAP, LLWIS, ' MASON, PACIFIC (NOkTM 9F WAHIIAKUM COUNTY NJRINERN BDUNLAFY EXTENCEO DUE WEST lU THE PACIFIC OCEANI, P1EkCt, SKAGII, SHOMOYISH, IhUk$IUN AMC NMATCOA COUNTIES. WAGE RATES OCCUPATION OCCUP TION STATE CODE DESCRIPTION RATE GROUP 3A ' 350-0330 CHOKER SPLICER 19.96 35C-0340 CHUCK TLNOEk 10.96 t 3SC-0710 EPDXY 'ECHNICIAN 14.96 350-0010 GAOIC. bASKET OUILOFR 14.9t 35C-ObbO GRIN(-ERS 14.96 36C-ObbO GROUIMAN (PRESSURE) , INCLUDING POST 14.96 TENSION 6EAPS MC-Ii50 PAVEPENI bkEAKEk, UNDER 90 LOS. 1A.9G 356-1320 P1Pt P01 TINCER 14.9t ' 3SC-13140 P1PL%k APFtk 14.9t 315E-1390 PONUEkMth hiLPLk 14.9t 350-1400 POWLk FUGGT LPERAIUX 1q.9b 3SC-I41 O PUWEk JACKS 14.96 350-1510 R MOw StilEk, MEAD I(#.96 35C-1S50 kIPRAP MAN, hLAD 1%.9t 3SC-1500 k:DUE 16.9b 350-1710 SLUPEK (OVLk 20' ) 14.9t 350-11bb 5T AKE PuPPEk 14.9b 350-IB30 1AMPEk tkUL11PLE ) 14.96 35C-lbb0 TUPMA% - IAILMAN I4.9t 3SC-2030 VIbRATlt.G SCRE(C (Alk, GAS UR EU C7RIC) 14.96 350-1450 bHEEL9OkRUL, PUWCR DRIVEN )4.96 ' GRUUP 3t 350-0270 CEMENT FINISHER TENUCA 1,4.9b ' 350-0570 ViILL OUCIUR AND 6IT GRINDER 14k.96 3SO-1000 LASER bCAM OPERATDR 14.9t 3SC-1379 POWOEkMAN IA.9t 1 35C-19400 TUGGER UPEIATDR 14.9b 1 Hkv-P3232G-AA PREVAILING MINIMUM HOURLY WADE RATES MARCH 29, 1904 OCCVPAI)Lht LABLREkl ' LCCAIIUN: CLALLAM, GRAYS hAREOR, ISLAND, JEFFERSUN, KING, KIISAP, LEWIS. , MASON. PACIFIC (kGk TM OF WAHKIAKUM COUNTY NOkTNEkN NULNUAR) EXTENDED UUE kESI 10 THE PACIFIC OCEAN), PIERCE, SKAGIT, SNOHOMISH, TMUkSTON AND W,'ATCOM COUNTIES. ' WAGE RACES OCCUPATION OCCUPATION 57ATE ' CODE DESCRIPTION kATE GRUL'F 4 , 3SO-0050 ASPHALT RAKER 15.44 3!0-0250 CEMENT DUMPER - PAVING 15.44 95C-O650 GRILLER. - kAGEh AND AIR TRACK OPERATOR 15.44 350-0720 FALLEk AND FUCKER - CHAIN SAW 15,44 3!C-0040 GkAUf ChLENER Ak0 TRANSIT MAN 15.44 3!C-0"0 HIGH SCALEk 15.44 , 35C-1090 PANMULE EJILDLK 15.41 35C-1200 KO22LLMAk (CONCRETE PUMP, GREEN CUTTER WHEN 15.4% USING CLMEINAIIUN JF NIGH PkESSURE AIR AN(, WAIEk UK CONCkLIL AND ROCK, SANDBLAST, GLhNITE, SHLTLkETE) WATER BLASTEk 3!0-1254 FAVLPENI i-. L AVEF, OVER 90 LBS. 15.44 , 3!C-1260 PIPELAYLI, APd CAULKIk 1".44 35C-1670 SEWER 11MBEkM41. 15.44 35C-1740 SPkEA.DFP (CAE.FIES Gk ADE WITH RODDER) llo% 3!G-2000 V1HkAT GRLLF vA 35L-0420 CONCNElt SAW LPERA70R 15.44 , 3!0-0900 JACKMAMMIF 15.44 3!0-1463 RAIlkOAP SF'11'E FULLER 1!,V4 310-1750 !PREAUEW - CLARY POWER OR SIMI►Ak TYPES 15.44 t 3!G-1640 IAMPEk (MULTIFL( ANU SELF PROPELLED) 15.44 35C-1820 TAMPER ANU SIMILAR ELECTRIC, AIR AND GAS 15.44 OPERATED IUOLS ' 350-1905 TRACK ► INtE (POWER) 1$.44 356-2090 kLLL-PGIN1 MAN 15.44 GROUF ♦B 1 35C-1315 PIPE RELINER (NL'T INSERT TYPE) 15.44 HWY-k32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 2S, 198i ' CLCUPATICN: LABURERS LOCAI1(JI.1 CLALLAM, GRAYS HAkBOk, ISLAND, JEFFERSUN, KING• KITSAF, LEk15, MASON, PACIFIC (NORTH OF WANKIAKUM COUNTY NORTHERN 6ULNDARY EXIENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SRAGII, SNOHOMISH, IHUkSTON AND WHATLOM COUNTIES. RAGE RATES ' OCCUPATION OCCUPATION STATE CUOE DESCRIPTION RATE ' GREW S 35C-0200 CAISSON WORKER 15.00 350-1030 LASEk BEAN OPERATOR (TUNNEL) 15.80 3SC-1110 Nlhkk 1!.60 350-1380 PUWLERYAN 15.00 35C-1500 6E-TI.16LkMAb 15.60 ' 35C-1730 SPAVEk (TUNNEL) 15.L0 CiMEk 3tt-935$ STAlkl VL0,111AE : ALL WORK PERFORMED IN EXCESS cF E HLURS 10, ANY ONE DAY OR IN EXCESS OF 1C MLUk; IN ANY ONE MEEK, MONUAY THROUGH :-AIUkUAY, SHALL BE PAID AT ONE AND CNE-HALF TIMES 1ML EMPLUYEES REGULAR RATE. 3'.C-9356 STAit= OVtF11MLI ALL FORK PLWFORHED ON ' SUNDAY$ ANU MLLIDAYS SHALL BE PAID AT Thai TIMES TML EMPLOYEES REGULAR RATE. 1 HWY-k32320-AA PREVAILINL MINIMUM HOURLY WAGE RATES MARCH 29. 19E4 ' JICUPAIIDN: LABLkEkS (SEWER L WATER LINE CONSTRUCTION) LUCLIIUF_: CLALLAM, GRAYS HARBpR, ISLANC, JEFFERSON, KING, KITSAF , LEWIS, ' MASON, PACIFIC (NOklh 11F THE WAHKIAKUM COUNTY NJRTHLFN ELUNUARY EXI LNOLU LUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGII, SNOHOMISH, THURSTON, WHATCOM AND PARTS OF THE FULLOWING CUUNTILS t LYING WEST OF THE 12(lM MERIDIAN: CHELAN. K1171TAS, OKANOGAN ANU YAKIMA COUNTIES. FRINGE BENLFITS ' HEALTH AN[ WELFAkE 1.75 3/HR. PENSION 1.45 S/HR. ' l OYAL MUURLY BENEFITS 3.33 $/HR. TRAINING FUND .13 $/HR. WAGL tAIES OCCLVATIUN OCCUPATIUN STATE ' COOL DESCRIP71ON FATE 3(C-0010 CLNEkAI LAt F!FLk IMU 3GC-0020 FIPELAYIk 14.14 ' 3FC-0030 IOPMAN 1 1 MAL, r rNNY-R373i0-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 198• OCCUPATILNI LANDSCApE CONSTRUCTION rLOCATIOK: KING, KITSAP, PIERCL AND SHOHUMISH COUNTIES. FRIMCJ 6ENEFITS rTCTAL NOJRLY BENEFITS 2 WAGE FATES .80 B/MR. OCCUPATION CODE OCCUPATION r DESCRIPTION STATE 370-0030 IRRIGATION A14L LANDSCAPE PLUMBERS RATE 370-0050 IRRIGATION AND LANDSCAPE POWER EQUIPMENT OPERATOpS lh 62 r 37C-Colo LANDSCAPING OR PLANTING LABJRERS II.IE 1'.t0 r r r r r r r r r r r r MWV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH IS, ISb4 OEWPATION: MASON TENDEkS, HOD CARkIERS AND MORTARMiN LOCATION: CLALLAM, GRAYS MAkBUR, ISLAND, JEFFERSON, KING, KITSAF, LLkIS, ' MASON, PACIFIC (NORTH OF NAMKIAKUM COUNTY N3kThERN bOUNLAkY EXTENLED DUE NEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT, SNOH3MISH, THURSTON AND NHATCOM COUNTIES. FRINGF BENEFITS HEALTH AND NELFARE 1.55 f/MR. t PENSION 1.45 $/HR. TRAINING FUND .11 A/HR. WAGE RATES , OCCUPATIO'. OCCUaAT10N S.lt it CUDL DESCRIPTION 43C-0030 MUD CAfklEk 43C-0030 MLIRTARMAN 1 1 1 "kV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 1984 iUCCUPAIIGNI PAINTERS i LUCA110Lt GNATS HANEJR, 11LANG, KING, KITSAP, LEWIS, MASON, PIERCE, PACIFIC. 1NORIH OF THE MAHI,IAKUM COUNTY NJRTMERN 5OUNUARY EATE1.^FD DUE MIST lu THE FACIFIk MEAN), SKAGII, SNOHUMISM, THURSIOL ANC MHAICOK COUNTIES. iFRINGE bENEFIIS i AFPRENIICESHIP .06 •/NR. HEALTH AMC MEIFARE AND DENIAL 1.SO S/NR. PENSION .96 S/HR. iWAGE FATES OCCUPATION OCCL'PAT ION i STATE DESC, 1PTIJN fill 4!C-0030 PFIL6t 17.14 i 4SC-0060 ERUSh, JLUKNt YMAN )6.7♦ 4!0-0150 INDUSTRIAL PAINTER 17.14 45C-0170 FAINIEP -- 4!C-0Ib0 FAPtk HAN61P IL.74 i 46C-0220 RULLEK 16.7• 4110-0250 SLNDILAS7 IL'T-TLLDLR 17.14 ♦50-02tiO MAP ELEANIN6 17.14 i 4lC-0290 STEEL 17.34 45C-0300 !TLkFLLS 17.49 4l0-0310 IUWt%S 17.49 i 4l0-J3b0 TOXIC "AltRlA1 17.14 Clef i. i 450-7010 llAltt FLALMAI., .75 S/NN. LIVER THE H16hLS1 PAID JOJRNEYMAV UN THE JUE (450-T020 STAIIt GENERAL FJREMAN, 1.00 1/MR. OVER i THl HIGHEST PAID ON THE Job. 4LG-9900 !IAltt INDUSTRIAL PAINTER INCLUOLSi STEAM LLEANLR, PLWLk LASH (OVER 2000 PSI), bR1D(,E, IPUX1, TOXIC SPRAY, SANDBLAST IPOT TENDER - i SRUSM RATE ), STEEL, TANK, SUSPENDED SCAFFOLD- ING, PIPES, INDUSTRIAL WORK IN INDUSTRIAL PLANTS. 1 i 1 1 i 1 HWY-R323i0-AA PREVAILING M ':IMUM HOURLY WAGE RATES MARCH 25, 1 b% OCCUFAIIUNt PLUMPEkS AND PIPEFITIERS i LCCAIIWr : CLALLAM. JEFEERSUN AND KING COUI471ES. i FRINGE bENEFIIS DLNTAL 30 1/HR i HEALTH AND . , 141JARE 1.30 f/H . PEE Is 2.30 f/HR. . TRA � '�G FU:n0 i RAC ` f/HR. 2.75IS f/HR. WAGE FAl OLCUPAIIUN OCCUPATION <1LIl i CLOE DESCRIPTION 6ATt S?C-0010 FOkEMAN ?l.lE i 530-0020 GENERAL FUAEMAN 2[.14 5?C-0030 PLUMEEA ANC PIPFFITTER 14.l• i 510-0050 •LLUEKS i i i 1 1 1 1 i 1 i I =ME H6Y-k32320-AA PREVAILING MINIMUM HOURLY WAGE KATES MARCH 29, 19UV UICUPATIONL POWER LCUIPMLNT OPERATORS 'iUCATIONI CLALLAM# GRAYS HAkEOR, ISLAND, JEFFERSON, KING, KITSAP, M-IS, MASON, PACIFIC (KCRIN OF WAHKIAKUM COUNTY NORTHERN COLN.GAAY EXTENDED DUE WLST TO THE PACIFIC OCEAN), PIERCE, SKAGIT, SNOHOI .SH. THURSTOk AND WHATCOM COUNTIES. FRINGE 6ENEFITS HEALTH AND WELFARE 1.60 S/HR. PINSIUN 2.00 3/HR. TRAINING FUND .21 $/HR. 1 WALE KATES OCC' ?AT ION OCCUPATION STATE ' CODE DESCRIPTION kAlt 6RO4F IA 51C-55J0 CRANE 100 TONS AND OVER Jk 200 F1 OF B7::r 1E.73 INCLUDING JIB AND L'VEN t 57C-S5U5 LOADER , E VAk(S AtO OVER Ir.13 570-5510 SHOVLLS AND AITACHMENIS, 6 YARDS A40 OVLk IB.73 GRDIr I ' S7C-55I5 (ABLF4AYS "C-5520 CRANE Cvtk 45 TCNS AND UP TO 100 TONS Jk It..3 :VLI, 1'G /T UE BOOM INCLJDING JIB 57C-5535 MELICL'PTLk RIKCH It..,3 57C-S545 LOADER, LVikK AC 6 YARDS UP TO 6 YARDS ]6.23 ' 576-5565 CJAD v AN„ SIHILAk, C-10 AND NO-41 1B.23 57G-5540 ;("OIL CCN1kLL OPERAIOR, ETC, IE.:3 • 7C-5525 AOLLAGDN 16.23 570-5560 SCRAPEFS, SELF-PKMLLEJ RS YARDS AND JVEk 1.•.:3 t 57C-5550 SHOVELS, 6ACKRUES OVER 3 YARDS TO 6 YARDS It.23 570-5555 SLIPFOkr MAVLkS 11.23 5TO-S530 TLWlk CRANt ►B.23 GROUT 2 sl0-SSTs BUMP CUIIER 17.79 ' ST0-5590 CHIPPER 17.79 5T0-5570 (ONCREIL BATCM PLANI OPERATOR 11.79 510-5580 CRANES, 20 TUNS THRU 45 IONS 17.79 1 1 W-718 WELL #9 PUMP HOUSE WTR-9 +- _ #5 .ContrLzt D HWY-R32320-AA PkEVA1LING MINIMUM. HOURLY WAGE RATES MARCH 29, 1964 CCCUPAIION: POWER ELUIPMlN7 C•PERA7URS LDCAl1Ut.: CLALLAM, CRAYS HAkEUk, ISLAND, JEFFERSON, KING, KITSAF. IEF.IS, ' MASON. PACIFIC (NUk1H OF WAMKIAKUM CUUNTY NOKTHERI: bOUNCAkY LXIENDCU OUL WEST IU THE PACIFIC OCEAN) , PIERCE . SKAGII, SNOHOMISH, THURSTON AND WHAICOM COUNTIES. , WAGE RATES UCCUPAI!ON OCCUPA71GN STATE CUDE DESCRIPTION RATE GRLUP 2 , 570-5595 CRUSHERS 17.79 570-5600 DERRICK 17.79 , 570-5605 Lk1LL1NG MACHINE 17.79 570-5610 FINISHING MACHINE 17.79 57C-55b5 MYDkALIFTS 17.79 57C-5630 IEAUMAN MECHANIC - $0.30 OVER MECHANIC 17.79 , 570-5615 LOADERS, UYERhEAU UNDER 6 YARDS 17.79 570-5620 LJCOHUIIVLS, ALL 17.79 570-5625 MICH44ICS, ALL 17.79 ' 570-5635 KIXLkS. ASPHALT PLANT 17.79 57C-564C PCTUF F%ATRLL GkAOERS - FINISHING, BLUL%PS. 17.79 PULLI4C SLUFES. DITCHES, FIC. 57C-5650 FILEDRIVkk 17.71) , 57C-5645 PUMP TRUCK MULNIED CUNCRETI PUMP WITH B02P 17.79 t TTACHPLNI 57C-5675 :CRAFLPS, Sk LF-PKUPELLEC UNDER 45 YARDS 17.79 t 570-5655 !CRLED MAN 17.79 570-5660 SHOVELS, bACKHLES 3 YARDS AND UNDEK 17.75 570-5665 SUB-CRAUEk - IRIMMMLk 17.79 , 570-5680 IRAL17k, 6C HF AND OVER, BACKHOE AND ATTACH. 17.79 57C-5670 IkAC1TUKS, bACKHOE 17.79 GROUP 3 ' 570-5695 A-FkAYF CRAM 17.43 57C-5645 FRUUMS 17.43 , 570-5735 CONCRETE PUMPS 17.43 570-5705 CONVEYLKS 17.43 570-5700 CRANES, UP TU 20 TONS 17.43 , 570-5690 002ERS. 1,-9 AND UNDER, YO-YO. PAY DOZER 17.43 570-5770 DRIVER ON TRUCK CkANES OVER 45 IONS 17.43 570-5765 EGUIPMENI SERVICE ENGINEER 17.43 1 t HWY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 1904 OCCUPATION: POWER EOUIPMEhT CPERATORS 'LU�ATIUN: CLALLAM, GRAYS HARLOk, ISLAND, JEFFERSON, KING, KIISAF, LEWIS, MASON, PACIFIC (NORTH OF WANKIAKU14 COUNTY NJkTNERN LOUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAGIT. SNUNOMISH, THURSTON AND WHATCOM COUNTIES. WAGE RATES ' OCCUPATION OCCUPATION SIAIE CODE DESCRIPTION RATE GROUP 3 5T0-5720 FORK LIFTS )7.ti3 ' 570-5710 HOISTS, AIF, TUGGERS, ETC. 17.43 17.4 57C-5715 LOADERS - ELEVATING TYPE 3 57C-5725 MOTUA. PA7kLL GRADER - NON-FINISHING 17.g3 570-5730 MUCKING MACHINE, ETC. 17.43 ' 570-5740 FULLtRS, ON PLANT, RUADMIX OR MULTILIFY 17.43 VAMIALS 570-57tS SAWS, CONCkETC I7.V3 ' 57C-5750 SCRAPEF'S - CALRV ALL 3 17.A 570-5755 SCNEADENS. CLAW KNOX, ETC. 17.43 57C-5775 Tk AC10N , pG MP AND UNDER, BACXMOE AND ATTACH. 17.y3 :7C-57b0 TRENCHING E.ACNI%(S 17.43 GRCI'P • 570-5795 tSSjS7Aj.T ING1NEE(,5 17.13 570-5020 COMPkE mkL 17.13 570-5790 aIL L151kIEU7LRS, LLUWLKS, ETC. 17.13 ' 57C-5795 DILEk DkIVLk Ch TRUCK CRANE RS TONS AND U1.1)EF 17.13 57C-Shoo FAVEFENI BREAKER 17.13 570-5605 PU'STMOLF DIGGER, MECHANICAL 17.13 570-Sb10 POWER PLANT 17.i3 570-5825 PUMPS, WA7LF 17.13 570-57b0 EOIIER, C/hlk THAN PLANT ROAD MIX 17.13 570-5815 WHEEL TkALIOkS, FARMALL TYPE 17.13 GROUP 5 57C-5830 GRADECHECKER AND SIAKEMAN 15.33 HWY-k3?320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH ?S, 19B4 OCCUPAIIJN: POHCK EQUIPP10 DPLRATURS ' LCCA II Of.: CLALLAM, GkAYS hAkbUR, ISLAND, JEFFEkSON, KING, KIISAP, LEWl1, t MASON, PACIFIC (NCk7H DF WAHKIAKUM COUNTY NJkihEkh GGUhGAkY LAIENEEU UUt WEST 10 THE PACIFIC OCEAN), PIERCE , St.AGII , SNOMOMISH, THURSTON AND WHATCOM COUNIIES. ' C THCR 570-9574 STATE : •DVEF71ME• ALL WORK PERFORMED FROM t 5:00PM SATURDAY 10 bi00AM MONDAY Ok ON HOLIDAYS SHALL BE PAID FOR AT TWO TIMES THE REGULAR RATE. ALL OTMEk ' OVE&YIME SHALL BE PAID FOR AT ONE AND ONE/HALF TIMES INC REGULAR RATE. 57C-9577 STATE : FUWLMAN - 0.50 S/Hk. OVER THE HIGHEST t CLASSIFICATION UNI)Ek HIS SUPERVISIUh. 1 1 'HRY-R323ib-AA PREVAILING MINIMUM HE,UkLY WAGE RATES MARCH 2S, 19P4 'UCCUPATIJNt POwLF EGUIPMt NI GPERAtnRS (SEWER L WAItk CCNSTRUCTICN) 'LOCATIUNt CHELAN, CL4LLAM, LEA)GLAS (THAI PORTION WHICH LIES WEST OF 1hE 12GTH MEk1UTAN), GRAYS HANBCR, ISLAND, JEFFERSON. KING, KI11AP, K171I7AS, LEWIS, MASON, PACIFIC (NORTH OF A STRAIGHT LINE FkUM THL SOUTHERN BOUNDARY OF LEWIS COUNTY EXTENDED NEST TO THE PACIFIC OCEAN) FIERCE, SKAGIT, SNJNOMISH, THURSTON, WHATCOM ANL YAKIMA COLNIIES. ' FRINGE BENEFITS MERLIN Aht WELFARE 1.80 $/HR. ' PENSION 2.00 6/NK. T[AINIMG FUND .21 S/HR. .+AGE FATES OLCLPA7130. UCCUPATIUN STA7L EWE U( 5CKIPTIDN RATE GRLLf I ' 510-0040 EACK FILLtk 1l .Si "C-0030 EACKh Jt (7tC CASL TYPE AND LARGER WITH it.92 t 1IA(40t1.l 1) SIC-0100 CLAM It.9i SED-0120 CRAM It.52 SEC-0130 EIICHIN(• HAC11I14 Ib.►i 5(L-0150 EL2ER TALL CAI, TIP[ L-3 AND LARGER) 16.S2 5(0-01bO L'kAGLIlt Ib.S2 SFC-0193 FkUk7-FKL LLPACEG (2YL5. ARU OVER) 1t .9: t t,0-0210 MLEEA!,li 16.92 If(-0220 MECHL%IC w1LUtk Io.4i 5EC-0240 MDILk GFAOEk lt.92 40-0310 SCREED It.92 SEC-0330 SHUVLL 01 YU1. ANL UNDER) 1t.92 V C-035G 510L EOCH (ALL CAI. TYPE 0-3 AND LARGER) 16.92 GRULP 2 5LO-00<"D PACKHJC IbtG CASE TYFE AND SMALLER WITH 10.4.5 ATTAC4H0.I5) t 5(C-0050 PENDING MACHINE 1l .4i5 5EC-0060 EDOM TRUCK (STATIONARY) IE.4i5 5LC-0070 PORING MACHIht lb0425 HWY-R32320-AA PREVAILING MINIMUM HOURLY RAGE RATES MARCH 25, 19E4 , OCCUPA113N: PURER ECUIPMENT CPEWA70RS (SERER L WATkk CE•4STRUCTION) LCCAIIOK: CMk LAN, (LALLAM, DUUGLAS IIHAT PORTION WHICH LIES kCST LF THt 12GYH NkkIDIAN), GRAYS HAk6DR, ISLAND, JEFFEkSON. KINL, K11SAP, KIITITAS, LEWIS, MASON, PACIFIC (NORTH OF A STRAIGHT LINE FkUM , THE SUUTMLRN bUUNGARY OF LEWIS COUNTY EXTENDED WEST TO THE PACIFIC CKLAN) PIERCE, SKAGIT, SNOHOMISH, THURSTON, WHATCUP ANL VAK14A COUNTIES. t WAGE RATES OCCUPATION OCCUPATION STATE , CODE DESCRIPTION RATE GRDOP 2 , `EO-0090 COMPAC7UkS 16.425 56C-0140 GLZER (ANY TYPE SMALLER THAN CAI D-3) 1t.425 ' 5EC-0170 Ok1LLS (LkkLI TYPE) 1t.425 SCC-0160 1kONT-kWC LLALEP (Ut.OEk 2 YO.) 16.425 5CL-0200 Glt. (RUCK 11.42, SIC-0230 MECHANICAL GKLASER (URGE GREASE TRUCK) It.wl ' SCC-0270 PAV1K6 MACHINES 1t.425 51C-0260 P',T f1FE HAt. (1 iGlt,E UPERAICJ ALUVE 3 BBL.I It.4e5 5t6-03i " LI k S 16.42! ' S(C-03' '.1kVICE PLLk 1t.425 5CC-0340 SIDE Eat' (ANY TYPE SMALLER THAN CAT D-3) 16.425 5EC-03bO 1kAElA1,, 16.425 Sit-03cU kL L POL'.T SYSTEM 16.425 , GRLLF 3 51C-0010 Ilk COPPkESSGk 14.46 ' 51C-0060 CHAIN TYPE OIICMEP W TCH WITCH) 14.4t 5F6-0110 CUNCREIC SAW 14.4E , 51C-0260 UIL-GkEASkk 14.46 5t0-0250 61LLk 14.4E 5LO-0290 PUMP 14.46 5t0-0370 kELU1NG MACHINE 1q.4b , HWY-R3232O-AA PREVAILING MINIMUM HOURLY MACE RATES MARCH 29, 1Sb4 OCCUPATION: ROGFEkS AND WERPROOFERS LOCATILM CLALLAH• JEFFLASON. kIN6. KI7SAP. 4ASON AND SNLHOEIISH CJUNIILS. FRINGE BENEFl1S ' ARPRENTICESHIP .07 $/HR. HEALTH AND RELFAkE 1.20 3/HR. PENSION 1.00 $/Hk. ' RAGE kA TES OCCUPATION OCCUPATION STA1L CODE DESCRIPTION WE ' 610-0070 HELPER EIC-0100 JOURNEYMAk it Lb OIC-0190 SLATE AND TILE ROOFERS IS.IC 1 LIHEk tIC-90 1 STATES FOREMAN, 0.74 i. -. ' ABOVE THL SCALL FOR 1ME JD! CLASSIFICATION 1N WHICH HE 6ORkS t t HWY-R32320-AA PREVAILING MINIMUM HOURLY RAGE RATES MARCH 29, 19b4 OCCUPATION: SHLETMETAL WORKEKS , LUCA110E.: 1SLANL, KING AND SKUHJMISH COUNTIES. , FRINGE bENEFI7S HEALTH AND WELFARE 1.20 $/HR. ' PENSIUN 1.80 $/HR. SASNI 3.00 i TRAINING FUND .14 3/HR. t WAGE FATES OCCUPATION CCCUPATION SI IE , CUDE DESCRIPTION FATE 630-0010 FOREMAN 'i.41 , 6:C-0030 JOURNLYY.AN 2( .TI 630-OU40 MAIEkIAL MAN 74 iu CTHE E. 63C-9630 5TA1E: LVLkIlPt - ALL WOPK PERFORMED O M DE Thi hLUULAk WI1kKING HOURS SHALL EL FAIL AT 2 (760) TIMES THE kEGULAR KATL 1 1 1 1 HiY-R32326-AA PKEVAILING MINIMUM HOURLY MACE RATES MARCH 25, 19b4 IULCUPA71UN: SILT. HANGEKS ANL SIGN PAINTERS AND CONSTPUCTIUN MEN LCCAl1UK: KING. SKAGII, SNCHOMISH AND WHATCOM COUNTIES. FRINGE EENEFITS DENIAL .12 3/HR. HEALTH AND WELFARE AND RX DRUGS 66.00 WMO. PEKS1Uh .60 $/HR. WAGE FATES OCCUPATION OCCUPATION STATE CODE DESCRIP710N FATE 64C-OO5U SIG% HALGEk AND CONSTRUCTION MAN 14-_9 64C-OObO SIG% HANGER AND CCNSTRUCTIUN MAN - 1ST YEAk 64L-0G70 SIGN HAKGLF AND CU%STRUCIIUN MAN - 2NC YEA, -- 64C-0060 `_ILK HANGLK AND CONSIRUC71ON MAN - 3R6 YEAk -- 64L-0090 SIGN PAIN1tR 37.63 L7HIR t4C-9640 S7AIl : IUFCM.6. 4.00 4/LAY ABOVL THE J7U4NEY- IAt. '_CALF LF WAGES 1 1 1 1 1 I 1 1 1 I HAY-R323i0-AA PREVAILING MINIMUM HOURLY WAGE RATES MARLH 29. 19b4 ' OCCUPAIICN: SUEVEYLNS r^ ■ L0CAlIU1.: CLALLAM, GF91S HAREOR, ISLAND. JEFFERSON, KING, KITSAF, LENS. MASON, PACIFIC, PILRCE. SK►GI7. SNOHOMISH, THURS70N AhL WHAIELF ' CUUN7ILS. FRINGE BENEFITS ' 117AL HOURLY bEt.EFII - PA81Y CHIEF 1.25 S/MR. TC1AL hOURLY LENEF17 - INSIRUMENT .75 3/HR. ' PE RSCN TITAL HOURLY EENEFIT - CHAIN PERSON .55 S/HF. WAGE RATES ' DCCUPA71ON OCCUPATION S1ATL CGDE DESCRIP71UN RAIL ' ?ZC-0010 CHAIN PLRSUN E.00 7.C-0040 IhSTRUMEhI PENSCN IJUNIOR ENGINEER) 9.8; ' 7:C-0070 PAR1Y CHIEF (ASSISTANT ENGIMEkR) 11.40 1 i MNY-R3?320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 19E♦ OCCUPATICN7 TEAMSTERS 'LCCATIONI CL►LLAM, GRAYS HAREOR, ISLAND, JEFFERSON, KING, KITSAP, KIII17ASO LLWIS, MASON, PACIFIC INGRTH OF THE WANKIAKUM COUNTY NCRTNFRN POUND►hY EKTEPOEL CUE NEST TO THE PACIFIC OCEAN), PIERCE , SKAG17, ' SNOHOMISH, IMURSTUN, WHATCOM, YAKIMA AND THOSE PARTS ES THE FOLLOHING CCUNT1ES LYING WEST OF THE 120TM ME4101ANS CHELAN ANL DOUGLAS COUNTIES. ' FRINGE 6ENLFITS HEALTH AND WELFARE 1.89 $/HR. ' PENSIUA 1.75 S/HR. WAGE RATES OCCUPAT10h OCCUPATION STATE COOL DESCRIPTION MATE GROLF 1 73C-06SO LLVERMAN ►t.D LOACERS AT bUNKERS AND 17.06 EAICh PLANTS 73C-1010 PICK-UF TkUCK 17.0E 73C-12L0 "..Pitt 17.06 73C-IHIO MAkIH;]Ltk PAN AND CHECKERS 17.06 GRCLF 2 ' 73C-1300 TLAM DAIVEf 17.11 GMCLF 3 ' 73C-0110 bULL LIFTS, 0 SIMILAR EQUIPMENT USED IN 17.1c LLAUING CM UNLOADING TRUCKS, TRANSPURTIhG PAICR1ALS Uk. JUL SITESIWAREH3USING ' 73C-01�0 6US OR khPLUYEEHAUL 17.1E 1 MRT-R323:0-AA PREVAILING MINIMUM HOUR►Y RAGE RATES MARCH 29, 198h OLCUPAIILNI LEAP MRS t LDCATIOF.S CLALLAM, GRAYS HAktUR, ISLAND, JEFFERSON, KING, KIISAF, KIYTITAS, , LEWIS, MASON, PACIFIC (NORTH OF THE RAHKIAKJM COUNTY NORMAN BOUNDARY EXILNDFU DUE REST TL THE PACIFIC OCEAN) , PIERCE, SKAGII, SNCMDMISM, THURSTON, RHATCOM, YAKIMA AND TMOSE PARTS OF THE , FOLLOkING COUNTIES LYING REST OF THE 1207H MERIDIAN! CHE LAN ANC DOUGLAS CLUN71f S. RAGE RAIES DCEUPA1104 OCCUPATION SI411 1 CODE DESCRIPTION WE , GROUP 3 730-0260 DUMPSIEkS, ANL SIMILAR EUUIPMENTSTGURNO- 17.1t ' PUCKERS, ILURkUWAGON, TOURNJTRAILFR, CAT DR SERIES, lLkRA COBRA, LLTUURNEAU, RESTINGHLJSE *THEY WAGUN, EUCLID, IRO AND FOUR-WHEELED , FONkk TRACTOR W1M TRAILER AND SIMILAR TUF- lUAUE0 FGUIPMN7 IRAh SPORIING MATERIAL ANG PERTURMIhG MONK IN TEAMSTER JURISDICTIONSUUMF' ' TRUCKS, SILL, END ANL BOTTOM DUMP, INCLUDING SEMI—TRUCKS ANG TRAINS OR CJMPINATIJNS INEkk DF1LIP lU AND INCLUDING 5 YAkLS 73C-0460 fLAHEklY SPkLAttk 17.1t ' 73C-0490 FLAIEED TkLCK, SINGLE REAR AXLE 17.1t 73C—Ot10 FUEL 7*JLK, GREASE TRUCK, GREASER, 047TERY 17.1t SERVICE NAN AND/Ok TIRE SERVICE MAN , 7_C-1100 $C15SJk5 TRUCK 17.16 73L-1350 TNA[17k , $PALL kUtEl.k-TIREL (WHEN USED 611HI14 17.1t IFAMS1E1. J01culCIIUN) 72L-1750 1ACUUM Ik ULk 17.16 , 73C-2000 kA TER WAGON AND TANK TRUCKS UP TO 1600 17.1t GALLONS 73L-2200 NINCH 4ULkl SINGLE REAR AXLE 17.16 ' 7:G-2210 VRECKkk , IL, TRUCK AND SIMILAR EGUIPMEhT 17.1t 6RLUF A ' 730-0500 FLAIEED IkUlK, DUAL RLAK AXLE GRUUF 5 , 730-0060 kUGGVMO(•1LL ANO SIMILAR t 1 I HWY-k32320-AA PALVAILING MINIMUM HOURLY WAGE RATES MARCH 19, 1964 'UCCUPATICNI TEAHS7ERS �LOCA110Ni CLALLAM, GRAYS MARBUR, ISLAND, JEFFERSON* KING, KITSAP, K17111AS, LEWIS, MASON, PACIFIC INORIM OF THE WAHKIAKUM COUNTY %QRIMERN BOUNDARY EXTENDED CUE WEST TO THE PACIFIC OCEAN), PIERCE, SKAG11, ' SNOHOMISH, TMURS70I.9 WHATCOM, YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MCRIDIAh: CHELAN AhL DOUGLAS COUNTIES. tWAGE RATES OCCUPATION OCCUPATION STALE t COOT DESCRIPTION RATE GROUP S 73C-Jh70 hYSTLR UPERATLkS (MAULING BULK LOOSE 17.33 AGGkEGATLS) 73C-1190 STRAQDLE CAKAIEA (BUSS, MYSIER AND SIMILAR) 17.33 73C-2010 vRT" WAGON ANG TANK TRUCKI 1600 GALLONS 17.33 lU 3000 6ALLUNS ' GRLLF 6 7'•C-Ib00 IRAt.SII-h1X, C TIP, AND INCLUDING 4.5 YDS. 17.37 GRCLF 7 73C-0210 OUMPST"S, A6D SIMILAR EQUIPMEN117OURNO- 17.3E ' RUCKERS, IUJWKUWAGON, TCURkOTRAILCR, CAT OW SERIES, TEkkA COBRA, LEIOURNEAU, WESTINGHLUSI ATHEY WAGON, EUCLID. IWO AND FOUR-WHEELLL POWER 76ACIUk WTM IkAILER AND SIM1LAk TOP- ' LUADED EQUIPMENT TRANSPORTING MATERIAL AND PERFORMING WGkK IN TEAMSTER JURISDICTION:DUMP IRUCKS, SM. END AND BGTTOM DUMP, INCLUDING ' SEMI-TRUCKS AND TRAINS OR COMBINATIONS ThEREUF :OVIR : YARDS TC AND INCL. 11 YAkES 730-O410 EXPLOSIVE TRUCK (FIELD MIX) AND SIMILAR 17.3p EQUIFMENY 730-0710 LOWBED AND HEAVY DUTY TRAILERS UNDER 50 17.38 TUNS GRLSS 730-0910 OIL DISIR1EUTEk DRIVER (ROAD) 17.3b 730-1140 SLURRY TRUCK CRIVER 17.3E 73C-1160 SNO-GU AND SIMILAR EQUIPMENT 17.36 73C-2210 VINCh IkUCK: DUAL REAR AXLE 17.3b HMV-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 19b4 ' OCCUPATIONS ItAYSTLkS , LOCATIONS CLALLAM, 64LAY1 hAkEUR, ISLAND, JEFFERSON* KING, KITSAF, KITTITAS, ' LER11, MASON, PACIFIC (NORTH OF THE WAHKIAKUM COUNTY NOk1NtRN BOUNDARY EXTENDED UUE HEST TO THE PACIFIC OCLANI, PIERCE, SKAGIT, SNOH3KISH, THURSTON, WHATCOM, YAKIMA AND THOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 123TH MERIDIANS CHE►AN ANt ' DUUGLAS COUNTIES. WAGE RATES , OCCUPATION OCCUPATION STATE CLDE DESCRIPTION kATE GROUP B , 730-0220 DUMPSTERS, ANL SIMILAR EOUIPMENT87UURN2- 17.44 ' ROCKERS - 1LUkNUWAGON, TOURNOTRAILER, CAT UW SERIES, IEFRA COBRA, LETOURNEAU, WES71NGHUUSE ATHEV WAUJN, EUCLID, TWO AND FOUR-WHEELED , PGkEk 1RACIOR WIN TRAILER AND SIMILAR TOP- LUAUED EUU1PKLNT TRANSPORTING MATERIAL ANL PERFORYlh4 WOkK IN TEAMSTER JURISOICTIONSOUMP TRUCKS, SIDE , END AND BOTTOM DUMP, INCLUDING t SErI-TRUCKS ANU TRAINS OR COMEINATIURS IHEkEDFSLVLR 12 YARDS TO AND INCL. 16 YARDS GRblf 0 ' 73C-0100 EULk LFML141 IANKtk T:C-0230 OUI+ESILk19 ANL SIM1LAk EWIPMLNTSTUUkNo- RUCKEkS, TOURNUWAGON, TOURNOTRAItER, CAT ON SERIES, TERRA COBRA, LETUUkNEAU, WES114GHLOSL AThtY WAGON, EUCLID, TWO AND FOUR-WHEELED POktk IKACTOR Wth TRAILER AND SIMILAR TOP- LOADED ECUIPMCNI TRANSPORTING MATERIAL AND PLRFORMINU WUkK IN TEAMSTER JURISDICT13NIOUMP ' TRUCKS, SILL, ENO ANL BD17UM DUMP, INCLUDING SEMI-IRUCKS AND TRAINS OR COMETNATIONS THEREOFSDVLk 16 YARDS 10 AND INCL. 20 YARDS 730-2015 rATEK WAGON AND TANK TRUCKS OVER 3000 GALLONS 17.49 ' GRUUF 10 HUY-R32320-AA PRLVAILIAG MINIMUM HOURLY WAGE RATES MARCH 2S, 1984 OCCUPATILNt TEAMS7ERS ' LUCA110N: CLALLAM, GRAYS MAKEUR, ISLAND, JEFFERSON, KING, K11SAP, K11717AS, LEWIS, MASON, PACIFIC (NORTH OF THE WANKIAKUM COUNTY NORIMFRN BUUNDARY EXTENOID LUE WEST TO THE PACIFIC OCCAN), PIERCE, SKAGIT, SNOHOMISH' , N FOLLOkINGCUUNIIES LYING IWEST OFKTHE 12OTM MERIDIANt CHLLAN AN[ DUUGIAS CUUNTIEI. WAGE RATES UttBPATION OCCUPATION ' DESCRIPTION STATE CODE D kAIE GROUP 10 11C-0120 EULL LIFTS, UR SIMILAKY EQUIPMENT USED 1N 17.51 COALING Uk W.LUADING TRUCKS, TRANSPORTING MATLkIAL1 U1+ JU6 S1TLStOTMCR THAN WAREHJUSING GWcIF 11 73C-1510 TRANS71-MIX USED EXCLUSIVELY IN HEAVY 17.:4 CUNSik.$DVLR 4.5 VOS. TO AND INCL. 6 YDS. GR(A F I: ?BC-0010 A-FkAMF Ck HYDRALIFT 1RULlS UR SIMILAR 17.b4 EWUIPMEKT kMEI. A-FRAME OF HYDRALIFT 6k SIMILAk LQVIFMEN7 IS IN USE GRUB 13 ' 130-0240 DUWPSTEkt AI.L SIMILAk EYUIPMENV:TOURNO- 17.LL k UCKFk3, TLUkt UWAGOF., IDURNOTR41LER, CAT OW SCRIES, ltkkA COPRA, LETJUKNEAU, WESTINGHUJSE ATNEV WAGUi., LUCt ID, TWO AND FOUR-WHEELLU PUWtk IkACTCK klt 'RAILER AND SIMILAR TUP- LUAUED EQUIPMENT IRANSPORTING MATERIAL ANU t PERFURMING WUKK IN TEAMS1Lk JURISDICTION:DUMP TRUCKS, SIDE , END AND BOTTOM DUMP, INCLUDING SEMI-TRUCKS ANC IRAINS DR COMB INA110NS THEREOF L YARDS INCL. YARDS 730-0720 LOWtEO ANU HEAVY DUTY TRAILER OVER 50 TONS 17.66 GRUSS % AND INCLUDING 100 TONS CkUSS t HWY-k31320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 19P4 OCCUPATICNS IEAMS1EkS ' LCCATI01.: CLALLAH, GRAY$ NAkLOR, ISLAND, JEFFERSON, KING, KITSAF, K17111AS, , LEW1S9 MASON, PACIFIC (NORIH OF THE WAMKIAKUM COUNTY NDkTHEkh DUUNDARY EXTENDED DUE WEST TO THE PACIFIC OCEAN) . PIERCE , SKAG11, SNOHOMISH* THURSTON, WHATCOM, YAKIMA AND TNOSE PARTS OF THE FOLLOWING COUNTIES LYING WEST OF THE 120TH MERIDIANS CHELAN ANC , DUUGLAS COUNTIES. WAGE RATES , OCCUPATION OCCUPATION STATE CODE DESCRIPTIJN RATE , GROUP 1♦ 73C-1520 TRANSIT-MIX USED EXCLUSIVELY 1N HEAVY 17.7U ' CONSIR.:UVER 6 YD5. 7U ANC INCL. 6 YDS. GRLLF 15 73C-0250 OUMIySTEk5, AhL SIM1LAk EWUIPMENTIIUUk NJ- 17.Et , RCCkEkS. 16URNUNAGON, TOURNJIRAILER, CAT OW SEkIESr ILKRA COtlkA, LEIOURNCAU, WESTINGHUUSL ' &THEY WAGON, LUCLIO, IWO AND FOUR-WHEELED PLWER 7kACTLK WTH IKAILEK AND SIMILAR TUP- LUALED ELUIPM NT IRANSPORTING MATERIAL ABC , PERFLkPlhv M,i K IN TLAMSTFR JURISLICIIO\SOUMF 1RUCKS, SILE , END AND DOITCM DUMP, INCLUDING SiMI-7ROCKS AKL TRAINS OR CUMkINAT10NS , THEREDFSLVEK 30 YES. TO AND INCL. AO YD.. 73C-0730 LUWEED AND HEAVY DUTY TRAILER: OVER 100 17.1i TLN' GRLS$ GROUP le t 730-1530 IkANS11-MIX USED EXCLUSIVELY IN HEAVY 17.tt , CGkS7k.:GVLR C YDS. TL AND INCL. 10 YDS. 1 HNY-R323i0-AA PAEYAILING MINIMUM MOL'kLY MA GE RATES MARCH 19. 19l� 'L)LCUPAI ILh: IEAPSTEAS 'LOCATILt.a CLALLAM, GRAYS hAAbUR, ISLAND. JEFFERSON, Kl%4. KITSAP, KITTITAS. LL%IS, MASON, PACIFIC (NORTH OF THE NANKIAKUP. COUNTY t.ORTHERN P.ENINDAKY EXTENDED CUE NEST TO THE PACIFIC CCLAh1 , PIEACE, SKAGIT, SNOH3MISM, 1MUR ST0h, NNATCON, YAK IMA AND THOSE PAF IS Lf THE ' F0LlOR1N4 COUNTIES LYING WEST OF THE 120TH MERIDIAN: CHELAN AND DOUGLAS COUNTIES. WAGE RATES OCCUPATION OCCUPATION COO( DESCRIPTION STATE GROUP 22 AATt 730-OA00 ESCLAT UAIYLA PC-1020 FILL1 CAR 17.C6 17.Oe GR24P 23 73C-Ob10 )A CH4.i1L HELPLR 1C,S1 ' 4R(UF i4 73C-Db00 M(LhANIL CI 17.t4 mtF. TEC-9735 !TAIL: fUF UCCUPAIIUN 730-0260 IN GROUP 17 ADL .K CS15 f/M 15 YAA, FOR EACH 10 YARD INCREMENT UYER 130-9736 S141E1 ALL TYPES OF TRUCKS UR EGUIPME%T USLD ' TU MALL PLATLA14 CEMENT READY-MIA SHALL bL CUYER4[C by INC TRANSIT-MIX SCALES 1 1 MNY-R32320-AA PREVAILING MINIMUM HOURLY WAGE RATES MARCH 29, 19E4 OLCUPATIUI,: TEAMSTERS ' LUCATIONI CLALLAM, GRAYS hAkkUk, ISLAND, JEFFERSON, KING, KIISAF, K1111TAS, ' LEklS, MASON, PACIFIC INORIM OF THE WAHKIAKLP {OUNTY NORTHERN BUUNDAKY EXTENDED DUE WEST TO TNE. PACIFIC OCLANI, PIERCE , SKAGIT, SNOM3NISM, THUkS70N, WHATCOM, YAKIMA AND YH35E PARTS 1if THE ' FOLLOWING COUNTIES LYING WEST OF THE 1207H MERIDIAN: CNELAN AND DOUGLAS COUNTIES. WAGE RATES , OCCUPATION OCCUPATION S1ATL CCDL DESCRIPTION FAIE ' GROUF 17 7.C-0:60 IUMPSIERS, ANC SIMILAR EOUI"SENT:TOURNJ- 17.9r ' k UCk[RS, IhUkNONAGDN, 10URNOTRAILER, CAT ON 5LkILS, TEkkA COBNA, LEIJUkNEAU, WES114LHUUSE $THL7 WAGUN, EUCLID, TWO AND FOUR-WHEELLD , P Ckik 1NACIL4 wIM YkAILEN AND SIMILAR TUP- ILACED E(M PMth7 1RAKSPORIING MAltklAL ►NL FlkFGkP1::4 kL K ►N TEAMSTER JURISOICI ION:6UMP ' TRUCKS, SILL, ENO AND BOTTOM DUMP, INCLUDING 5CM1-IkuLKS ANL TNAINS LR L'JMtINAIIDNS IHEkLUf :GVEk 40 VARUS TO AND INCL, SS YAkUS CRPLF I#. , 7BL-1540 TRANSIT-hlk USLC EXCLUSIVELY IN HEAVY �. .• , ' CUk STk.:UVLk 10 YUS. 73 AND INCL. 12 YOS. Jk"F 15 730-1S50 TRANSIT-MIA USED EXCLUSIVELY IN NLAVY CONSIR.:LVLR 12 Y[S. 7C AND INCL. 16 YDS. GRIIt :D ' 730-1560 IkANSIT-MIX USLD EXCLUSIVELY IN HEAVY CONSTR.:UVER 16 YDS. 10 AND INCL. 20 YD'... GROLP 21 73C-1570 TRAkSII-MIX USED EXCLUSIVELY IN HEAVY CONSTk.IUVER 20 YUS. MAIL TO 8lawaraat of INDkffllAL MATIRTII'IAN ® INTENT TO PAY Wryetww M lass,a tassnrte. PREVAILING RAGES 1m WTm.l sru4.. D.el.t. IPwbllr Work.Cnuneu W..r.l AVMYu.l .BWeu, at.P:..mA ssao. I1011 7e3-4010 Ctn t Numbs, WY Bid Was DQe. Con". Awaedery Pubbc Assoc, Date Contract Awudad ' — Geer) in W'hmh Work profism.d.___ _ Add. Lmtion Within County ' P.Cmtractor, — Pa se- CUn4.cmr\ R.utrau.Carl fi ate No—. Do N. Intend T.U.Subcontrmurn' 1. 7 Ni, ' Ir mmDbnn nth RCW n IP.Mp 1.th, ud.ro oid. beml.duly.uthorwd nDlrnuL.T o/ .nr..w... um. do baby carufi that thr follonry rates of hourly,sud hourly/ridge bnrDu will b pad to al wboren.wrkmen and m.chusia employed by mr upon tut pubhr cork.pnl.ct d.ecnbed above sod that m labor,workman or m.cha t,will be pad Imes than the•pnvabry rsw of wage-as d.termited by the Indusual SYWUcun of the Dlmptmenl of Labor and Industries PLEASE NOTE: If apprentices art to be used they must be call with the Scale Apprenticeship Council or they must be Dud prevabllg purneyman wal c•A•* smw.np Nc.u.. uTa of un or aocmy .wouo. smuT P.r rat...n.aol S A M P L E ' Non Murh Additional Sh.0 as N..ded ' Sub.Tnbd and .w, By ---�--rn to before me ^*. this dr.v f F.r t a 1 L..n.l. ' 1p APPROVED D.Pwuaest of Labor• IN.atrl. Iwdwurlal Stath irl.. l�IN Sw�r N wMY�+n w..,y wmA.,rn.. By — D.. _ ' BEFORE FINAL SEITIEMENT con be made on ury public weeks Dropct,the prime contr.r 'ad eerh and ram subcontractor must oubmlt form LI.1m Y"ABldsvn of Was.Peed"w the officer charged with the dmb wicanu t of pubhc fund. EACH AFFIDAVIT OF WAGES PAID MUST BE CERTIFIED BY THE INDUSTRIAL STATISTICIAN OF THE DEPARTMENT OF LABOR AND INDUSTRIES BEFORE IT IS SUBMITTED TO SAID OFFICER. PROGRESS PAYMENTS.Each voucIwr clam submitted to an tanner by a contractor for paywent on a proem eetumals&lull mw that prelwhpg ragas bve been paid m accordsrrw with the pnBled statement or owlamenw of lower to pat P.41h, w68• on file with the public aleney, COMPLETE AND MAIL ENTIRE SET FOR APPROVAL TV Employment Standards bivnion. Deparuuent of lAbor and Industries. ' General Adminuummo Building. Olympu. W'.hington p&%(M CON1M1htT0u DI&TRraM AR10t'1D&TAT1141NTe AS enti na" post.fOP. MM.INAL MNTIAR—AwA1DING AG1N1'1 IGYL\CUM Dl'PUCAM '%[)UbTO.LL nsTWICIAN 1ws.1 p.puu..b =LIT CDPyi TIIPLICAn-PRIME CON MUIR IT41Aw COe1 i OL'ADKUPLICATLdtaCOMlUd9UP r taw. ........ me... �. ' MAIL TO INDI'STk1A1.STAnsTI(TAN t AFFTDA\TT OF I9seanrat of taYr a laltarrw E-towyerat searde en D,,,,,a ! WAGES PAID 1 Darral Adaj.",ea N.y'f ON PUBLIC WORKS CONIRA(l Olfeaata,%A ekaa IfMI lllNla Cont. Neither ' Convect A°nNine Pobba ARm') Date Bed Wu Due Date Craven A.aNed Addrpr —_—� Date W'wa Cwopktad ' C-t y m %%.h Wwa Performed Tehephona Number —�_ Imtwn K'nhm Can, ���—�-- W.e. Sutement of Intent road, Yr Nu In .ompiuna r;th RCK 3912.040 I, the undengnad, heini A duly wJNonaM npraenubra of ' dohercb °t�.a.r°I.w., eaN� "whmee And esectumwe emptoyM rby me hoYrly"afe And haurh Innfe henefu bA.a been mechanic has been Pun the polar d1mribed above aM that no 1 borer "whit new De nment W or kaa than the�pmAihnf me of"afe'a daum;nM by the Indtotrul Sunutalan of the p labor and IMYalrta a nl halo"ach clmdnateon of boor empWyM OJ you upon the proJeel dacrlbM abme and the rue of IQurly pay and haurly (rmie le.r." pod w ."'Ph"dawfattw raw Nee, ' 1(A mrcea pass been amplaed on tMs pgect.p..v , of pgraston ide this addinon.I;nform nam Ation e,npstntmn nuniber and If. o ants ' W hew.I non n 11�n h• es,amino N 1 S A M P L E ' Nw° AW n+aa,,ew Sea..,Nwe.e SubacnhM and e"wn to before ' thu day of By 19_ n,w far u q t an.w.niN W euany u w wAr ter..Av rate.ae�w,n°Hea a.r Aa 1M w Ac. r II oar,Yn yn Y�"ty INDIbTRIAL STA DEPARTMENT OF n\ IAbk ANNDD INDNDCSTktES ' ILAN INSTRUCTIONS ' .111" to RCK' f9.17Oa0 spies ef mu form must be cwninf-W by the conrranw and contuaton ach of pia Sub Compkla toe loan ;n tripinate end ha f S ve It notanaM ubmn dl forms for apPraal to Emptoyment B Standards Dt InduNrtM.Gelxrd Administration Building. Olympia, N'afhinfton 9SS0a on.0.pnment of labor and a Me" an Appaed tapy IQ the Contract AYardmS Public AI CONTRACTORS ARE RESPONSIBLE FOR OBTAINING AND FILING AFFIDAVITS of the SU6 CONTRACTORS Thu 11 ratiturcd by IA"And paymenu an ka Laterally W made emil ash allldavlD an Bled ' CONTRACTOR/SUBCONTRACTOR `rQl' O u ,tl REPORTING PERIOD MONTHLY MANPOWER UTILIZATION REPORT Yea a ,� ,} a 1Wnih; Year: ' To be submitted to the City's Project Coals and Timetables as Committed Engineer during the let weak of following 11 in Contractor's Affirmative month while contract is in progress. Prime N Action Plan i Contractor is responsible for obtaining and submitting all Subcortractor Reports. or per City's Plan _9.1 10: (wear and location o/ Coal Agency Dept.) From: (Naar and location of contractor) ' This report is required by Executive Order 11246, Section 203. Failure to report can result in sanctions which include suspension, termination, cancellations or debarment of contract. ' . . �. g wino- Total otal work Hours of Esployaent (see footnote) rIcy number unter C Laai . . . . of of flee- a His. er. As tart.' 'o tal tohall alnorlt ErDby• Company Name (I.D.I Trede t1oTn To to Illeek panic ndlan Pee tie C'Ploy- ees p Ta L^d :ir u?. eea C ' A TT ' A it AD Tr AD Tr All Tr AD Tr Tr �. Ccepany 0. Date signed 9 • epnona I.ueber (Include Area Code) 11/77 (•Melee g Females, --Minorities c Non-minorities) Pa Pc of 7/80 (Submittal Requirements g City's Goals/Timetables) INSTRUCTIONS FOR FILING EMPLOYMENT L'TILI.ATIuN REPORT (CI TI' OF The Employment Utilization Report Is to be completed by each subject contractor (both prime and subcontractors) and signed by a responsible offf vial 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 prime cont entire reporting Pe ollect andesubmit reports tforshall each subcontractor's work t for iforce ts r[oftheeCoand shall mpliancr ' Agency [hat is funding their construction project. Reporting Period . ' ' Self-explanatory Compliance Agency , ' City of Renton (administering department) Contractor . . . Any contractor who has a qualifying construction contract with the City of ' Renton. 1. Company's Name . . , • An tocontractor or subcontractor who has A ,q uaifying contract. 2• Trade , Only those crafts covered under applicable 3. Work-hours of E EEO bid conditions. ' IDpl ovment , . 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 teta: work-hours for all women. ' Classification • The level of accomplishment or status et the worker in the trade. (C a Craftworke, - Qualified, Ap • Apprentice, Tr • Trainee). ' 4• Percent of minority worY- hours of total work-hours • The percentage of total mt v work-hours 'worked of all work-hours worked. (The sum of columns b, c, d and a divided by column S. Total Number of M . , Employees .no r. . Number of minority employees working in contractor's aggregate work force during reporting period. ' 6. Total Number of Employees . . . . Number of all employees working in contractor's aggregate work force during reporting period. ' • Minority is defined as including Blacks, Hispan!cs, American Indians and Asian , and Pacific Islanders - both men and women. 1 1 CYBOVL [ERTIPIC17I05 Of PATREmT CP PREVAILING RAGES ------------- -- ------- -- ---------- ----- Late: .................... 1 Project: City of Renton, well No. 9 Pump Station Llty NO.: W-716 1 This 13 to certify that the prevalllnq wages have been paid to our employees and our suhccotractcrsl eaployeem to the period 1 ... tcer • •.... ..... ........ In accordance wit A•the•Intent1tc fay Prevailing wage tiled witn the 1 Washington State Department of Latcr and Industries. 1 Company•Ease.................... 1 By.............................. 1 Title........................... 1 1 (Completed tcrs to be submitted with each Progress Paymout request. ) 1 1 1 1 1 1 S1714w.►l Cert. of Payment of Pray. wages 1 1 PART 4 t SPECIFICATIONS ' CVBC47 IBBRE►IATIOaS ------------- wAenever In these Contract Doc umeots th following abbreviations ate used, the intent and meaning shall De Ine terpreted as follows: AA lluelbus Association Alai Architectural Alumlaum manufacturers' Association /ASBTO American Amen ciation of State highway and Transportation Otticl,le ICI American Concrete Institute ' &IBRA Inti-friction Bearing Mahufactursrn, Association IGA American Gas Association AGMA American Gear manufacturers AISC American 1.5I Institute of Steel Construction American Iron and Steel Institute AITC American Institute of A RCA Timber Construction air Roving and Conditioning association ' AYSI 1ascican Yation API a1 Standards Inatltute American Plywood Association API American Petroleum Institute AREA American 15lE Railway Eagineering Asscciation Railway Society of Agricultural Engineers ASCE American Society Of Civil Engineers A Stl RIE ►aw[lcan Society at Heatin g.Coaditioning Engineers, Inc�etrigaratiog and A1[- ISRE American Society of Rechanical Engineers ASTM American society for Testing and materials Awl Architectural wbndwort Iustltute Aas American Yeldlnq Society IkPA Amerlcaa Yood Prescrveral Association ANPB American wood Preservers Bureau A WWA American water Yorks Association BHMA Builders Hardware Manufacturers' Association CAA Cartlfled CIA Ballast manufacturers- Association Copper Develapaeat Association CISPI Cast Iron soil Pipe Institute CISI CraaI Ce Manufacturers, Association of America S Concrete Reinforcing Steel Institute ' fed. Spec. ►ederAl specificatloos HI Hydraulic Institute ' I1117 Hoist manufacturersf Institute ICSO International Conference of Building Officials ' IEEE Institute of Electrical and Electronics Engineers, Inc. ICEA Insulated Cable Engineers, association 1SA Inatrusent Society of America S1714h./1 Abbreviations 1 JIC Joint Industry Conferences of Hydraulic Manufacturers t BRA ROOOr411 Ranufacturers, Association NBHA National Builders, Hardware Association t NBC National Electrical Code NINA National Electrical Manufacturers, Association RISC National Electric Safety Code NFPA National Fire Protection Association ILIA National Luater Banufaeturers- Association N■NA National Noodvork Manufacturers- Association ' CECI Overhead electrical Crane Institute OSHA Occupational Safety and Health Act (both Federal 1 State) ' PS Product Standards Section - O.S. Department of Commerce , RLM AIR Standards Institute, Inc. BRA Rubber Ranufacturers' Association ' SAE Society of Autcaotive Engineers SDI Steel Door Institute SSPc Steel Structures Painting council ' TERA Tubular Exchanger Manufacturers' Association ICA Tile Council of 'aerica , UBC Uniform Building Code UL Underwriters- laboratories, Inc. , NNPA western wood Products Assoclatlo❑ Unless a particular issue Is designated, all references to the above speciflcatdons, standards, or methods shall, in each instance, be understood to refer to the issue it effect (including all amvniments) on the first published date of the Call for Bids. , ♦ s 1 Sly146.Al Abbreviations 1 CYB001 01001 GENERAL RBQUIREBEYTS ' _____ _______ ___ PROJECT DESCRIPTION A brief description of the work Is stated in the City of Renton '_ail ?Or Bids. To determine the full scope of the project or any ' particular part of the project, coordinate the applicable information in the several parts of these Contract Documents. ' The Contractor's attention Is directed to the SUPPLEBEYTaRY COY➢ITIONS, which contain special requirements that are pertinent to this project. The work consists of providing pumping and ancillary equipsent in a new building together with Ab access road, parking area, and store water facilities. The project is in a developed City park and special restrictions are imposed regerding scheduling the work, limitation of wort area available to the Contractor, era_tlon of temporary fencing, and restoration of disturbed and iaaaged grassed tareas Irrespective of their existing condition. The Contractor should note that Puget Scund Power and Light Cospany has to lay underground electric cables alongside the access road. ' The Contractor shall coordinate with the company to schedule that work to not Interfere with construction of the access road. It is probable that cable laying will Cot start before Septesoer 1, 1164, ' at the earliest. The Contractor shall provide concrete encasement around the electrical cable At utility crossings, as noted on the Drawings. ' Particular Attention Is drawn to the requirements for work near the edge of pavement of the 1-40S exit and to existing City underground facilities In the vicinity of the proposed building and access road. ' The Contractor must schedule the work to meet the following criteria: 1. Access to the work shall cause the least disturbance to the park. 2. Access and working area shall be lislted to the minimum ' practical amount and shall be contained witb$n an h-toot high teaporary farce to be provided and disposed of at the end of the work by the Contractor. This fence shall be erected in ' two stages: the first staye to include All the area necessary to complete underground piping in the vicinity of the pump station; the second stage to encompass a smaller area for constructing only the pump station and access road. iS17146.A1 G1001 1 3. All underground potable water and store water piping in the ' vicinity of the pump station (i.e., all underground piping exclusive of the stars sever extension to the river) shall be scheduled for completion from first day of excavation to final ' sod restoration within a designated 4-reek period to be agreed upon with the Ecgineer. SNQDENCE OF OPERATIONS , PRE-CO95TRUCTIOV CONFERENCE ' Prior to the start of [obstruction, the Contractor, Dvaer, Engineer, all subcontractors, utility department, power company. and other Interested departments shall attend a pr;-canstruction , conference, with time, place, and date to be determined after award of the Contract. Subsequently, a representative of the Contractor will attend a weekly conference to review progress and ' discuss any problems that may Le incurred; the time, place, and date to be established at the Pre-[obstruction conference. COORDIN\TIOh , The Contractor shall cooperate in the coordination of separate activities in a manner that will provide the least interference , with the Ovnerls operations and utility companies working to the area, and In the interfacing and connection of the separate elements of the overall project work. , SRUTDONN OF EIISTING OPER\TIONS OR UTILITIES Continuous operation of the Ovber's existing water system 1s at , critical importance. Tie-ias to existing services or utilities, or for other worx that ' requires the temporary shutdown of any existing operations or utilities shall be planned in detail with appropriate scheduling of the work and coordinated with the Engineer. The approved , schedule for shutdown and re-start shall be indicated on the Contractor-s Progress Schedule, and advance notice shall be given in order that the Englaeer ■ay witness the shutdown, tie-in, and startup. , All connections to existing water pipelines will be side by the Owner es specified in Section DUCTILE IRON PIPE AND CAST IROa ' FITTINGS. All materials and equipment (including emergency equipment) necessary to expedite the tie-ins shall be on hand prior to the t shutdown of existing services or utilities and approval thereof shall be obtained from the Engineer. 517146.\l 01001 ' C ' OPERATION OF EXISTING SYSTEM PROHIBITED At 40 time undertake to close off any lines or open vvlwas or take any other action which would effect the operation of the txim• log ' system, except as specifically required by the Drawings and Specifications and after approval is granted by the Owner. Request approval 2 working days in advance of the time that ' interruption of the existing system is required. SCHEDULING ' Plan the work and carry it out with minimum intertersoce to the operation of the existing facilities. Prior to starting toe work, confer with the Engineer to develop an approved Contractors ' Progress Schedule which will permit the facilities to function normally as practical. It say be necessary to do certain parts of the construction work outside normal working hours in order to ' avoid undesirable conditions. The Contractor shall do this Vora at such times, and at no additional cost to the Owner. Do not make concoctions between existing work and new work until necessary Inspection and tests have been completed on toe new work and It is found to conform to all respects to the requirements of the contract Documents. ' EQUIPMENT MAINTENANCE DURING CONSTRUCTION All equipaent installed shall be provided with the ■aodfacturer$s ' recommended oil and lubricants by the Contractor and shall be maintained and operated by the Contractor until final acceptance by the Owner; however, specific equipment designated in writing by the Engineer as setting the requirements for SwnBtantlal ' Completion ■ay, at the Owners discretion, be operated and maintained by the Owner. EQUIPMENT AND SYSTEM TESTING Functional (or run) testing, 1n the presence of the manufacturer's ' representative and Eaginser, will be required for each Item of equipment following Installation. Functional testing is defined As that testing necessary to deteraloe It installeo equlpment dud systems will operate as Intended. ' In addition to too functional test, specific performance testing of installed equipment and systems shall be conducted by the ' Contractor as required in the section apecdtying the vquipaent nr system. The Contractor shall furbish all labor, materials, toals, ' equipment, power instruments, and services necessary to perform the functional and performance testing. S17146.&I 01001 3 Mi The work will not be accepted until all specific and functional ' tests haw* bees satisfactorily performed. SITE CONDITIONS ---- ---------- SITE INVESTIGATION AEC REPRE591TATION The Contractor acknowledges that he has satisfied himself as to the oatnre 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, availability of labor, water, electric power, roals, and uncertaintles of weather or similar physical conditions at the site, the conformation and conditions of the ground, the character , of equipment and facilities seeded preliminary to and ouring the prosecution of the work abd all other matters which can in any way Affect the work or the cost thereof under this Contract. ' The Contractor further acknowledges that be has satisfied himself as to the charactere quality, and quantity of surface and ' subsurface materials to be encountered from his iaspe:tiou of the site and from reviewing any available records of exploratory worn furnished oy the Owner. Failure by the Contractor to acquaint himself with the physical conditions of the site and ill the , available information will not relieve his from respolslbillty for properly estimating tee difficulty or cost of successfully performing the work. , The Contractor warrants that as a result of his •lamination and Investigation of 411 the aforesaid data that no c►n pertorm the ' work In a good and workmanlike sooner And to the satisfaction of the Owner. The Owner assumes no responsibility for aa) representations made by any of Its officers or agents during or prior to the execution of this Contract, unless (1) sucb ' representations are eapressly stated in the Contract, and (e) the Contract eapressly provides that the responsibility therefor is assumed by the Owner. ' IEf ORNATION ON SITE CONDITIONS Any information obtained by the Engineer regarding site ' conditions, subsurface information, ground-rater elevations, •listing construction of site facilities am applicable, and similar data will be available for Smspettioo at the oftice of the 1 Rngineer upon request. Such information is offered as supplementary thformation only. Neitber the Eogloeer nor the Owner assumes any responsibility for the completeness or ' Interpretation of such supplementary Information. 1 S17146.A1 4 SUBSURFACE INVESTIGATION so test holes or boriogg have been made by the Owner; hoverer, ' any inforsstioa the Owner may haw* coDcerning subsurface cohditiobs sill be made available to the ,'ohtractor upon request. The Contractor shall missing the site and say make arrangements w tth the Owner to conduct his ova subsurface investigation. ' UNDNNGROUND UTILITIES Roown utilities and structures adjacent to or expected to be ' encountered in the work are shorn on the Drawings. The locations shown are takeO from existing records aad toe best Information available frog existing utility plans; kov*lar, it is expected that there may be some discrepancies and omissions ' la the locatiohs and quantities of utilities and structures shown. Those shorn are for the cohrenlebce of the Contractor only, and no responsibility Is assumed by either the Owner or ' the Engineer for their accuracy or coapleteness. CONTRACTOR-5 RESPONSIBILITY FOR UTILITY PROPERTIES AND SERV1C4 ' wbere Lbe Contractors Operations could cause damage it Inconvenience to telephone, poser, wat. or sever, the operations shall be suspended until all arrangee. ,.zessary for the protection of these utilities and ser% .. , have been made by the Contractor. ' Notify all utility offices that are affected by the construction operation at least Vd hours in advance. Under to circumstances *'Pose any utility without tirst obtaining permission from the appropriate agency. Once permission has been granted, lo_ate. expose, and provide teaporary support for all exist'ag undergrund Utilities. 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 claims of any character brought because of any Injuries or damage which may result from the construction 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 Contractorts failure to protect utilities encountered in the work. ' Ln the event of interruption to domestic rater, sewer, store drain, or other utility services as a result of accidental breakage due to construction operatloase promptly notify the ' proper authority. Cooperate with said authority in restoration of service as promptly as possible and bear all costs of repair. In no case shall interruption of any water or utility service be allowed to *list outside working hours unless prior approval is granted. S1714v.A1 01001 b The Contractor shall replace, at bis ors expense, any and all ' 011stlb9 utilities or structures rem o red or damaged during construction, unless otherwise provided for in these :obtract Documents or ordered by the Engineer. R►JOR PUBLIC UTILITIES SERVING TNC IRE& OF WORK ' The following is a list of the major public utilities serving the ' work area indicating the sass and telephone number of the responsible authority of the various utilities. Renton has a one-call slates that will notify some of the utilities of activity 1 It the area. The telephone number 1s 206/6d2-S464. rho Contractor shall contact all utilities before work starts for utility location or it conflicts or emergencies arise during the progress of the work. The Contractor Is warned that :1ty of ' Renton rater, storm drainage, sanitary severs, street llghta, and traffic control underground utilities are not part of the one-call system and must be contacted separately. ' mesa of Utility Responsible authority Telephone so. __ --------- --- Rater, sewer, and City of Renton, Pon Olsen 235-et31 , store sewer Department of Public Barks Washington State Departaeat 37c-w47U of Transportation, Jim Olson Street lights vnd City of Renton 235-en2U , traffic control Traffic Engineering Washington State Department 764-4250 , of Transportation Telephone Pacific Northwest Bell 255-459• ' Power Puget Sound Power and Light 2>5-24r4 INTERFERING STRUCTURES ' Take necessary precautions to prevent damage to existing structures whether on the surface, aboveground, or underground. , An attempt has been Bade to show major structures on toe Drawings. Rbil♦ the Information has name coNpiled from the best available aources, Its completeness and accuracy cannot be quarantead, and t it Is presented simply as a guide to avoid known possible diffieuI tiea. Protect underground and aboveground existing structures from ' damage. Where such existing tences, or any other structure, must be removed In order to properly carry out the construction, or are damaged during construction, restore to their original conaltLon , to the Satisfaction of the Engineer at the Contractor's own exposes. Notify the Engineer of any damaged underground structure, and make repairs or replacements before bacxfillisg. , S17146.a1 UIDU1 ' 6 1 FIELD RELOCATION During the progress of Construction, it is expected that minor rel OCAclonv of the work will be necessary. Such relocations shall be made only by direction of the E0910ser and at no additional cost t0 the Owner. If exiating structures are encountered which prevent the construction of the project, and which are not properly above 02 the Drawings, notify the Engineer before continuing with the construction in order that the Eaglaser may sake such field revisions as necessary to avoid conflict with the existing structures. If the Contractor shall fail to ■o notify the Engineer when an existing structure in mncouatered, and shall proceed with the construction despite this Interference, he shall do so at his ova rlak. TEMPORART CONSTRUCTION UTILITIES AND FACILITIES --------- ------------ TEMPORARY WATER later 1s Available from hydrants. Secure permission fro& the Rater Departsent, obtain a Clty hydrant meter and pay $200 deposit, and notify the Engineer and Fire Department before obtaining water from fire hydrants. The :obtractor shall sake his ova arrange Monts and pay all costs for connecting and transporting the water fro■ the hydrants to the construction work. No charge will be sane for construction water unless 10 the Owberes opinion It 1s wasted, thou a charge will be made. Use only special hydrant-operating wrenches to open hydrants. Make cartels that the hydrant valve is open •full• slacw •cracking• the valva causes damage to the hydrant. If any hydrants are damaged, the Contractor will be held responsible and shall notify the appropriate agency so that all damage can oe repaired as quickly sa posalble. Fire hydrants shall be completely accessible to the Fire Department at all times. Upon completion of the work, the Contractor shall remove all teaporary Piping and facilities. TEMPORARY ELECTRIC POWER The Contractor shall determine the type and amount avtll&bla and sake arraugesants for obtaining a separate electric power service and pay all costs. SAFETY REQUIRENENT5 FOR TEMPORART ELECTRIC POWER Temporary electric power installation shall meet the construction safety requirements of oSRA, State, and Other governing agencies. 1 1 S17146.A1 Glial 7 SANITARY FACILITIES ' The Contractor shall use the nearcy Renton Parks Department toilets and shall Cot provide or use other toilet facilities. ' STORAGE OF MATERIALS Materials shall be so stored as to ensure the preservation of 1 their quality and Lithos for the wort. When considered necessary, they shall be placed on wooden platforms or other hard, clean surfacoa, and not on the ground. Delicate instruments and ' uterials subject to vandalism shall be placed under locked cover and, if necessary, provided with teaperature control as recommended by the manufacturer. Stored materials shall be located so as to facilitate prompt Inspection. Private property ' shall mot be used for storage purposes without the written permission of the owner or lessee. SAFETY AND CONVENIENCE t Construction safety, safety equipsent, and accident reports are , covered In the General Conditions. SAFE ACCESS BY FEDERAL, STATE, AND LOCAL GOVERNMENT OFFICIALS t Authorized representatives of governmental agencies shall at all times have safe access to the work wherever it is In preparation , or progress, and the Contractor shall provide proper facilities for such access and inspection. TRAFFIC MAINTENANCE AND SAFETY Comply with all rules and regulations of the :lty, State, and County authorities. Protect all obstructions within traveled roadways by installing approved signs, barricades, ant lights where necessary for the safety of the public. Toe convwniebce of the general public adjacent to the project, sad the protection of , persons and property are of prise importance and shall be provides for in an adequate and satisfactory Banner. FIRE PREVENTION AND PROTECTION ' The Contractor shall perform all wort in a fire-safe manner. he shall supply and ■alntain on the site adequate fire-fighting ' equipment capable of estisgulahlug incipient fires. the C obtiactor shall comply with Applicable Faderal, local, and State fire-prevention regulations. Vhere these regulations do not 1 Apply, applicable parts of the National Fire Prevention Standard for Safeguarding Building Construction Operations (aFPA go. e411. shall be followed. 517146.A1 01001 ' 8 ACCESS FOR POLICE AND FIRE SERVICE The Contractor shall leave A eight emergency telephone number or numbers with the PO11Ce and Fire Departments, so that contact say be made easily at all times to use of emergencies. tPRESNRVATION, RESTORATION, AND CLEANUP SITE RESTORATION AND CLEANUP At all times during thk work, keep the premises clean and octlarly,and upon completion of the work, repair all damage nosed by equipment and leave the project free of rubbish or excess materials of any ki ad. FINISMING OF SITE, BORROW, AND STORAGE AREAS Upan completioa of the project, All areas used by the Contractor shall be properly cleared of All temporary structures, ruboisa, t and waste materials mad properly graded to drain mod bland to with the abuttlA9 property. Areas used for the deposit of West# materials shall be finished to properly drain and bland With the surrounding terrain. REMOVAL OF ROCK FROM FINISMEJ SUprACNS ' Remove and dispose of all loose rock and boulders larlet tian 2—Inch diameter occurring cc the finished surfaces es a result of the constructlOO operations. ' STREET CLEANUP DURING CONSTRUCTION Tboroughly clean all spilled dirt, gravel, or other torelgo material caused by the Construction operations from all streets and roads •t the Coocluslon of each days operation. ' DUST PREVENTION The Contractor shall be responsible for controlling oust and mud t within the project limits and Oa day street that Is utilized by his equipment for the duration of the project. The Contractor shall use waterlog trucks, power sweepers, and other places of equipment as dammed necessary to avoid creating a auisance. Applicable environmental regulations for dust prevention shall be strictly enforced. Dust and mud control shall be consldered as incidental to toe Project and no additional coa Psosatloo will be made for complying with the required measures. S17146.Al 01001 1 Complaints of dust, sud, or unsafe practices and/or property ' damage to private ownership will be transmitted to the Contractor and prompt action in correcting will be required. Britten notice of correction of complaint items will be called for should ' repetitive complaints be received by the Owner. MOVE-IN AND TEMPORARY FACILITIES ------ -- ------- ---------- ' This Item shall Include the arrangements or items of wort which the contractor must mate or perform prior to actual oh-site constructioo and shall include bonding and Insurance provisions. SOBRITTALS DURING CONSTRUCTION ' GENERAL Requirements 10 this section are in addition to any specific , requirements for submittals specified to other sectioos of these Contract Documents. ' Submittals to the Engineer shall be addressed to: CUB$ BILL, Attention: Jim Dingfield, City of Renton, well 1 Pump Station, , 1500 114th avenue SE, P.O. Box 15006, Bellevue, NA 16J09-d0". Submitted data shall be fully sufficient in detail for determination of compliance with the Contract Docusents. t Review, acceptance, or approval of substitutions, schedules, shop drawings, lists of materials, and t,ocedures r raittef or requested by the Contractor shall not add to toe Contract amount, and all additional costs which may result therefrom shall be solely the obligation of the Contractor. The Owner Is Lot precluded, by virtue of review, acceptance, or ' approval, from obtaining a credit for construction savings resulting from allowed concessions In the work or materials ' therefor. It shall not be the responsibility of the Owner to provide , engineering or other services to protect the :ontractor from additional costs accruing from such approvals. No equipment or material for which listings, drawings, or descriptive material is required shall be installed until toe Engineer has on hand copies of such approved lists and the appropriately stamped final shop drawings. , S17146.11 01001 , lu The review of drawings by the Engineer will be limited to general desigr requirements only, and shall in no way relieve the Contractor from responsibility for errors or omissions contained ' therein. Submittals 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 DRIVING SUBMITTAL PROCEDURE of the GENERAL CONDITIOVS. DelDys caused by the need for resubmittals shall Dot constitute reason for an extension of Contract time. SHOP DRIRIhG REQUIRENENTS Shop drawings referred to .rein shall include shop drawings Aso other submittals for both shop and field-fabricated items. The Contractor shall submit, as applicable, the following for all prefabricated or eanutactured structural, sechanicol, electrical, Flushing, process systems, and equipment: ' Shop drawings or equipment drawings, including dimensions, size and 'ocation of Connections to other work, and weight at equipment. Catalog Information and cuts. Installation or placing drawings for equipment, drives, and bases. wiring and control diagrams of systems and equipment. Complete sanufacturer-s specifications, including materials description and paint system. List of special motor features being provlled (i.e.: space heaters, altitude corrections, thermal protectors, etc.). Complete motor rating for all motors IS by end large:-, t Including motor no-load, starting, and full-load current at rated voltage; full-load speed and full-load current at LLD percent voltage; motor efficiency and power factor at ' 1/2, 3/4. and full load at rated voltage. Performance data and pump curves. Suggested spare parts list with current price information. List of special tools required for clecking, testlag, parts ' replacement, and maintenance. (Special tools are those which have been specially designed or adapted for use on parts of the equipment, and which are not customarily and routinely carried by maintenance mechanics.) SIPA4�.Al O1001 lA List of special tools furnished with the equipment. t of materials and supplies required for the equipment prior and during startup. ' List of materials and supplies furnished with the equipment. Samples of finish colors for selection. , Special handling instructions. Requirements :or storage and protection prior to installation. , mequir*aents for routine maintenance required prior to ' equipment startup. List of all requested exceptions to the Contract Docusents. ' The submittals shall include satisfactory identification of items, ualts, and assemblies In relation to the specification section number, and the system or equipment identification or tag number ' sbnwn on the Drawings or as provided 10 the applicable specification section. Should the Contactor propose any Itea on his shop drawings, ar Incorporate an Item Into the work. and that Item shoula subsequently prove to be detective or otherwise unsatisfactory, ' (regardless of the Engineers preliminary review), the Contractor *ball, at his own expense, replace the Item with another item that will parfora satisfactorily. OPERATION AND 9111TEMANCE (06M) MANUALS ' The Contractor shall furnish four copies of a coallete Instruction ' sanual for installation, orerstioo, maintenance, and lubrication requirements for each component of sechsalcal and electrlcal equipment or system. All .quipment manufacturers andior suppliers shall be made aware of these requirements and all associated costs , shall be Included 1b toe costs for furnl*h119 the egolpseut or system. The instruction manual shall be assembled in a tbr*e-ring, bard-back cover notebook which Is clearly labeled to ' designate the system or equipment for which it is intended with reference to the Specification section where the item Is specified. The manuals sball be turoil' ed at least 3U calendar days prior to the scheduled completion of the work but is no case shall submission of the manuals be delayed beyond 7S percent coapletion , point of the work. Subai*sion of to* manuals shall proceed soy payment to the Contractor for work completed In excess of the 7S percent completion level. Any deficiencies found by toe , Engineer to exist in the manuals submitted shall he corrected by the Contractor wlt �ln 30 calendar days following notification by the Eoglna+r of t�* deficiencies. 517146..Al 01U01 ' 12 Each Instruction Annual shall include, but sot be limited to, the following: Diagrams and illustrations. Detailed description of the function of each principal tComponent Of the system. Performance and nameplate data. ' Installation Instructions. Procedure for staring. ' Proper adjustment. ' Test procedures. Procedure f operation. Shutdown instructions. Emergency operating instructions and troubleshooting guide. ' Safety prk.cautfobs. Maintenance and overhaul instructions which shall lucluae tdetailed a:seably drawings with part numbers, parts list, Instructions for ordering spare parts, and complete preventive maintenance instructions required to ensure satisfictory ' performance and longevity of the equipment. Lubrication instructions, which shall list points to Oe gredsed ' or oiled, shall recoasend type, grade, and temperature range of lubricants, and shall reco send frequency of lubrication. List of electrical relay settings and control and alarm contact settings. Electrical Interconnection wiring diagram for equipment ' furnished, Including all control and lighting systeas. Manuals shall be craplete in all respects for all equipment, controls, accessories, and associated appurtenances. MIImTEEARCE SUMMARY PURMS t In addition to the oLa annuals, provide RAINT99ANCS ,JMMARIES in the forest of the torn bound at the end of this section and described below. The timing of subalsatoo of these f s shall be ' the same as prescribed above for the Operation and Ad :enance Manuals. S17146.A1 01001 13 An Individual MAINTENANCE SUMMARY for each equipment item shall be ' coaptled following the outline provided; and sir copies subalttad for revlev by the Engineer. The manufacturer•■ standard form rill not be •ceeEtabl• as a substitute for the MAINTENANCE SUaMARY. The ter% vNAlOtenaoce Operation" as used In the MAINTENANCE SUMMARY bound at the end of this section is understood to memo any routine operation required to ensure the satisfactory performance ' and Jongevlty of the equipment. Nxamples of ■ooe typical Maintenance Operations are lubrication, belt tensioning, adjustment of pump packing glands, routine adjustments, etc. The MAINTENANCE SUnpaRY may take as mazy pages as required. ' However, the order and format shorn lust be adhered to. Only 6-112-inch by 11-inch paper will be accepted. , MANUFACTURERRS CERTIFICATE OF PROPER INSTALLATION Where required in the Specifications, the Contractor shall suoait 1 senufacturer's certification of proper installation of materials or of equipment prior to startup or performance testlhg. Such certlfi.dta shall state that the aateriol, equlpment, or system ' has been installed In accordance with the aahufacturer,s recooaeodation and has been Inspected by A manufacturerb authorised represa nta tiva, that equlpaeht has been serviced With ' the proper initial lubricants, that applicable safety equip me at has been properly installed, and that the proper electrical and wchanical connections have been made. PAYMENT ' Payment for all work specified in this section shall be considered Incidental to the project cost, and the expense shall be incialed in the lump sus bid stated in the Proposal. ' (TYPICAL NAINTENANCL SUAMARY FORM attached) t S17141.11 01001 ' 14 TYPICAL MAINTENANCE SommARy FORE ------ --- 1. EQUIPMENT ITEM........ ........................... .......... 2. MANUFACTURER..............................................' ...... 3. EQUIPMENT IDBNTIFICATIOY NORBER(S)....,.,, ....................... V• NEIGBT OF INDIVIDUAL CORPONEYTS (OVER 100 POUNDS) ............... S• NAMEPLATE DATA (bp, voltage• speed, etc.)........................................... 6. R►YOFAC70RER'S LOCAL REPRBS EN TATIVE ' YaMe ................................... T elephooe Yo....... Address...........•............................ .............. .............. 7. MAINTENANCE REQUIREMENTS Maintenance Operation Frequency Lubricant ___ q F __ (It Applicaole) Coaments ____ ____ List briefl} each____ _List requltej Refer by symbol uintenance operation frequency of to lubricant ' raq'd• U refer to each Sainte- list regeo . specific information namce opera- in mfr'r. std. Main- tlrn. tenance manual, it applicable. ' ............... ........... ' 6. LUBRICANT LIST Reference ' Symbol_-__ Shell Standard oil Gulf Arco - Equal ------ -- - List symbols List equivalen 7, above. t lubricants, as distributer by each Sn Item ■auutac curer for the specific use recossenied. a ......... ......... ........ SPARE PARTS. Include* your•recommendations•re •••a•••• parts, it any, should be kept on the job. 7arding spat spars ' 51714i..Al clout lb ' CNB002 02DIS MOVE IB AND SITE PREPARATION ' ----- ---- -- --- ---- A. SCCPE Tb!.s section covers the work nece asary to now* In personnel ♦hd equipment, set up all temporary officee, buildings, facilities, ' utilities. and prepare the site for constructing, complete. S. MATERIALS GENERAL ' Provide all aaterlals required to accomplish the work as shown and as specified herain. ' TEMPORARY FACILITIES Provide all temporary facilities as required for perforaiog the ' work. See Ss^tloa GENERAL REQUIREMENTS. TEMPORARY UTILITIES The names of utility cirri serving the area are included In Section GENERAL REQUIREMENTS. Obtain the necessary peralts for connection to these services. ' STORM WATER MAY►GEMEhT ' Provide materials, equipment, and work required for temporary store water management dur Sng the construction period as necessary. ' C. WORKMANSHIP tLAYOUT Set up construction facilities in a belt and orderly sooner within designated area at Ibcatlon of choice as approved, accomplish all required work 10 accordance with applicable portions of these Specifications or as approved. Cnbfise operations to work area shows. ACCESS ' Access to project site shall be from the Naple valley highway f Hwy 161) or Mouser Way and cot from the I-40S ramp. ' 51714w.A1 02JAS 1 D. PATIENT Payment for the wort under this sactioo will be Included as p►rt Of the lusp sus hid amount stated in the Proposal. , 1 517146.a1 02015 2 ' ' CN8003 02200 EARTHWORK _____ A. SCOPE • This section covers the work necessary for the earthvork, complete, Including trench escovattos and backfill, watch shall be • t As shown on the Drawings and as specified kerein. STANDARD SPECIFICATIONS ' Where the term *Standard Specificatlonsw is used, such reteconce shall mean the current edition of Washington State Chapter of the ' American Public Works Association Standard Specifications for municipal Public Works Construction. Where reference is made to a specific part of the Standard Specifications, such applicable part shall be considered as part of this section of the Specifications. In case of a conflict in the requirements of the Stasiard Specifications and the requirements stated heroin, the requirements herein shall prevail. B. M►TERIALS ' SUBSURFACE AND SITE INFORMATION The Contractor's attention is directed to Section GE►ERAL REQUIREMENTS, which contains pertinent Information relative to this section. ' UNCLASSIFIED EXCAVATION Excavation is unclassified. Complete all excavation regardless of the type, nature, or condition of the materials encountered. The Contractor *bell make nix own estimate of the kind and extent of the various materials to be excavated In order to occispllsb the work. ' GRANULAR MATERIAL UNDER FOOTINGS AND CONCRETE SLABS ►Se*-elgbths-IQCb granular material conforming to Section 23-2.01 Of the Standard Specifications. TRENCH EICAVATION Trench excavation is unclassified. Nmaove all material regardless Of the nature, type, or condition of the material encountered. S17146.A1 02200 1 GRANULAR MATERIAL FOR TRENCH STABILIZATION ' to Section 23-2.03 ►ism-eigbths-IUCb granular material conforming Of .he Strudard Specifications. SELECTED BACKFILL MATERIAL FOR PIPE BASE AND PIPE ZONE , Excavated material, free from stones, roots, and organic material, ' Of sultabl, gradation for aatisfectorF CONPactiom. The maximum site of Particles shall be 1 inch. BACKFILL MATERIAL ABOVE THE PIPE ZONE ' Materials from the excavation Contalming no particles larger than L-Inch diameter, free from roots, debris, and organic material ' BACKFILL MATERI►L FOR PIPE UNDER THE PUMP STATION All piping under the pump station shall be backfilled with ' 5/6-inch granular material conforming to Section 23-2.01 of the Standard Specifications. ASPHALT CONCRETE PAVEMENT TOP COURSE ' Five-eigbtbs-SOCb grAsular material conforming to SOCt10n 23-2.01 of the Standard Specifications. ' BALLAST Two-and-one-balt-inch granular material conforming to Section 23-2.02 of the Standard Specifications. ASPHALT CONCRETE , Asphalt Concrete pavement shall be hot plant all, :lass B material conforming to Section 34-2 of the Stasdarl ' Specifications. CONCRETE CURBS, SIDEWALKS, AND NISCELLANBOUS CONSTRUCTION Concrete curbs, sidewalks, and miscellaneous construction shall conform to Sections 31 through 43 of the Standard Speclticatlons. CONCRETE AND REINFORCING STEEL Conform to Section REINFORCED CONCRETE. 1 517346.A3 02200 t 2 LANDSCAPING PLANT aATERIALS ' Nursery-grown, sound, healthy, vigorous, add free fro■ insects, diseases, and injury. Cuaatity and size as indicated. ' TOPSOIL Sandy loss kmowD to possess friability and a high degree of ' fertility; free fro■ clods, roots,, gravel, and other inert material; free from noxious vegetation and seed. SOD Compatible with adjacent area, delivered to the site, and approved by the Engineer. FERTILIZER ' Complete, dry, free flowing, conforming to applicable state fertiliser laws, contaiaing 10 percent nitrogen, 15 percent phosphoric acid, add 5 percent potassium. ' PL►NTING TABLETS Compressed urea-formaldehyde to yield a 20:15:5 ratio of N-P-K ' plus 1.4 percent sulfur. Number of tablets required for each plant are Indicated on the Drawings. PLANTING SOIL All Hit for all plant Pits in the tollowing proportions: Topsoil 2 parts Sand I part Peat 1 part ' BARR AULCH Radius grind fir, plus, or hemlock; 3/4-Inch sinus; free fro■ ' anxious weed seed and foreign materials. HERBICIDE rA ■elective, pro-energent surface-applied herbicide; Surrlan as manufactured by Eli Lilly and Co., C4@0r0s a manufactured b, tThospson-Hayward Cbeslul Co., or equal. S17146.A1 022UU 3 RATER FOR COMPACTION ' Furnish as required. MATERIAL APPROVAL Submit samples of ■aterlals to the Engineer for approval prior to placing orders. Samples shall be representative and be clearly ' marked to 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 , shall be operated In strict accordance with the sanutacturerls Instructions and recommendations. Equipment shall be maintained In such condition that it will deliver the ■asutacturerls rated cospactive effort. C. RORKM►NSMIP GENERAL EXCAVATION Perform all excavation of every description, regardless of the ' type, nature, or Condition of material encountered, as specified, shown, or required to accomplish the construction. ' STRUCTURAL EXCAVATION (UNCLASSIFIED) Excavation Is unclassified. Excavate tar 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 sad slabs deeper than the elevation Abown. Excavation carried below the grade lines shown , or established by the Engineer shall be replaced with approved compacted granular material. Overexcavation under faotings shall be filled with concrete of equal strength to that of the tootlog. The Contractor shall bear all costs for correcting overexcavated areas. REMOVAL OF HATER ' Provide •ad operate equipment adequate to keep all ex=avat1ous sad trenches from of water. Remove all water during period when , concrete is being deposited, when pipe is being laid, during the Placing of backfill unless water settling is required, and at such other times as required for efficient and sate execution of the , work. Avoid settlement or dosage to Adjacent property. Dispose of water in A sooner that will not damage adjacent property, as S17141..A1 0220U ' 4 approved. When deeateriag open ercavatloasv devater true outside the structural 1lmlts and from a point below the bottom of the excavation when possible. ' PREPARATIONS FOR PLACING BACRFILL ' Backff ll around concrete structures only after the Concrete has attuned 213 of the specified Compressive strength. Remove all for• materials and trash from the excavation Wore placing any backfill. Obtain the Englneerls approval of concrete work and ' attatsed strength prior to backfilling. Do not operate earth-moving equipment within S feet of walls of ' concrete structures for the purpose of depositing or compacting backfill material, except as approved. Compact backfill adjacent to concrete walla with hand-operated tampers or other approved ' equipment that rill not damage the structure. GRANULAR MATERIAL UNDER FOOTINGS AND CONCRETE SLABS Place gravel material in excAvated areas under footings and concrete slabs. Do not exceed loose lifts of L Inches. Compact ch lift to 9S percent relative density as determined by ea 1 USHTO T 99, Metbod D. Rolston material as required to ala compaction. Place material in a manner which avoids segregation. Any sut-equent damage to slabs, plPiog, concrete structures, ' facilities, or other structures caused by settlement of fill material shall be corrected and repaired by the Contractor at no cost to the Owner. tGRANULAR MITERIAL AROUND FOOTINGS Place hereinbefore specified GRANULAR RATERIAL UNDER FOOTINGS AND CONCRETE SLABS In maximum L-loch lifts and compact each lift to 95 percent of relative density as determined by AASHTD T 19, Metbod D. COMPACTION TESTS ' The Engineer will determise to-place density and moisture content by any one or combination of th• following methods: AASHTO T 191, 204, 205, 214 or 236. The Contractor shall cooperate vita this testing work by leveling small test *team as designated by the Engineer. TRENCH EICAVATION AND BACNFIIL 1 EXCAVATION ' Excivate for the installation of piping, utilities, and appurtenances. Obstructions such as tree roots, stumps, abandoned concrete structures, and other uterial of all types shall be removed at no additional expense to the Owner. t ' 517146.&1 U2200 S TRENCH WIDTH ' Minibus width of unabmated trenches or the Siemens clear vJdtb of sheeted trenches 10 which pipe Is to be laid shall he , 24 inches greater than the outside diameter of the pipe, except as approved. Sheeting requirements shall be independent of treacL Width. The aaxlmum clear width at the top of the pipe ' or above the pipe will not be lialted, except to cases where excess width of excavation would cause damage to adjacent structures. GRADE , Carry the bottom of the trench to the line and grail shown, or ' as established by the Engineer. Allow for Pipe thickness and for base. Backfill any part of the trench excavated below grade with approved granular material and compact to a density 1 equal to the undisturbed trench bottom. SHORING, SHEETING, AND BR►CING OF TRENCHES Erect, maintain, &no remove shoring, &besting, and bracing as t required by all Federal, State and local laws, codes and ordinances. REMOVAL OF WATER Removal of water shall he accomplished as specifiei ' bereiobefore. TRENCH ST►BILIZ►TION ' if, to the opinion of the Engineer, the material in the mottos Of the trench is unsuitable for supportibq the pipe, excavate ' below the flow line as approved, and backflll to the required grade with gravel as specified heretabefore. Payment for this work will be made an specified in the General Conditions, Article PAYMENT FOR CHANGE ORDERS. ' TRENCH B►CEFILL FOR PIPE BASE Bed the pipe 1n the selected backflll material so that the flow , 115e is at the required grade and elevation. Place and finish the base to grade ahead of the pipe laying operation. TRENCH BACMFILL AT PIPE ZONE Backfill the pipe sons to 1 inches above the outside of the pipe t for the full width of the trench with backfill material conforming to paragraph, SELECTED B►CEFILL MATERIAL FOP PIPE BASE AND ZONE, as specified berelnbefore. Place in the trench 10 lifts not , exceeilBg L Inches on both sides of the pipe. yboroughly tamp and supplement by sw&lking ins the material. Use particular attention In placing material on the underside of the pipe to provide a solid backlog and to prevent lateral movement during the tinal , b&ckflllloq procedure. S17146.►l 022JO , 6 ' Deposit backfill material In horizontal lifts not exceeding L inches in depth. Compact to 15 percent of maxlau■ denalty at Optimum moisture content as determined by AASBTO T 19, Nethod D. Repair any subsequent damage caused by settlement of trencnes at ' no cost to the Owner. BACKPILL FOR PIPE UNDER PUMP STATION All piping installed under the pump station shall be backfilled with granular material specified bereiabefore. Deposit in mlaimu■ 6-10ch horizontal lifts and compact to 15 percent of maximum density at optisu■ moisture content as determined by AASHTO T 44. Bethod D. ' SITE GR►DING Perform all earthwork to the llama and grades as shown and/or ' establlshed by the Engineer, with proper allowance for surfacing shown. Shape, trim, sad finish slopes of ebAaaels to conform with the lines, grades, and cross sections as shown or approved. Make slopes free of all *,posed roots and atobes exceeding 3-incb disaster which are loose and liable to fall. Round taps of banks to circular curves, in general, hot less tbaa A 6-toot radius. Rouoded surfaces shall be beatly and smoothly trimmed. ' Ov*rezcavatiog and backfillinq to the proper grade will not be acceptable. Finished site grading shall be approved by the Engineer. ' ASPHALT CJWCRETE PAVEMENT AND PAVEMENT REPLICEBENT SUBGRADE, BALLAST, AND TOP COURSE Conform to Section 23 of the Standard Specifications. ASPHALT CONCRETE Conform to Section 34 of the Standard Specificattoos. ' SURFACE SMOOTHNESS OF PAVEMENT The surface smoothmesa of the replaced pavement shall be such ' that when a straightedge is laid across the patched area between the edges of the old surfacing and the surface of the new pavement., the new pavement shall not deviate from the straightedge sore than 1/4 inch. CONCRETE SIDEWALKS, CURBS, AND NISCELLANEOUS CONSTRUCLION Construct concrete sidewalks, curbs, and ■Sscellansous construction to the width, depth, line, and grade as shown. Prior to piecing concrete, properly baekfill and compact the trench to ' prevent subsequent settlement. S17146.A1 02200 7 Cut ends of existing curbs to a vertical plea, Construct forms ' to Batch 011stibg. Place concrete and finish exposed surfaces similar to adjacent curb. The applicable portions of Sections 40, 41. 42, mad 43 o: the IpN1 , (easbington State Chapter) Standard Specifications for Bualcipal Construction, 1469, shall apply. CONTRACTOR-5 RESPONSIBILITY ' Settleseot of replaced pavement over trenches within the warranty ' period shall be considered the result of Improper or laadeguate cOBpactl On of the subbase or base materials. The Contractor shall promptly repair all pavement deficiencies noted during the warranty period at no additional cost to the Owner. , LINDSCIPING PLINTS ' Protect from damage and drying before planting. Plant under ' favorable weather and season conditions. Plants shall be located as shown on the Drawings. Plant as shown and follow the recommended planting procedure furnished by the nursery to provide a healthy, vigorous growth. Support trees Immediately ' after planting as shown in details. Plants shall be guaranteed to be alive and 1n vigorous growing condition for 12 months after Owner acceptance. Begin aalntsoance iseedlately attar ' Planting and continue for 9G days. Replace at the Contractors expanse all plants judged by the Engineer to be dead or lying. SOD ' Place sod where existing sod has been damaged by caastructlon activities. ' Prior to placing the sod, the areas shall be carefully shaped to grade and thoroughly Compacted. The finished subgrade shall ' be dampened immediately prior to placing topsoil. Topsoil beddlag shall be spread on the dampened subgrade to a cospacted depth of 4 Inches. The places of sod shall be 1413 in close contact and the cracks between the adjacent places filled in , with finely graded topsoil. Dpon completion, the sod shall be dampened and rolled with a laws roller to the satisfaction of the Engineer. The sod shall be kept damp unless normal rainfall provides sufficient moisture. Io the event the sod dies prior to project ♦cceptance by the Ovo*r, the Contractor shall replace it at his own expense. , 1 517146.11 02200 ' e FARM MULCH Place bark over complete plabting area between ton:* sad access ' road to a loose depth of 3 inches. WEED CONTROL t Apply pre-eaergent selective herbicide to all Mulched bads at Manufacturer's recommended rate of application. ' DISPOSAL Or EICESS EXCAVATION Dispose of All 010635 excavated materials, not required for backtill or tills, outside of the area of work. Contractor shall ' oaks his own arrangoaeats for the disposal of the excavated Material and bear all costs or retain any profit incidental to such disposal. ' SETTLEMENT Any settlement In backfill, fill, or Is structures built over the backfill or till, which may occur within the one-year guarantee period In the General Conditions will be considered t) be caused by Improper compaction methods and 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 pact of the lump sus bid Aaount stated in the Proposal. 1 t 1 s17146.A 1 02200 1 CWP042 02SC1 STORM SEWERS ----- ----- ------ A. SCCPE This section covers the work necessary for the storm severs and appurtenances, complete. ' STANDARD SPECIFICATIONS Where the term 05tandard Speciflcationse is used, such reference shall mean the current edition of Washingtcn State Chapter of tP< American Public Works Association Standard Specifications for Buniclpal Public Works Construction. Where reference is male to a ' specific part of the Standard Specifications, such applicable Dart sha)1 be considered as part of this section of the Spec?'lcatlors. In case of a conflict In the requirements of the Standard Specifications and the requirements stated herein, the ' requirements herein shall prevail. B. MATERIALS ' STCPM SEWE: PIPE ' Polyvinyl chlorlde (Pvc)ASTM D 3014, SD4 15. p'astic pine and Sittings confor*Snc tc FIFE JCINTS Joint= shall be rubber casket push-on type. rurnlmh . ••olete 1 information on basic gasket polymer and results of test of physical properties of the cospoun). Jolrts for PVC ripe shall conform to ASIR D 371?. ' CATCH BASIN Type I-B (APWA Standard Plan Nc. Sl) conforming to Section 44 of ' the Standard Specifications. ■■ STCFM SEWER MANHOLES Type 17-8 catch basin ( APWA Standard Plan No. S4), with Unit won cop slab (APWA Standard Plan No. 56), �Onforving to Section 64 �• thc• Standard Specitications. 1 S17146.A1 r,531 1 TRENCH Ef CAVATION AND PA^NFILL ' Specified in Section. ?ARTHWOPF. CONCRETE t Concrete mix having a 2P-day :oecressive strength of r,57_ Psi minimum. C. NORFMANSHIF TRENCH EICAVATION AND BACFFILL ' Specifies in Section EAPTHNCPF. t PELT. HOLES Excavate bell holes At each joint to permit proper assembly arf inspectloc of entire joint. CEwATERING ' Provide and maintain ample seats and devices to remove an! ltgttse of rater entering the trench during the layinc operation to the ' extent required to properly grade the bottcr of the trench and allow for proper compaction of the hackflll it the oloe Anne. Pipe shall not be laid In rater. FIPE PFEFARATICN AND MAN➢Ll%„ Inspect all pipe and fittings Prior to lowering into trenz` to , ensure no cracked, broken, or otherwise defective rateritl= are being used. Clean ends of ripe thoroughly. Perove `irel:^ latter and dirt !rer inside of Fire and keen clear during and aft=- laying. Use proper isplerects, tools, and farilities for the safe act ' proper nrotectlon of the work. lover pica into the trench it such a sann.e, as to avoid any Physical dasate to the pipe. Remove all damaged pipe from the jobsite. Do not drop or dump pipe Into trenches uncle: any circumstances. ' LAYING AND JOINTING PIPE ANC FITTINGS Pipe laying shall proceed upgrad- with sploct ends Pointing In ' directloa of flow. After a section of pipe has been levered inte -he prepared trench, clean the end of the pipe to be joined, the ' inside of the joint, and the rubber ring immediately before lolning the pipe. Make assembly of the joint in accordance wlt" the recoaaendatiuns of the manufacturer of the type c! joint use!. Provide all special tools and apoliances reculre! for the jointing , assertly. 517146.AL Vc5 l 2 Alter the joint has been made, check pipe for alignment ani grade. ! The trench bottom shall tors a continuous and uniform bearing ani support for the pipe at every point between, joints. Acply sufficient pressure in taking the joint to assure that the joint ! is "hose" as Ieflned in the stanisri Installation Instructions provided by the pipe manufacturer. To assure proper pir< alignment ani joint makeup, place sufficient pipe zone vaterial to ! secure the pipe fror movement before the nest joint is installed. Take the necessary precautions required to prevent excavated or other foreign materlel Prot gettia; into the pipe during the ! laving operation. At all times, when laying operations are net in progress, at the close of the dayts work, or whenever the workers are absent from the job, close and block the open end of the last ! laid section of pipe to prevent entry o! foreign material or creep of the gasketel joints. ! Take all precautions necessary to prevent the "uPI lit• or floating of the line prior to the ccepletlon o! the backt.11in; operation. where Dips is connected to ranholes -Ike connection so that the ! standari pipe joint is located not more than 1.S feet frot tie outside ei;e o! the structure. ! when cuttine the pipe is necessary, u;e only tools anj Teth�i= recommended by the pipe manufacturer and approved by the InDineer. NATEPIkLS, TESTS, ANC INSPFCTICwS ! PVC PIPE ! The pipe shall to Inspectef at the point of manufacture it accordance with the manufacturer's standard methois. Provide a certificate of tests. ! PIPe and accessories that are chipped, cracked, or ccntiir other imperfections, or do not satisfactorily meet the manufacturer's standard test reguirements, shall be reje_tei. tFINAL STOR! SEwE= CLEANINS Prior to final acceptance of the storm sever system Cy the Engineer, flush and clean all ports of the syster. merove all accumulated construction detris, rocks, gravel, sanJ, silt, ani other foreign material true the sewer system at or near the ! closest downstream manhole. It necessary, use mechanical rc:din; or bucketing equiprent. LEAFAGE TESTS FOR STOPF SEwEPS V. constructei storm severs shall succotcfully pass A lea.age ! test in accordance with Section 61 o! the Standard Srecif l^atlons. Pepsir or replace, in A manner approves by the Engineer, sly soc.ion o! Pipe not passing the test requirements, at no cost to the Owner. Retest the pipe after rovairo are Isis. ! ! S17146.A1 rpcil D. PIfM6st ' Pafsent for the work in this section rill be included as part Of the lump sue bid amount stated in the Proposal. , • • • • • • 1 1 517146.&1 US01 4 ' CWB004 03301 REINFORCED CONCRETE t ----- ---------- -------- A. SCOPE This section covers the work necessary for the reinforced concrete, complete. B. MATERIALS ' CONCRETE ' Concrete :hall be ready-sited conforming to ASTM C 14, :Alternate 2, and t'-ese Specifications. Portland ceseat shall be Type I, I , or III. Ninisu■ allowable 26-day Compressive field strength shall be 3,00L Psi what cured and tested In conformance 1 with ASTM C 31 and C 31. Field strength shall be assumed as equal to AS percent of the strength of laboratory-cured cylinders. Maximus site of coarse aggregate shall be 1-1/c Inches. Slump range shall be 2 to 4 Inches and the air entralasent between 3 perceot anu i- percent by volume. Submit complete late on the concrete mit for approval It conformance with the requirements of ASTM C 14, Alternate 2. The Owner reserves the right to have test cylinders taken and tested by an approved testing laooratory to verify the strength of the concrete. ' REINFORCING STEEL Deforaed bars of sizes shown conforming to ASTM A 615, Grade 41,. :.rade 60 may be used in lieu of Grade 10 At Contractor's option. Provide Concrete blocks to support reinforcing on earth and galvanized natal chairs or wire ties for formed aeabers. ' VAPOR BARRIER Polyethylene film )white or clear) not leas than 10 mils thick and shall be uniform It appearance and free fro■ defects. Furnish Polyethylene file to as large sheets as possible to reduce the joints to a minimum. SAND FILL OVER VAPOR BARRIER Clean and free from hateful materials that Would damage the vapor barrier. Maximum grain size shall be 3/16 Inch. Thickness as shown on Drawings. 1 ' 517146.A1 03301 1 FORMS ' Yew MDO plywood for exposed areas, new shiplap or plywood for unexposed areas. Materials shall produce tight forms and an ' acceptable finish. Soap ties shall be of an approved type mad shall break off not less than S/d inch from the surface. PRECAST COWCRMTR FAULT ' Provide precast concrete vault to the ainisua inslde dimensions shown on the Drawings. The joint between the top slab and vault ' shall be sealed with rubber gasket. vault shall be designed to sustain US 10 loadings. Unreinforced knockouts or blackouts shall be provided where pipes enter vault. Ping for watertight ■anbole cover shall be cast in top slab. watertight manhole ring and cover shall be cast iron, designed for US 2U loading, and have a mlulau■ cosblued weight of 39U pounds. , Cover shall have the word •WATER• cast 1n 2-Sach raised letters. Cover shall be secured with allen head cap screws and neoprene gasket. Watertight ■anbole ring and cover &ball be Olympic Foundry Company no. 5943-WS-RATERTIGHT, or equal. Fault steps shall be made of minimum 3/4-loch galvanized steel bar ' conforsing to ASTM A 36. Steps shall be 12-loch wide minlaus, center-to-center of legs, and shall be drop pattern with a 2-inch drop. Sends shall be made around a 1-10ch radius ■inimua, d-inch radius aaxfau■ mandrel. There s4a11 be 3-inch ■inisus esoadaent ' In precast concrete vault and 4-1/2-Inch minimum projection from the face of concrete. There shall be a 2-inch book oa the eabedaent end. Galvanising &ball conform to ASTM ► :23 and shall , be done after bending. The Installed steps shall be located to provide a continuous ladder with steps equally spaced vertically to the asseabled vault ' at 12 inches, plus or minus 3/4 inch. They shall be capable of withatanding a force of 350 pounds, applied at any place on the step and in any direction that pro3ects from the poidt of ' application, with no permanent deforaation resulting. Fault floor drain shall be Olyaplc Foundry Va. 63 with secondary , strainer, or equal. WORKMANSHIP FORMS Construct torus accurately to dimensions sad elevations required a and to be strong and unyielding. Construct forms with tight joints to prevent the escape of mortar and to avoid the formation of ' of fins. Brace as required to prevent distortion during concrete placement. S17146.11 U3301 t 2 PLACING REINFORCING STEEL Place reinforcing steel ih conformance with the information on the Drawings and CRSI Recommended Practice for Placing Reinforcing ' Bars, except as modified herein. 11n1Num length of splices shall be 24 Dar-dlam*ter, unless otherwise shown, but in ho case less than 12 inches. Tie splices with 16-9auge annealed vire as specified in the referenced CRSI standard. PLACING CONCRETE Prior to placing concrete, remove water from o1cavatlon and all debris and foreign Material from forms. Check the reinforcing steel for proper placeseat and correct any discrepancies. Before depositing new concrete on old concrete, clean surface and pour a cement sand grout to a eioimu■ depth of 1 inch over the surface. Proportions of cement and sand *ball be as in the concrete sit. Place concrete As soon As possible after leaving Niger, without segregation or loss of ingredients, without splashing forms or steel above, and in layers not over 2 feet deep. The vertical drop to final placesent shall hot exceed 6 feet. Placement *ball coufore to the requirements of ACI 304, except as modified herein. Do not place concrete wben the ambient temperature is below ' 40 legreas F or approaching the 40 degrees F and falling, without special protection as approved by the Engineer. Any concrete damaged by freezing shall ;e removed and replaced at 10 additional cost to the Owner. COMPACTION Apply approval vibrator at points spaced not turtb*r apart than vlbratorts effective radius. Apply close enough to forms to vibrate surface effecti^ely but not damage fors surfaces. Vibrate t until concrete becomes jaifor*ly plastic. Do not ov*rvlbrate. CONSTRUCTION JOINTS Locate as shorn or as approved. FINISHING rScreed �urtace* of floor slabs and tuns of exposed walls to true level planes. After the initial water has been absorbel, float ' with rood float and trowel with steel trowel to a saodtb finish free from trowel marks. ' 517146.A1 03301 3 Do not absorb vet spots with nest Cement. Concrete floors shall , not very from is,el or true plane sore than 1/4 inch In 10 feet when emasured with a straightedge. Surfaces of concrete slab, Which will not be exposed to view ih the flalshed wort shall be ' screeded to a true surface and floated with a wood float. SIDEW►LMS Sidewalks shall be floated with a wood float, lightly troweled ' with a steel trowel, and finished with a fine-hair brans to obtain a nonskid surface. All exposed edges shall be finished with a ' steal edglhg tool. REMOVAL OF FORMS Remove attar concrete bag set sufficiently to carry tke dud load , and construction load It has to sustain and when approved by the Engineer. Remove forms with care to prevent scarring and damaging , the surface. FINISHING FORMED SURFACES ' Cut out All honeycombed sad detective areas and patch. fill holes f lusb with cement mortar composed of 1 part cogent and a parts sand. Rub surface with wood float and burlap. Re ep patches deep t for a mlalsus of 4 days or spray with curing cogpnuod to minimize shrinting. Fill all '.ors tie holes 1n same mabner. As soon as forms are removed, remove fins or projections from , surface of exposed areas and rub surfaces with wood float or burlap sack to provide a uniform surface texture. , PROTECTION AND CURING Protect fresh concrete fro■ direct rays of the suo, drying winds, ' sod wash by rain. Ramp concrete slabs continuously vet for a 7-day period. Intermittent vetting is hot acceptable. use no curing compounds on slabs to recalls seamless epoxy flooring. ' PRECAST CO►CRETE VAULT Submit shop drawings shoving accessory equipment, lifting devices, 1 and proposed design soditicatlors for approval. Inspect vault before lowering into place to ensure that no broken, cracked, or defective Items are being used In the work. Ass.ve defective Items from the jobalts. Set precast vault plseb and true to line sad gradv. D. PAFMEAT ' Payment for the work in this section will be Included as part of ' the lusp sub bid amount stated in the Proposal. ♦ ♦ ♦ a ♦ ♦ ' S17141.A1 G3101 ' 4 ' CYBO1i 04230 REINFORCED HOLLCR UNIT BASONRY A. SCOPE ' This section covers the work necessary to furnish and install, complete, the hollow unit masonry. ' SUBMITTALS DURING CONSTRUCTION Submittals during construction shall be made In accordance with ' Section 01001 in Division 1, GENERAL RIQUIRERENTSe In addltlos, the following specific Information shall he provided: MANUFACTURER'S LITERATURE 5ubelt information Illustrating the horlsontal joint reinforcement and preformed control joint materials proposed for use. SAMPLE PANEL ' Lay up for approval a sample panel for each type of saaonry at the site to snow the approved bond and method of finishing joints. Sample panels shall ne 4 feet high And 4 teat long, and may be a part of the permanent construction. The approved sample panels shall serve as a basis of color, texture, and workmanship for acceptance of the permanent construction. M►YUFACTURER45 CERTIFICATE ' Provide ■an Yfactuxorts Certificate for the masonry ublts conforaing to ASTM reference herein. ' RELATED YORE SPECIFIED AND PERFORNBD ORDER OTHER SECTIOAS Section No. Item 1 03301 Reinforcing Steel 05S00 Fabricated Metalwork and Castlags ' 07000 Butldinq Insulation 07000 Sealants 09902 Painting tR. MATERIALS MASONRY UNITS The use of a sanutacturer`s bass 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 considered In accordance witb the General S17146.A1 04230 1 Conditions. Units shall be of site shown. Provide or cut special shapes for ' corners, jaaos, 1Lbtels, and other areas shown or required. Special omits shall match color and texture of standard units. ' units shall be sound, dry, clean, free of cracks, and shall have reacbed the specified moisture cobtemt and eospressirs strength ' prior to placing in the structure. Vertical cells to be grouted in all units covered under this Specification shall have vertical alignment sufficient to maintain ' a clear, unobstructed continuous vertical cell measuring not less than 2-loch by 3-lacb. ' The color and the surface texture of the units shall match the 1 existing Parks Department restroom building on the site. hollow brick units shall be Grade Ss, Type BBi, and shall conform ' to ASTR C 152. Units shall be manufactured by extrusion method and shall not be Drypress units. The manufacturer shall certify that the masonry units meet all ' requirements specified. CEMENT ' Type II, ASTM C LSO, Portland cement. t LIME Lime Putty shall be made from Type 5 hydrated line aad shall , conform to ASTh C 207. Line shall be kept dry. AGGREGATES , MORTAR Aggregate for mortar shall cootorm to ►STM C 144. ' GROUT Aggregate for grout shall conform to ASTM : 404. ' WATER Water for siting mortar and grout shall be fresh, clean, 401 free of deleterious amounts of acids, alkalies, chlorides, and ur;aolc materials. , 1 1 517146.11 04230 ' 2 ' MORTAR Mortar shall he trembly prepared and uniformly mixed in the ratio ' of 1 part Portland cement, 1/4 part ■inimu■ to 112 part maximum lime putty or hydrated lice, damp loose sand not less than d-1/4 and not sore than 3 times the sus of the Volumes of the cement and ' Ilse used, and shall conform to ASTI C 270, Type S. Where colored masonry units are used, the mortar shall be colored to match. MORTAR IDRI1TURE Mortar admixture shall be Sydcatite Plus, manufactured by A. C. born, Inc.; Sika Red Label, manufactured by Sika Chemical ' Corporation; Omicron Mortar Prootlug, Master Builders Corporation; or equal. ' Inert coloring pigaents may be added but not to exceed 6 percent by weight of the cement. Color shall be As selected by Engineer. ' Quantity of admixture per mortar batch shall be So accordance with manufacturer-s recommendations. GRCUT Conform to ASTI C 47a except as hereinafter specified. ' PROPORTIONS Grout for pouring shall oe of fluid consistency conforming to the requirements of ASTI C 476. Coarse grout say be used In ' grout spaces measuring 4 Inches or more in both horizontal dimensions. ' Grout for pumping shall be of fluid consistency aOd shall have not less than seven sacks of cement in each cubic yard of grout. The six desdgi shalt be approved by the Emgiaeer. ' Fluid consistency shall 2e3n a fluid suitable for pouring without segregation. tGROUT ADMIXTURE Grout admixture shall be SIka Grout Aid, Type 11, manufactured by .S1ka Chemical Corporation; Grout Aid GA-II, manufactured by Concrete Emulsions; Grout Fluidifier LL-612, manufactured by Master Builders Co.; or sgral. Amount of admixture and method of Introducing admixture shall be in accordance with sanutactureiis recoasesdatious. 517146.&1 04230 3 COMPRESSIVE STRENGTH The average 28-day compressive strength of the grout Samples ' for each grout pour tested shall Dot be less than 2,U00 psi. HORIZONTAL JOINT REINFORCEMENT ' Tro parallel No. 1 Ares, uncoated, said connected to No. 1 ' Perpendicular cross rice at 1S lurches on center. Special manufactured corner and wall Intersection places shall be used at these locations. Hart s natal joint reinforcement shall be ladder type •&scary wall reinforcement, manufactured by Dur-O-Nall t National, Inc., Cedar Rapids, Ia; AN wire Products company, Chicago, IL; or equal. Reinforcement shall be :1040 and free from loose rust, scale, and soy coatings that reduce bond. C. WORKMANSHIP ' WEATHER CONDITIONS ' Do Dot lav masonry when the ambient temperature 1s below 32 degrees F on a rising temperature or below 40 degrees F on a ' falling temperature, or when there is a probability of such conditions occurring within 46 hours, unless espreas approval of the Engloeer 1s obtained. In Such case, sake special provisions ' for beating materials and protecting the finished work. Protect masonry against freezing for a slaimus If 46 hours after Dela. laid. Protect the tops of walls at all times. Cover the tops of walls with waterproof paper when rain or snow 1s 1mmlue0t and work , is dlscoatinuel. P rotec savonry construction from direct exposur♦ to vlod and sun , had erected in ao aablent 41r temperature of 11 degrees F (37 degrees C) In tha shade with relative 50 percent. humidity leas than BONDING WALL UNITS ' FOUND►TION t The foundation shall be prepared for the initial mortar placeseot by one of the following methods: 1. Sandblasting the foundation and reinforcing dowels after the concrete has fully cured to T •movs all laitance and sp111a9e and to expose sound ■gglegste. , 517146.&1 04230 , 4 2. eater blasting the foundation and reinforcing dowels After the concrete has partially cured to remove all laltauce and spillage and to expose sound aggregate. J. Green cutting fresh concrete with high pressure water and hand tools to remove all laltauce and spillage from the foundation and the reinforcing dowels and to expose sound aggregate. The foundation shall be cleaned of all loose material prior to ' the Initial mortar placement. CORNERS Corners shall have a standard masonry bond tar overlapping units and shall be grouted solid. Reinforcement shall be as shown. INTERSECTIONS ' Intersecting walls shall be bonded with reinforcement as shown. The abutting wall $ball not have a aasoury bond with the straight wall. ' LAYING REINFORCED MASONRY UNITS GENERAL ' Construction shall conform to the Uniform building Code as supplemented by thesw Specillcations. Do not start laying units It the foundation alignment does not allow canlormance with the toleraoces speclfled below. The maximum permissible variation from plumb of the wall or of a 1Lae of joints 10 the wall *ball be 1/16 Loch per font of height, and 1/4 inch in the total height of the wall. The maximum permissible variation from a horizontal line along the ' base of the wall or for lines of horizontal Joints shall be 1/16 Loch per unit, 1/4 inch per SO fast of wall with proportionately greater tolerance for longer walls up to 112 loch in the total length of wall. Interior surfaces shall be maintained In the plane described above and the dimension tolerances of the units shall be taken up on exterior surfaces. Units with chipped edges or corners within permissible ASTR lisps shall be placed 10 the wall such that the chipped area is not exposed to view. tNALL UNITS GENERAL ' if It is necessary to Novo a unit after it has been once sot In place, the unit shall be removed from the will. cleaned, ' and set in fresh mortar. ' 517146.&1 0423U S Toothing of masonry units will Got he permitted unless ' approval is given by the Engineer. All ■asoury work shall be protected from damage until final acceptance of the work. Damaged units will not be accepted. ' STACK BOND sbere shown, walls shall be laid op in straight, uniform 1 courses Qsiug a stack bond pattern. Morlsootal mortar joint reinforcement shall be provided in ' addition to the typical wall reinforcing steel. joint reinforcement shall be *paced not more than lw !oches apart, vertically. Bads of joint reinforcement shall lap L Inches ' 41GLuse except at control joints where the joint reinforcement shall be discontinuous. SPECIAL SHAPES ' Provide and place such special units as corner black, door Jamb black, lintel block fillers, and similar blocks as may be , required. Use the requlrwd shapes and sizes to work to corners and openings maintaining a proper bond tbrouquout the wall. Provide 45-degree double chartered corner blocks at all , exterior corners and where shown on the Drawings. BUILT-I1 ITEMS Door frames, vents, and other Items required to be built In the , wall shall be In position and the wall constructed araund them. Standard masonry anchors shall be used to secure the items to the ' vall. All spaces around the Items shall be filled with mortar or grout. EMBEDDED CONDUITS , Electrical, instrusentatiou, or water conduits shall Got be placed , 10 a cell containing reinforcement unless approved by the Engineer. MORTAR PREPARATION ' Mortar shall be ■tied by placing 112 the rater and aggregate to the operating Mixer. Add cement. Add the re.aloing aggregate and rater and mix for at least 2 minutes. Add Ille And continue miziug am long as Deeded to secure A uniform mass, but no less t hAn 3 mlGutss after the addition of lime. The addition of the admilture shall be timed In strict accordance with the ' manufacturer's Instructions and the procedure Grad for adding it to the mil shall provide good dispersion. 1 517146.a1 04230 ' The mortar shall be @&chine aped In approved alters. Blear drums shall be \ept clean and free of debris and dried mortar. The - mortar shall be to place before the initial setting of the cement ' has taken place. Retempering of mortar it which the :*meat has started to set will not be permitted. ' BORTAI JOINTS GENERAL ' Sorter joints shall be straight, clean, and shall have a uolfor■ thickness of 3/E Inch. The horizontal and vertical mortar joists shall have full mortar coverage on the face shells. vertical head joints shall be buttered well on eacb unit for a ' width equal to tee face shell of the unite and these ]Gluts shall be shoved tightly so that the mortar bonds well to both units. Joints shall be solidly filled fro% the face of the ' block to at least the depth of the face shall. All excess mortar shall be removed from the grout space of tat 1 calls to be filled as the units are being laid. EXPOSED JOINTS ' Joints that will be exposed to view after final caostructlon shall be tooled unless otherwise noted or shown. Joints shall be cut flush and, as mortar takes Its t- -tlal set, *tall be ' tooled to provide a concave joint. TOu-Ing shall be done when tb. ortar is partially act but still sufficiently plastic to bona. all toolloq shall be done with a tool which coapacts the mortar, pressing tte *ices* mortar out rather than dragging It out. Joints which are not tight at the tie* of tooling shall be raked out, pointed, and tbab tooled. ' CONCEALED JOINTS Joints that are tot exposed shall be struck flush with to further treatment requi-ed. REINFORCING GENERAL Reinforcing bars shall be lapp*d 30 b&r-diameter■ minieas where ' spliced and shall be wire-tied together. all bars,sball have a aiulau■ clearance of 1 bar-diemeter from the masonry and from additional parallel bars in the some grout space. 1 ' S17146.al 0423U 7 FOUNDATION DOWELS ! The size, number, and location of the foundation dowel• aRa11 Match the vertical wall reinforcing unless otherwise noted. Nbeu A foundation dowel does not 110e up as loteaded, with a ! vertical core, it shall not be sloped more than 1 horizontal to 6 vertical to bring it into •ligament. ! VERTICAL REINPORCING Vertical reinforcing steel shall be held is positi3a near the ! ends if the bars by wire ties to dowel& and/or by reinforcing posltiocers. The bats shall be held it Positlob At intervals not exceeding 160 oar-diameters by reinforcing posLtloners. ! HORIZONTAL REINPORCImG Horizontal reinforcing bars shall be held it position by wire ! ties to the vertical reinforcing bars or by reinforcing pbmitloners. The steel shall be positioned near the end& and ! At intervals not exceeding 160 bar-diameters. Horizontal bars an?ll be laid on the webs of pond beau units, and shall be places as the wall Is built. ! GNGUTING GROUT PFEP►RaTIOW ! Grout shall be sized As specified berslnbefore for mortar preparation If on-site 011189 is performed. Transit-ailed ! grout shall wet the requireme-ts of ASTd C 476. The grout admixturc shall be added at the site. In accordance with the specified grout admixture manufacturer's recoamendations, the ! admixture shall be preaized with water and the resulting solution shall be added to the grout mix and tborougbly ■lzei. Do not exceed quabtlty of admixture recommended by the ! manufacturer. GENERAL REQUIREMENTS Grout shall not be mixed, conveyed, or placed with equipment ! coastructed of aluminum. All vertical and horizontal teluforcement, ties, 631ts, anchorm, and other required eabedeents shall be secured iu Place, inspectwd, and approval before grouting starts. ! ! ! S17146.A1 04230 ! 8 ' Grouting of beaas over openings shall be done in one continuous operation. ' Vertical calls to be filled shall have vertical alignment sufficient to maintain a clear, unobstructed, continuous vertical cell measuring not less than 2-loch by 3-rach. Grout shall be poured as soon as possible alter the mortar has cured to reduce shrinkage cracking of the vertical joints. Immediately after -he grouting has base coapletsd, the Boas and ' stains on the man ry shall be washed off •ising clean rater and fiber brushes. Grout and ■urtac stains shall not be allowed to dry on the Lace of the exposed masonry. vertical ralnforceaeht say be placed initially and the val, built up around it providing the reinforcing steel is first wire tied to the foundation dovels. Reinforcing positions,$ and/or approved cross bracing must be provided to secure the top of the steel in place. The vertical steel will Dot be permitted to be dropped in after the block is laid unless reinforcing positiODers are provided in the course above the previously grouted course. GROUTING REQUIREMENTS SOLID GROUTING REQUIREMENTS t Walls which are to be solid grouted shall have Yartical grout barriers spaced not sore than 30 feet apart, which extend the full height of the wall. ' PARTIAL GROUTING REQUIREMENTS Nails which di not require solid grouting shall have all ' cells containing reinforcing steel and others as shorn filled with grout. Calls to be filled shall be constructed to confine the grout within the Cell. Tops of unfilled vertical calls under a bond bras shall be covered with metal lath to confine the grout fill to the bard bean section. Grout pours sha).1 be limited km height to Bid-dapth of the course above the horizontal bond beam, except at the top course. LOW-LIFT GROUTING REQUIREMENTS Unlesa otherwise approved by the Engineer prior to the start of the masonry work, all grouting shall be low-litt grouting. 1 iS17146.A1 0423U 1 f Rhea grouting Is stopped for 1 hour or longer, horizontal ' construction joints &ball be foread by stopping the pour of grout 112 Inch below the top of the uppermost unit. Norizontal Steel Shall be fully embedded by grout In an uninterrupted , pour. ^r1ut pour Shall be limited to a &&,long height of 4 feet. The r all shall not be Constructed sore than one course above the ' top of the grout pour prior to placing the grout. The grout shall be thoroughly consolidated with an Internal ' •pencil• type vibrator. after waiting sufficient time to permit the grout to become plastic, but before It has taken any set, the grout shall be reconsolidated. The waiting period will vary depending upon weather conditions and block , absorption rates, but under mnorsalm weather conditions w,th average masonry units, the waiting period should be between 30 to 60 minutes. ' CLEANING Clean all surfaces of excess mortar, grout skillage, dirt, and , other foreign substances. walls not requiring painting or sealing ska:l be cloasad such that ' there are no virible stains. Surfaces re•juirinq paln,'r, or sealing shall be prepared In accordance w' th Section PAINTING. PROTECTION t At the end of each days cork, tors of calls shall be covered with ith , q paper or by other means that will protect the calls from becoming excessive l, rat. TEMPORARY BRACING t The Contractor shall adequately brace all walls until the walls and roof are completed. Bracing shall be sufficient to protect ' the walls against damage from the aleaents, including wind and snow. TESTING ' Masonry units will be sampled for testing after delivery to the jobsite. They will be tested to accordance with ASTC C 14u. Masonry construction shall not proceed until test results are known and the masonry units are certified by an approved testing agency as complying with these Specificatlon�. ' S17146.11 04230 10 1 . 1 Grout and mortar sasples for strengt the beginning of h testing shall be taken at the masonry work and thereafter at the discretlan of the Engineer. The sasples shall De taken 1n 1 Standard 24-22 of the accordance with D. PAYMENT Oaif uniform Building Code Standards. 1 Payss t for the work la this section rill he Included �the .usp mum Did amount stated in the Propoaa1. a= part of 1 1 1 i 1 1 1 i 1 1 1 1 1 517146.al 04230 11 ' CNB00S OSS00 FABRICATED METALWORK AND CASTINGS A. SCOPE ' This section corers the work necessary to furnish and Install, complete, all fabricated metalwork and castings. ' B. MATERIALS Unless otherwise Indicated, all materials &bell conform to the latest issue of the tollceing ASTI Specifications: ' ---- ASTI Specification ' Steel Shapes G Plates A 36 "uslnum, structural Shapes Alloy 6061-T6; cantors to L Plates reverenced Specs & &STE tSections found in the Aluaiaos Association current Construction Manuel Series ' Bolts, Nuts, Anchor Bolts, A 307 and Rods ' The miscellaneous metalwork and castings indicated on the Draricgs of required to secure the various parts together and provide a- - complete Installation shall be included under this se_tiob. The tabulation of Items herein is not intended to be all-inclusive, and It shall be the Contractorls responsibility to provide all metalwork and castings shorn, specified, or which can reasonably ' be Interred as necessary to complete tL . project. ANCHOR BOLTS Fabricate am shorn. Size of ahcbor bolts shall be as required by equipment manufacturer, unless sbowb otherwise. WEDGE ANCHORS Phillips Redhead boadrilling anchors, or As approved, that are wholly t made of 304 stainless steel. Nuts and washers shall be 'fi stainless steel. 1 O517146.11 OSS00 1 PTPE SLEEVES ASTM 1 120 standa• d weight steel pipe.fabrication. Bot-dip galvanize after HOSE RACKS Fabricate hose racks of steel shapes to accordance witt tte ' details shown. Hot-dip galvanize hose racks after fabrication. FABRICATED STEEL ^ATE Seidelhuber Iron and Bronze Works, Inc. gate Model In. 62-1169-1. Gate shall be sb.p fabricated abd include separate posts for locklLq gate In opened and closed positions. Dlaeuslln shown on , the Drawings 1s the required sinlau■ distance between centerline Of adage post and centerline -,f lock posts. :Ate shall Include warning bractet and a minimum of sit 2-lath diameter red ' reflectors. Gate and posts shall be shop primed and painted with two coats of preservative paint MO. 43-114, International yellow. So other gate will be approv-d. ' Z. WORRMAeSHIP y■�Workmanship and flnts- of all metalwork specified under this M section shall be the highest grade and equal to the best practice of modern shops for the respective work. Exposed surfaces shall ' haw@ smooth finish and sharp, well-defined lines. Provide all necessary rabbets, lugs, and brackets so that the work can be asseahled to a neat, substantial manner. Conceal fastenings where Practical. Drill metalwork and countersink holes as required for t attaching hardware or other materials. Fabricate materials as specified, weld Connectionse except where bolting Is directed. Items requiring special fabrication methods are mentioned herein. ' Methods of fabrication not otherwise specified or shown shall be adequate for the stresses and as directed by the Engineer. III sharp edges shall be rounded to a 1/6-inch minimum radius, and ' all burrs, jagged edges and surface defects shall be ground smooth. Welds and adjacent areas shall be prepared such that :here is (l) ' no undercutting or reverse ridges or the weld bud, 12► no weld spatter on or adjacent to the weld or and other area to be painted, and (3) no sharp peaks or ridges along the weld bead. all embedded pieces of electrode or wire shall be ground flush with the adjacent surface of the weld bead. , S17141.A1 Mau ' 2 1 WELDING The technique of weldlbg employed, appearance, and qut.ity of ' Welds made, add the methods of correcting detective Wart shall conform to codes for Arc mod Gas Welding in Building :obstruction of the AWS and to ►ISC specifications. Surfaces to be melded shall be free from loose scale, rust, groom*, paint, and other ' foreign material, except that mill scale which Will withstand vigorous Wire brushing say re.ais. A light file of linseed oil may likewise be disregarded. No welding shall be done wbeh the temperat.re of the base metal is lower than zero degrees P. finished members shall be true to line And free from twists. ' all welding operators shall be qualified in accordance with the requirements of AWS Standard Qualification Procedure 53.0. and Welders of structural and reinforcing steel shall be certified for all positions of welding in accordance with such Procedure. ' Qualification tests shall be run by a recognized testing laboratory at the Contractor@* expense. Previocs recent qualification by the State of California Division of Wighways will ' be Acceptable. All welding operators shall be subject to examloatio, for ' requalificatlon using the equipment, materials and elactrodes employed in the execution of the contract Work. Such cegualification, if ordered by the Engineer, shall be dore at the expense of the Contractor. ' INSTALLATIOW Of FABRICATED EETALWOWR Install in accordance with toe shop drawingsv the DI vings, abo these Speciticatlons. Perform field welding and erection work by skilled mechanics. Install fabricated metalwork plumb or level as applicable. The completed installations shall, In all cases, be ' rigid, suostantlal, and neat in appearance. Erect structural steel In accordance with the applicable portions of AISC Zola of Standard Practice, except ♦s modified. Install commercially ' ■auifactured products In accordance with ■anufacturar's recommendations as approved. ' ANCHOR BOLTS All anchor bolts shall be accurately located and held in place with templates at the time the cr 'rat* is poured. rWEDGE AWCBOBS ' Installation shall not begin until th.- concrete receiving the ancb:rs has Attained Its design strength. An anchor shall not he Installed close: than all times its diameter to either an edge of the concrete or to another anchore unless specifically detailed ' otherwise on the Drawings. ' S17146.►1 OSSOQ 3 GALVANIZING AND REPAIR ' Galvanizing of steel plates, shapes, and bars and products - fabricated from these items, and strip 1/6-inch thick or thicker, shall conform to the specifications of ASTM A 123. Pipe, welded or seamless steel, shall conform to the specifications of h STM A 120. Material thinner than 116 inch shall either be , galvanized before fabrication In �.nforamace with the requirements of ASTM A 52S, Coating Designation L 210, or after fabrication, in conformance with the requirements of ASTM A 123, except that the weight of zinc coating shall average sot less that 1.2 ouaces-per square foot of actual surface area with no individual specimen having a weight of less than 1.0 ounce. Unless otherwise provided, galvanizing shall be done before or after fabrication, ' for material which is thinner than 1/6 inch, at the option of the contractor. Galvanizing will not be required for stainless steel, monel metal, and similar corrosion-resistant parts. ' Galvanized surfaces that are abraded or damaged at any time aftei tLe application of the zinc coating shall be repaired by solvent cleaning the damaged area (Steel Structures Painting =ouacil SP 1) ' and hand or power tool (Steel Structures Painting council SP 2 or SP 3) the damaged areas, removing all loose and cracked coating, after which the cleaned areas shall be painted with one of the , following coatings: 1. One coat of Inorganic Zinc Silicate (MIL-P-23236, class 1). ' 2. Two coats of Galvanizing Repair Paint (MIL-P-21L3 i). 3. Two coats of Zinc Dust Paint (MIL-E-15145, Forrula 1J2). , Paint shall be applied to a cleaned surface. Abrasive blasting is required for inorganic zinc silicate. t PAINTING Thoroughly clean all ferrous metal items not galvanized and give a ' shop coat of metal primer. Preparation of surfaces and application of primer shall be in accordance with the paint manufacturerls printed directions and recommendations as approved, ' and in accordance with the Specifications of Section PAINTING, utilizing the appropriate painting system. PREPARATION FOR SHIPMENT Insofar as is practical, the Items provided hereunder shall be factory assembled. The parts and assemblies that are of a cemslty ' shipped inmasembled, shall be packaged and clearly tagged in e manner that will protect the materials from damage and facilitate the identification and final assembly in the field. ' t S17146.A1 U5506 t 4 1 D. PITHEkT Pa7seat for the work in this section will be included as part of the luap sus bid asount stated in the Proposal. 1 t 1 1 1 1 ' S17146./1 OSS00 S „ i ^.wB013 1� 06000 CARPENiwY _____ iI A. SCOPE 1, This section covers the work necessary to turnlsb and install, L CONPlet@, the rough and finish carpentry. 1 SUBMITT►LS DURING CONSTRUCTION l Subsittals during construction aball be side In accorlance with l Section GENERAL REQUIREMENTS in Division 1, GENERAL REQUIREMENTS. L In addition, the tollowdog specific Loforsation shall be provided: 1 SHOP DRAWINGS l Submit shop drawings and calculations for prefabricated wood ' trusses as required below. Submit shop drawings for all running trim, cabinets and casework showing tiell seasureaents, Consttuction details, • ' dimensions, materials used, and tiniah. Use full-size or 1/4-scale drawings. . ' RELATED WORE SPECIFIED AND PERFORMED UNDER OTHER SECTIONS Section so. Ites • 0330L Wood Forms 06000 Finish Hardware 09902 Painting UDALITY ASSURANCE Lumber grading cults and wood species shall be in conforaaoc• with U.S. Product Standard PS 20 and the National sorest Products Association. The wood ■tsbers shall confor■ to tte requirements above and provide design values equal to those published in the e Design valuer. for Wood Construction•, a supplestut to the 1177 edition of Nst .obal Design SPe.lftcation for Rood Construction, ' published by th_ National Forests Products Association. Plywood grading rules mha:l be in conformance wit. latest edition ' of U.S. Product Standard PS 1. 1 51714b.A1 06000 U 1 Finish carpentry and cabinets shall coafora to the applicable ' portions specified herein of the Quality Standards of the Architectural Woodwork Institute (AWI) unless detallei otherwise. GRADE AND TRADEMARK ' Each piece or bundle of lumber or other product shall be identified with a recognized mark of the authority grading the product. Each panel of plywood shall L. Identified with the appropria! e ' grade trademark of the American Plywood Association. Preservative and pressure treated material shall coctora to Aser.tcao Wood Preservers Association Standards (►WPA) .and bear the , Ue�lcan Woad ?reservers Bureau (AwPB) quality mark desigcat A. MOISTURE -OWTENT Moisture content for structural lumber shall not exceed 11 percent. unless otherwise specified. ' All finlsh lumber oust be kiln—dried to an average moisture content range as follows: Exterior work 1► t: 1,11 Interior work 6% to 11% MATERIAL BAWDLIWG , GENERAL t Immediately upon delivery to ]obsiter place materials in area protects; from weather. Store materials a miblmum of 6 inches (150 ■e) abovegrouad o❑ 1 framework or blocking and cover with protective vaterproot covering providing for adequate air circulation or ventilation. ' Do not store seasoned materials In building. vet or damp portions of Protect sheet materials frue breaking corners and Sasagrog ' surfaces while unloading. PREFABRICATED WOOD TRUSSES ' handle prefabricated trusses with care and In accordance with 1 ■anufac.urer's Instructions. Stockpile or store trusses In positlon aeceptable to sanufacturerms printed instructions. Provide bearing supports and bracings to avoid bending or overturning of trusses. Protect trusses from construction ' operations. S17146.A1 06000 , 2 ' B. RATERIALS ' LOBBEF Dlmebsl0os given are nom.,al. Surface four sides (S45), unless Specified otherwise. D41a -,s Otherwise noted, lumber shall be as ' follows: Use Blnisue Grade ------------- General framing, plates, Standard A Better or blocking, furrioq, braces L Stud Grade nallers Structural joists and planks, Douglas Fir or Larch ' 2e to 4e tbicx x S• L wider 00, 2, Or Southern Ping No. 2 ' INTERIOR TRIM Douglas fir, C Select Grade, Or AWI (warns Grade. ' PLASTIC LAMINAIE One-sixteetth-Incb thick general-purpose type conforming to R EaA LD 3. Grade GP-SO. ADHESIVES ' For Plastic 'nate, use contact cement conforaluy to federal Specificetio'. .tn-A-13C. tPLYWOOD POOP SHEATHING APA C-C Exterior, 24, U cr greater. SOFTWOOD PLYWOOD APA A-B laterlor Coctorming to U.S. Product Ltaadard PS i. tOVERLAID PLYWOOD EII APA sodium density cverlald (ADO( plywood, plain surface, ' no grooves, thickness as Indicated on Drawings. All ceiling PAnels shall have oblplapped joints. ' 5171%..A1 O6000 3 ROUGH SAWA PLYWOOD SOyf IT , Exterior Type APA 303-RR siding meeting the requiremiDta of PS]. Douglas fir rough save veneer, lit inch thick With lap joints and no grooves. ' PRESERVATIVE TREATED WOOD Treat Wood with va ter-borae malt preservatives in accirdaacs with ' AWPA C2 and AWPB LP-2. PERT SCREEN , Aluminum screen cloth with 36 a ]W mash. HARDWARE ' Conforming to UPC Standard No. 25-17; NAILS Steel common malls for framing, sires as indicated on Drawings. ' Use hot-dipped sine-coated nails wherever exposed. BOLTS AAL SCREWS Conforming to ASTR A 307. Bile' as indicated on Drawings, galvanised where exposed. FRAMING ANCHORS Simpson, Teco, or Bowman galvanised ]N-gauge minimum steel, , complete with nails. Provide all fasteners and miscellaneous hardware required for ' assembling and anchnring finish woodwork. CABINET HARDWARE As listed on Drawings. 1 PREFABRIC►TED WOOD TRUSSES , DESIGN AND SJBMITTALS Design the trusses and submit design calculations showing stresses in all members and all connections. Calculations shall be stamped and signed by a registered professional engineer licensed 1n the State of Wash l lag ton. ' S37]V�.A] G.0J0 t 4 1 1 Provide and submit complete shop drawings shoeing species and stress grades of lumber, all dimensions, camber, spacing cf trusses In building, connector types, detail of connectors, 1 erection and hanaling Instructions, bracing requirements, and other necessary details. Provide elevation view drawings of trusses of sufficient scale to show all details of construc,ion. LUMBER 1 Douglas fir or healock; coordinate sizes and stress grade with submittal inforeatioo. 1 CONNECTORS OR GUSSET PLATES Conform to UBC Standard 25-17. 1 C. YORKMANSBIP 1 GENERAL Use only sa 111e3 worters and the big host standards of the craft. 1 Plan work in advance aon perform to proper sequence to facilitate prompt and continuous progress of the work. Verify that surfaces to receive carpentry Stems are properly 1 prepared. Do not !❑stall finish inter+ter woodwork until the building has been dried for at least )u days. 1 FABRICATIO► AND INSTALLATICN GENERAL 1 Lay out, cut, fit, and Istall all carpentry Stems. Anchor sufficiently to ensure rigidity, tight fit* and permanence and as noted on Drawings. 1 Install items accurate to dlaebsion, true to line, level, and square unless otherwise Indicated on the Drawings. 1 instal] :unniig trio in as long a length as practical. Niter corners of moldings. Anchor securely using finishing halls. Set all Balls properly for filling. Foll. . .,&UufActurer's instructions for installation of hardware Items. Rake all work Beat and secure, developing full strength 1 of Components and providing intended function. 1 1 1 S)7)4C,.A) JLJOG 5 JOIST FRAMING ' Install with crown edge up. ■■Support ends of each member minimum 1-1/2 inches (16 u) of bearing. NOTCHES , Do Dot notch in middle third of joists. Notches in top or bottom of joists, eaxlau■ of 1/6 depth of sesber. Notched t ends, maximum of 1/3 depth of member. BORED BOLES Maxisus 1/3 depth of member, 2 inches (S1 am) ■iolau■ 1 distance to top or bottom of joists. ROOF SMEATBI►G ' Install plywood with face grain perpendicular to supports, using panel with continuous and joints over two or more ' spans staggered between panels and locate over supports. Allow ■lnisu■ space 1/16 inch 11.6 on) between and joints ' and 1/6 inch 13.2 sa) at edge joints for expansion and contraction of panels. MISCELLANEOUS FRAMING ' Framing for Mechanical work. Frame members for passage of pipes and ducts to avoid , cutting structural members. Do not cut, notch, or bore framing members for passage of Pines or cobdults without concurrence of Engineer. Reinforce framing washers where damaged by cutting. CABINETS , fabricate cabinet units with MOO plywood on exposed faces. Conform to ►wI Quality Standards, Custom Grade, reveal overlay design, for units shown on Drawings. Assemble units as far as possible it shop for field , Installation. IAN'al1 units plumb and level, without distortion. adjust ' doors and drawers for smooth oycration. S1y146.al 0600C 6 ' PREFABRICATED WOOD TRUSS ERKTIOR Lay out and position as shown on t a Drawings. follow manufactureres instructions for handling and erection. Exercise ' care to Keep out-of-plane beading of trusses to ■lnlaua. Install temporary horizontal and cross bracing to bold trusses plumb and In sate condition until permanent bracing is installed. ' Install permanent bracing and related components prior to application of loads to trusses. Tighten loose connectors. ' Restrict construction loads to prevent overstressing of truss members. Do not cut or remove truss mashers. Fasten securely to wall framing. Brace, bock• and bridge as soon as possible after placement. ' PRESERVATIVE TREATED WOOD PRODUCTS Provide preservative treated wood for all framing, blocking, furring, sailing strips built Into exterior Masonry walls and wood in contact with concrete. ' Radry and clean lumber, after treatment, to ■AxiaU8 Moisture content of 19 percent, stamped DRY. Apply two brush coats of same preservative used in original treatment to all sawed or cut surfaces of treated lumber. MATERIAL MAMDLIWG Protect carpentry materials trom damage and dampness. Store In weatbertlght, well-ventilated areas. Do not subject to extreme ' changes of temperature or humidity. Deliver, store, and handle wood products in Banner to prevent ' damage and deterioration. Deter delivery to the job until the Installation and storage areas ace COBPlete and dry of all wet—type construction. Maintain relative humidity In storage areas not to exceed 60 percent. Protect all surfaces of cabinets subject to damage while in transit. rU. PAYMEWT Payment for the work In this sectiou will be included as part it the lump sus bid amount stated in the Proposal. t • • • • 1 S17146.A1 06000 7 CWB014 07000 THERMAL AND MOISTURE PROTECTION ' _____ ___ ________ ►. SCOPE This section Covers the work necessary to furnish ani install, complete, the following: Building insulation Joint Sealant RELATED WORN SPECIFIED AND PERF0999D UNDER OTHER SECTIOhs ' Section-No. Item 07412 Preformed metal Roofing 1S260 ventilating System B. MATERIALS INSULATION ' BATT INSULATION AND FASTENERS t Fiberglass or mineral wool Batts conforming to Federal Spwcitication NB-I-Sal, Type III with 0.S pare rating, reflective aluminum foil vapor barrier laainated to one side with Olt" values as indicated on Drawings. 1 Fasteners shall be galvanized flattened steel staples with a 7/10-ihch minimum crown and 1/2-inch ■Iniau■ shank. ' SEALE% TAPE Polylsobutyleme sealer tape specifically mannfACtULed for setting flanges oo bituminous roofing. ISOLATION PAINT Asphalt, Conforming to ASTM D 1187. tISOL►TION TAPE Butyl or polyisobutylene, internally reinforced, or iU-sll thick minlsam polyester. t ' S1714w.A3 07UJ0 3 JOINT SEALANT SEALANT Bulti-part elastomerlc 1P01ysulfide or polyurethane) conforming ' to Federal Specification TT-S-0022„ Type II, nonsig type. BACKUP BITERIAL ' Use hragasalog, extruded, closed-call polyethylene foam rod orp•.tible With Beeline used. 512e am shown or as recommended , I manufacturers for all Joints greater than 3/16 Inch wide. BOND BREAKER As recommended by sealant ■atufacturer. COLOR t Sealant color shall generally Batch or compliment the color of the principal material adjoining the area of ♦pplicatioc and ' shall he As selected by the Engineer. C. WORNBARSHIP GENERAL ' Coordinate installatlon where otter trades whose Work, or the ' required inspection of their work, could be affected. INSULATION ' BLTT INSULATION Install where ladlcated on Drawings to Accordance with the Manufacturer's Instructions. Faetan flanges to the bales of framing members with the vapor harrier facing the were side. ' Fit tightly to ensure a coatlo,:nue seal. Where electrical outlets, ducts, pipes, vents, 3r other utility items occur, Place Insulation on the cold weather side of the obstruction. Protect Installed Insulation from tears ao1 It her iva;v rhti1 covered with finish material. Damaged me shell be replaced. ' PRODUCT HANDLING Clearly Identify ■Ahufacturer, contents, '.ala, dpplica e ' standard, and ORe value. 1 4 517146.Al U7000 ' 2 Store astarlali off ground and keep they dry at all times. Prot^ct against weather, condensation, and damage. Immediately remove dasagpd material from site. ' CLEANUP ' PeuOwe irb■ the site all containers, wrappings, amd scrap Insulation material. Leave floors Aroos clean. Clean surfaces nert to sealed joists of &Sear■ or other soillbg ' resulting from the sealing application. At no additional cost to the Owner, replace or repair to the ' Own*rea satisfaction any damaged surfaces resulting from sealing, insulating, or cleaning. DE7.ITswf, STORAGE, ♦ND HANDLING Deliver materials in seautacturer0a original, unopenpd containers and rolls with labels Intact and legible. Handle roll goods so as to prevent damage to edge ar ends. store roll goods on end. ' Protect materials against wetting, moisture absorption, anj construction traffic. ' J01NT SEALANT PREPARATION ' All surfaces to be sealed shall be clean, dry, sound, and free Of dust, loose mortar, and other foreign materials. mask adjarent surfaces what* necessary to maintain neat edge. ' Starting of work will be construed as acceptance of all subsurfaces. INSTALLATION 5041 all joints around door and louver frames and elsewhere as Indicated. Apply all materials following manufacturer's recommendation and instructions, filling joint completely from back to front, ' without voids. Tool joints slightly concave after *talent is installed. when tooling white or light color sealant, a water wet tool shall be used. ' 517146.A1 JiJJU 3 W-718 WELL #9 PUMP HOUSE WTR-9 4+ #5 Contr.ct Documents ! Locate tape sealant where indicated on Drawings amd install in 1 strict accordance with sanutacturerls instructions. CLEANING ! She surfaces nest to the sealed joints shall he cleaned of smears or other soiling resulting from the sealing applicatioa. ! At no additional cost to Owner, replace or repair to thn Engineerls satisfaction any damaged surf"as resulting from sealing or cleaning. PRODUCT I\IDLING ! Deliver all sealants to the jobsite it sealed containers, each ! nearing sabufacturer b base and product desigsatiou. D. PAYMENT Payment for the wort in this section will be included as part of the lump sun bid amount stated in the Proposal. ! ! 1 1 1 1 1 1 1 1 33714L.\3 WOOD ! 14 CVE01S 07412 PREFORMED METAL ROOFING ' _____ 1. SCOPE ' This section covers the work necessary to furbish and install, complete, the sheet metal roofing system, lseladlog flashings in connection with metal roofing. GENERAL All *&posed sheet metal ■aterlal used in the roofing stall be the products of one manufacturer. all ether satecials shall oe ' products approved or recommended by the roofing system manufacturer. DESCRIPTION Of SYSTEM ' Metal roofing system sball consist of preformed metal panels with upturned edges to form batten Covered joists. The panels shall be ' bold down to the structure with concealed clips or fasteners. Ridges, hips, Valleys, eaves, rates, and miscellaneous flashing shall be finished with ■Itching preformed pieces to fore a weatbertight roofing system. QUALITY ASSURANCE APPLICATURIS QUALIFICATIONS Roofer shall be regularly engaged in construction nt quality metal roofs, having successfully provided work similar to the type shown on the Drawings and specified herein on previous completed rrojects. Rooter shall be approved by the accepted symt*s manufacturer. SUBMITTALS DURING CONSTRUCTION Submittals during construction shall be made in accordance with Division 1, GENERAL REQUIREMENTS. In addition, the follovlbg specific information shall be provided: ' SHOP DRAhINGS Shop drawings, previously approved by the manufacturer, showing ' thickness and dimensions of all parts, 'astenlog and anchoring methods, details and locations of all *mass, joints, and other provisions for thermal movement. Include plans at not less ' than 1/4 loch to 1 toot (1:50) scale and details at not lmsa than 3 inches to 1 foot (1:5) scale. ' s17146.A1 07412 1 CALCULATIONS Subset calculations used to determine the number and spacing of fasteners required to resist the rind uplift pressure of ' 2U psf. Calculations s►all follow the procedures in ANSI AS6.1. SIMPLES ' Subset one 12-inch (300 me) square sample of specified metal. Samples will be reviewed for color and testers only. , Compliance with all other requirements is the esclusive responsibility of the Contractor. ROOFING MINUFACTURE985 INSTALLATION INSTRUCTIONS ' Submit two copies of manufacturer's printed installation instructions. ' JOB CONDITIONS Apply roofing only in dry weather and when ambient temperature Is ' above 40 degrees F (4 degrees C). REFERENCE STANDARDS , Manufacturer's printed specifications, recommendations, and Installation instructions. sheet Metal and Air Conditioning Contractors National Association e Architectural Sheet Metal Manuals. , GUARANTEE Prior to final acceptance of roofing, furnish the Owoar with a ' written guarantee for a Syear period after date of final acceptance that covers all costs for repairs required to maintain roof, Including flashing, In watertight Condition and to maintain ' finish free from physical deterioration, including blistering, peelivg, cracking, chalking, or toeing. Limit to ordinary wear and tear by elements or defects dua to faulty materials and workmanship. RELATED NORK SPECIFIED AND PERFORARD UNDER OTHER SECTIONS Section-No. It'i■ ' 07000 Sealant ' S17146.A1 07412 t 2 • , B. MATERIALS GENERAL The use of A manufacturer's name and model or catalog number 1s for the purpose of establishing the standard of quality and • general Configuration desired only. Products of other M■anafacturers will be considered in accordance with toe GENERAL CONDITIONS. ' Details sho wa on Drawings are based on Bowmet Aluminum Corporation•DECOR-RIB 416.0 ' MANUFACTURERS Metal roofing systems of the following manufacturers, meeting these Specifications, may be used on this project: Architectural Engineering Products (AEP) Ca., OaklAod, CA ' Architect- al Panels, Inc., Pontiac, NI Berridge .n Ufacturiag Co., B04atoo, TI Butler Manufacturing Co., Kansas City, NO ' Construction Specialties, Cranford, NJ Cyclops Corp., E. G. Smith Divlslon, Pittsburgh, P► Engineered Components, Inc., Stafford, TI Pabral-Alcan building Products, Lancaster, P► Poresoat "Anufacturibg Co., Southfield, NI Gifford-Hill G Company, Inc., Louisville, KY Howmet Aluminum Corporation, Mesquite, TI KaDta Vin-Coc Steel Corp., Chicago, IL Peru-Clad of Georgia, Doraville, GA Vincent Brass L Aluminum Co., Minneapolis, NM ' METALS All exposed sheet metal, including flashiogs used In this system, ' shall -e MiolRUN 24-gauge thickness, ASTH A 4460 Grade D, or A 525, G-IG, hot-dip galvanized steel, with tactoty-Applied baked enamel finish. Color shall match that of existing Parks ' Department remtr oom Metal root on the site. Reverse face shall bR protected by A wash coat of primer. Concealed Metals shall be stainless steel or hot-dip galvanized steel sheet Mill finish. PAPER SLIP SHEET Rosin-sized building paper veighing not less than 6 pounds per square (2.S kilograms per 3 square meters). ' 517146.A1 07412 3 ROOFING PELT , Asphalt-saturated felt conforsing to ASTE D 2SO, Type I, plain, unperforated. SOLDER , AST• B 32. Class A. Grade 1, composition 50/S3 tin/lead. SOLDERING FLUI Federal Specification O-F-SU6, Type ), form A or N. ' CLOSURES Nanutocturerls standard neoprene blocks. FASTENINGS , Fasteners shall be as recommended by the rooting •aoufactutec, lengths as required. All calls, screws, rivets, and other fasteners shall be stainless steel. ' C. NOREBANSBIP FABRICATION ' Shop pce .r..+te rooting panels and flashlags 10 acclydaace with , sanufac.orer's standard pattern to greatest egtent possible to 3101mixe field forming. Verity field dimensions prior to torming. Design joints and fasteners to provide for adjustment and fitting ' Of components during field installation. Panels shall eaeead from eave to ridge in one piece. Any end-to-ead panel lap splice shall be factory prepared sod shall assure a watertight assesoly using ' sealants and good sheet metal practice. Provide special pieces required for removable root section as Indicated On Drawings. Form and fabricate sheets, seams, strips, cleats, clips, hips, ' ridges, edge treatments, integral flashings, god other components of specified astal rooting to profiles, patterns, and drainage arrangement shorn, and as required for peramaemt leakproof ' construction. Provide for thermal expansion and contraction of cork caused by ambient air temperature difference of 100 degrees F. Shop fabricate metal In comtoraance with ' manufacturer's pattern specifications to result in a slaisug 1-16ch effective water dam height on both edges. Standing seas Interval shall not •acted 24 inches. 1 S 171V6.A1 07V)2 ' 4 ' fabricate sheet metal fascia in 10-foot maximum lengths. Fabricate fascia corners in one piece with lags extending 30 'aches each ray to field joint. Lap, rivet, and solder corner means watertight. tComply with Sheet Bakal and Air Conditioning :0uttact3rse National Association (SBACNA) recommendations for fabrication, construction 1 details, •:pusLOD Joint&, mod installation procedures, except as shorn or speclfled. Protect material from exposure to chlorides, aydrocblaric-based aad saristic acids. If contaminated, rash effected areas l amediately with S percent clear water. soda and rater solution and rinse with ' Separate dllsimilar metals from each other where electrolysis Night occur. Separation is satisfactorily accomplished by coating' the setal(sl with a 15-211 bituminous coating. Comply with various metals industry organixationsl recommendations for other forms of protection against contamination from corrosive materials or agents. PREPARATION verity that work of other trades that penetrates roof deck or requires workers and equipment to traverse roof deck has Been completed. Ensure that deck 1s fire, dry, free of foreign materials, aad breaks, smooth. Report Is ediately to the Engineer all cracks, bteaks, no]ea, or other unusual irregularities in the surface. ' Application of the roofing cos atitutes acceptance of the root deck, and ita condition cannot be used as an excuse for any subsequent failures should difficulties arise. Lay out pattern to place standing Names or battwss equidistant tros corners and aligned with ■eus on other side of valley, hip, ' or ridge. INSTALLATION Coordinate work of this •action with flashing, trim, and other cunatructlon to provide a permmmestly leakproof, securer and noncorroding installation. Examine substrate and conditions under which metal roofing will be Installed; notify Engineer In writing of any unsatisfactory Condition a. Do not proceed with installation until unsatisfactory conditions have been corrected in ■ meaner acceptable to the Engineer. Deck must be thoroughly dry and smooth. t ' S17146.A1 07412 5 Apply subroofing felt, single-ply lapped shingle fashion, 3-inch , head laps and 6-inch side laps, and cover with slip sheet similarly lapped. Install no more subrooting than can be covered by metal roofing, or other approved protection, in the same day. ' Except as otherwise shown or specified, comply with recouendations and Instructions of metal roofing manufacturer. Conceal fasteners and expansion joint provisloss wherever possible in exposed work; locate so as to minimise the possibility of leakage. Cover, close, and seal all open corrugations, joint means, battens, fasteners, and anchor* as required to, a tight Installation. Securement by exposed panel deformation (button Punching) shell not be used. Panel-to-panel side seams shall overlap and interlock or be catered by a batten to provide ' positive water penetration resistance to wind-driven rain from any direction. Metal roofing and Its fleshings shall be weathortight. Exposed , surfaces sball be free of dents, scratches, abrasions, or other visible defects. Fabricate and install work with lines and corners of exposed metal ' units true and accurate. Fora exposed faces and starter sections of seams flat and free of buckles, eacessive waves, and avoidable tool marks considering temper and finish of metal. Bald-down attachments for root shall be spaced to resist uplift pressure of 20 pat. Uniform, neat seaas shall be provided without tool marks ' or Irregularities. Provide unitore, neat seass with minimum exposure of solder or 1 sealant where necessary to use. All final hand turning of seams at joints and junctions is to be of the same quality as the machine-produced seams. Practices and ' techniques described in the SNACBA Architectural sheet Metal Manual are to be used as the standard of practice unless otherwise specified or shown on the Drawings. t CLEANING ADD PROTECTION Nbere needed, clean metals In conformance with the metals industry recommendations (American Iron and steel institute for stainless steal, Copper and Brass Association for copper, and other associations) or use Basic B organic Dotal cleaber, Shaklee ' Products, Hayward, Ca, or equal. For protection of metal root work during construction period, *azure that the installer presents the occurresce of the following and advises the Contractor of the proper provisions far surveillance and protection of the completed work during the remainder of the construction period: ' 1 S17146.A1 07412 ' 6 1 1 I. Corrosion products forming on unpainted slid steel. 2. Chloride drainage fro& unwashed slag roofs. 1 3. Contamination by ■ur, tic or builder's acid or other agents that ■ay deface the particular specified metal roof. 1 4. Cohtaminatlon by steel wool, steel drillings, steel filings, or any other construction debris that any cause impairment to the particular specified metal fnr roofing. 1 for final cleanup remove all debris, metal clips, nails, and other materials that could prevent adequate drainage or produce 1 corrosion products through electrolysis. D. PAYMENT 1 Payment for work In this section will be Included as part of the lump sum bid amount stated is the Proposal. i 1 1 1 1 1 i 1 1 1 1 517446.11 07412 7 CWB016 06000 DOORS AND HARDWARE ----- ----- --- ---"--- A. SCOPE This section covers the work oeemssary to furnish ani install, Complete, the following: Metal Doors and Frames Finish Hardware GENERAL ' Like items of equipment provided hereunder shall be the end products of one manufacturer In order to achieve staniorditatlon for appearance, operatloa, maintenance, spare parts, And ' manufacturer's service. SUBMITTALS DURING CONSTRUCTION ' Submittals during construction shall be made in accordance with Section DIOL1 in Division 1, GENERAL REQUIREMENTS. In addition, the following specific loformation shall be provided: ' SHOP DRAWINGS ' Subalt shop drawlags shoviog large-scale datalls of each type of door, frame, frame conditions and complete anchorage details, and sanulacturcr's literature showing construction and Installation details. Show louver opening sites aid locations ' in doors. SCHEDULE ' Submit a complete schedule of finish hardware required berela, for the Eagineerms review. Such schedule must be completely detailed, showing all itesse numbers, abd finishes for all hardware for eacb separate opening. Any Corrections or changes necessary In the schedule to comply with the requirements of the Contract Documents shall be made promptly. Reviev of the scbedule shall not relieve the Contractor of the responsibility for errors or omissions therein. 1 REFERENCE STANDARDS American National Standards Institute (ANSI); standards sponsored by Builders Hardware Manufacturers Association (BBMA); Flat Glass ' Marketing Association )FGMA) •Glazing Manualm. ' s17146.Al 06000 1 RELATED NORA SPECIFIED AND PERFORMED UNDER OTHER SECTIONa , Section No. Ites ----------- ---- ' 07000 Joint 504140t 04102 Painting B. MATERIALS ' BOLLON METAL DOORS AND FRAMES ' MANUFACTURERS , Products of the following manufacturers, or equal, setting these Specifications, may be used on this project: The Ceco Corporation , Fenestra Division, Marmon Group ' Masker Industries, Inc. Overly Manufacturing Co. t Pioneer Industries Republic Steel Corporation ' Steelcraft Maautacturing Company , BASIC MATERIAL Sheet steel for frames shall be hot-rolled pries 'me1AtF carbon ' steel conforming to ASTM A 569. -- --. Sheet steel for doors shall be cold-rolled stretcher level , sheet steel conforming to ►SIA A 366. - ANCILLARY ITEMS Manufacturers standard core filler, anchors, fasteners, etc. FINISH HARDWARE ' MATERIALS INCLUDED Provide all finish hardware with suitable fastaning for , complete work. Quantities listed are for the Contractor4s convenience only and are not quaramteed. items not Specifically mentioned but necessary to cosPlete the work shall ' he furnlsbed, ■etching in quality and finish the items specified for similar locations. 1 51714L.A1 06000 ' 2 ' RANUFACTURERS Numbers shows in the hardware Schedule are from the catalogs of the manufacturers listed in the order In which they aprc,r ' below. Tat use of a manufacturerls name and model or cat.log number is for the purpose of establishing the staniard of quality and general configuration desired only. Products of ' other manufacturers will be considered in accordance with the GENERAL CONDITIONS. ' BUTT BINGES The Stanley works, AcKlsoay Nanufacturieg Co.; Lawrence Brothers, Inc.; or equal, conforming to ANSI A156.1 (BONA ' Standard 101). LOCKSETS AND LATCBSETS tBest Lock Corporation only, to match Ownerls otter facilities. CLOSERS Sargast and Company; LCm Closers; or equal. STOPS. HOLDERS Builders Brass works; Baldwin; or equal. KICKPL►TES Builders Brass Works; Cipco; or equal. THRESHOLDS, WLATHERSTRIPPING ' Pemko Manufacturing Co. ; Reese Loterp[Imes, Inc. ; Zero weather Stripping Co., or equal. t BOLTS Stanley; Lawrence Brothers; or equal. tSILENCERS Ives; Glynn-Johnson; or equal. FIWISBES ' Numbers in the 600 series are the Builders hardware Ranufacturers Association (BBMA) Industry standard. 1 t ' 517146.&1 OAOOU 3 FASTENERS All fasteners for hardware specified herein shall be stainless 'steel. KeTIN1 ' Key locks to City of RenLou system am instructed by the Owner. ,Furnish two keys for each lock. TEMPLATES Hardware applied to metal doors and frames shall be made to 'template. The hardware supplier shall furnish to the various manufacturers required blueprint templates for fabrication 'purposes. Templates shall be made available oat m1pre than 16 days after receipt of approved Hardware Schedule. SPECIAL TOOLS , Provide two sets of spvclal tools for installation sad ■&Inter oce of hardware. Tools for maintenance had adlustseat 'are to be delivered to the Owner upon completion of the cork. C. WORKMANSHIP ----------- FABRICATION OF HOLLOW METAL DOORS AND FRAMES FRAMES ' Frames for doors shall D• 1V-gauge welded type, of cross 'section shown, and shell conform to SDI 100, ezcept as modified herein. Provide adequate reinforcement and cutouts for hardware, prepared is accordance with SDI 1076 also adeg�ae floor sad wall anchors. Frames shall be products of tee hotllow metal door manufacturer. Details on Drawings Indicate the finished size, shape, and 'profile of trams @sabers. M&Aufacturerls standard forming methods may be used to achieve the desired finisbel Concealed fasteners or welding are preferred to appearance. 1 througb-tbe-face tasteners. At the Pump Room, provide two hollow metal removable mullions and a removable Dean section complete with all remavable fasteners and tree* reinforcement& as required for fasteners. Include all details with shop drawings submittal. 1 S17146.A1 06000 , Y ' DOORS AND HOLLOW METAL PANEL t Hollow metal doors and panel shall be as follows: EXTERIOR ' Flush panel doors: 16-94u9e, Grade III, Model 1 with honeycomb or polyurethane core of dimensions shorn. ' Doors shall cantors to SDI 100, except as modified herein. Provide the ■aDutacturer's standard louvers where indicated, and overlapping astragals for active lost oe all double doors, exempt as noted or detailed otherwise. all such accessories ' shall be Installed at the osnufacturar's plant. Doors shall be constructed and prepared Is accordance with SDI 10F and ANSI A315 to cacsive the hardware specified on Drawings. ' Provide all fasteners as required to secure removable hollow metal panel. Aeisforce panel for all fasteners. Include all t details with ■LI drawing submittal. DOOR LOUVERS Manufacturers standard tlzed blade, laverted wYa louver slblmus 16-94uge with vertical slat reinforcement at ad inches I1 0 sm) centers and a ■lnieu■ 30 percent free area, factory Installed size As noted on D:avlogs. Provide exterior doors with electro-galvanized 18-14-sesh, 0.d01-lach wire insect screeh with framc to match louver. FINISH All metal doom and frames specified herald shall be galvanized ' with G60 zinc coating 10 accordance with ►STM A 525, phosphate treated for paint adbeslon, and receive one cost of beke3-on rust-lohlbiting prime coating compatible with finish coating. ' Finish coating shall be as indicated on the Drawings dad as apecltled to Section PAINTING. INSTALLATION OF HOLLOW METAL FRANCS Install hollow metal frames In accordance with SDI IOS. Ezarcise care in setting of frames to maintain scheduled dimensions, hold head level, and maintain Jambs plumb and taquarm. Secure ancboragos and cobbectlons to adjacent cobstruction. ' S17146.A1 0d000 S 1 wherever possible, leave tram* spreader bars Intact until 1 Erases are set pertectly square and plumb and anchors are securely attached. INSTILLATION OF HOLLOW METAL DOORS 1 Install bollow metal doors in accordance with SDI IOU. Apply hardware in accordance with hardware manufacturers& templates and instructions. Adjust operable parts for correct function. Remove hardware, with the exception of prime coated 1 itemse tag, box, end reinstall after finish paintwork is napleted. Installation of labeled doors shall cantors to wFPA Pamphlet No. 60. 1 PRIME COAT TOUCHUP Lmeedlately after erection, areas where prime coat has been 1 damaged shall be sanded smooth and touched up with same primer as applied at shop. Remove rust before above specified toucbup is applied. Touchup shall not be obvious. Before field 1 Painting is started, finish on frame and doors shall comply with finish on approved sample. FINISH HARDWARE 1 ADJUSTMENT After lnstallatlon, adjust nardw, re for seoothe noise-tree operation. Replace any damaged items. INSTILLATION 1 Follow manufacturer's instructions for installation of ftoisn 1 hardware. Rake all work beat a a d secure, developing full strength of components and providing proper function. Preveut marring, scratching, or otherwise damaging adjacent finishes during the lastallmtlon ut hardware. 1 Do all fitting* dlsmantl.nI, and ralastalllng of finish hard.are required for tlaisb painting wort. Use strippaole 1 coating, rsaovable tape, or other means to protect and prcve�t staining of hardware during construction. Protective measures shall be removed and permanent lock cylinders installed prior 1 to tioal cleaning. Latchbolts shall be installed to engage in strikes automatically, whethar activated by closers or saaually. in no 1 case shall additional manual pressure be required to engage latchbolt in strike. 1 1 S17146.AI 06000 1 6 tSet stops and holders for swings Indicated on the Dravings. Install stops, holders, and other wall-mounted items over solid 1 structural backing or solid blocking in hollow walls. Cope ends of thresholds neatly to profile of jamb. Thresholds shall be set Sa sealant And ends shall be se►led to jambs. SILENCERS Provide and install door silencers 3 inches from top and bottom Of jamb and 1 inch above strike at single doors, and 3 inches from edges of doors In head for pairs of doors. ' MOUNTING DIMENSIONS ' Usw standard door hardware locations ce published by the National Buildersi Hardware Association except as Doted or detailed otherwise. BAckset shall be i-3/4 inches unless indicated otherwise in Hardware Schedule. HARDWARE SCHEDULE The Hardware Schedule Is a guide to functional requirements of each opening. Provide hardware complete. sizes omitted $ball be as recommended by the manufacturer for the use lnteo!ed. tHARDWARE SETS HDW-1: (Telemetry Roo° and Chlorine Room Doors) ' 1-1/2 Pair butts PB8191; T82314; BB41ul-A; 1' Lock 4-1/2 1 4-1/2 ►ap, 1 Closer 64M-AB4-C; 626 250-HI Series; 4020-0 Series; 6 1 Threshold and door bottom 1511E 217ADV; 52.3A D 0841.DUR ' (Threshold At .Chlorine Room shall be bronze) 1 Sat veatberatri stop) p (Darrow Head E jamb - 332 1DR; DSv9DUR ' HDw-2: (Pump Room) ' 1-112 Pair butts per door PBB191r T02214; BB4106-A; 1 Lock 4-1/2 1 4-1/2 mRP, 630 per door 64M-A04-C; 626 ' 1 Closer per door 250■ series; 626 1 Threshold and door bottom 1S" A 217ADV; S2.3A C DB4I.DUR (Provide for tv° doors and 1 Set weatherstripone filed panel) stop) per door (°arrow Head G jamb - 332 1DR; DSn9DUR 517146.A1 06000 7 MDN-3: (Safety Cabinet) ' 1 Padlock 4S-201, 7S4. 26631 u DELIVERY. STORAGE, AND BAYDLING Deliver, store, and handle doors, Erases, and hardware out of the weather in a Manner to prevent damags and deterloratian. Provide , Packaging such as cardboard or other containers, separators, handing, and wrappings to protect metal items. Stole doors uptight, at lsast 1 inch off the ground or floor. Follow special storage and handling requirements of manufacturers. Protect exposed finish surfaces of prefinisled items with Basking tape. D. PAYMENT ' Payment for the work in this section will he included as part of ' the lump sus bid amount stated in the Proposal. • a • s • • ' 1 1 S17146.A1 0600L 8 ' ' CRN037 041721 SEAMLESS EPDXY t10ORING ' ----- -------- ----- A. SCOPE 1 This section covers the work necessary to furbish and install, complete, a seamless epoxy flooring. ' QUALITY ASSURANCE ' Installer of flooring shall have a minimum of 5 years# experience Sb installing seamless flooring and shall be approved by the manufacturer of the flooring products. SUbHITTALS DURING CONSTRUCTION Sutsittals during construction shall be made In accorlabce 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 approvel. RANUPACTURER-5 LITERATURE Submit for review the mabufacturarls product spsc.ficatlons and instructions and recommendations for installation. CERTIFICATES Submit evidence of Installer-& roproval by manufacturer. ENFIRONRENTAL REQUIREMENTS ' Maintain substrate temperature of not leas than 55 degrees F (12.7 degrees C� and room temperature of 7& degrees F (25.S degrees C( for 46 hours prior to commencing application and for 72 hours after completion. RELATED NORM SPECIFIED AND PERFORMED UNDER OTHER SECTIONS Section No. Item -------- ---- ' 09902 Painting 1 5171Vb.A1 04721 1 R. NATERI►LS , GENERAL The use of a manufacturer's Due is for the purpose of establlsb:Ag the standard of quality and general configuration desired only. Products of other manufacturers will he considered , 10 accordance with the General Conditions. MANUFACTURERS Products of the followlug saoufacturers, or equal, say be used on ! this project: Torglool Duresque as supplied by a. E. Healy, Renton, NA ' 206/2Si-2417 FLCOR COVERING ' EporT: 10 percent solids, tberaosetting epoxy resins reacted with ' suitable hardenera to produce a seamless, ■000lithlc, plastic coating. Chips: Piled with a colored ceramic coating. Colors shall be ' equal to Dur>sgoe, with an approximate color ■lx of 51 percent tarn, 25 percent cocoa, and 2S percent white. C. WORKMANSHIP ' CONDITION OF SURFACES ' Examine surfaces scheduled to receive seaa.ess covering for any defects, dampness, paint, or foreign material that would affect ' the quality and execution of tue work. Perform any moisture or Adhesion tests ne_essary. Have corrections Bade to make detective surfaces acceptable. PREPAR►TION ' Clean concrete surfaces of all foreign uterlal, sealers, ' hardeners, waxes and other culiag compounds, laitaoce, and grease. Apply pricer to surfaces as requirwd by material aanufacturer. ' INSTALLATION Install seamless floor covering na Interior cuncrete floor slabs ' and vertical surfaces of Concrete pads. Install seamless floor covering in strict accordance with sanutacturer' s L;structioas and recoo mandatlOnS. Apply to floor In minimum thickness permitted by , aggregate, approximately 3/32 inch (2.4 sa). ylolsa slip resistant. gl o s s y a n d 517146.&1 91721 ' 2 ' PROTECTION During lnmtallatione protect oil adjacent surfaces against damage. ' After installation, allow no traffic on measles& finish for Vd hours or until completely cored. Keep all water off floor for at least S days. Do not corer with paper until it will not stick. ' Use obly nonstaining paper. All damage &ball be repaired witbout additional cost to Owner. 1 DELIVERY, STORAGE, RAMLLING ' Deliver materials in manufacturerls original; unopened containers. Provide a sinimu■ of 2 gallons of 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. 1 t 1 1 S17146.A1 09721 y tcRRala 01102 PAINTING ' ----- -------- A. SCOPE ' This section covers surface preparation, furnishing, and ' Application of architectural paint and special protective coatings, complete. It Ss the lhtent that all new, interior and exterior exposed rood, ' masonry, and metal surf �ces be painted, whether specifically mentioned or not, excePL as modified herein. Nxterior concrete surfaces will pot be painted. ' SURFACES NOT REQUIRING PAINTING Unless otherwise specifically indicated in the specifications or on the Drawings, the following areas or items will not require painting: 1. Concrete surfaces. 2. Nonferrous and corrosion-resl.ttant ferrous alloys such as ' copper, bronze, mcnel, Alusloua, chromium plate, weathering steel, and stainless steel, except where: (a) required for electrical insulation between dissimilar metals, lb) aluminum is 1n contact with concrete or masonry, ' (c) color coding of equipment and piping Is required, and (d) otherwise noted. ' a. NonNetallic materials such as glass, pvC, porcelain, and Plastic (FRP) except as required for architectural painting or color coding. ' QPALITT ASSURANCE Preparation of surfaces and application of coatings shall be in ' conformance with this Specificstion and printed recommendations of the paint manufacturer. INSPECIION 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 shall be performed only in the presence of the Eaginmer, unless the Eigineer has granted prior approval to perform such work in his absence. ' S17146.A1 01102 1 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 his responsibility to perform the work in accordance with these Specifications. ' For all coatings subject to issersion, full cure Dust be obtained for the completed system. Consult the coatings manufactureres written Instructions for these requirements. ' The coating shall not be issersed for any purpose until completion of the curing cycle. P►INT DELI►ERY AND STORAGE ' All materials shall be delivered to the project site In unopened t containers that plainly show at the time of use the designated aame, date of manufacture, color, and base of manufacturer. Paints shall be stored to a suitable protected area that Is heated or cooled as required to maintain temperatures within the range , reccameoded by the paint manufacturer. Paint materials shall be kept sealed when not in use. t SUBMITTALS DURING CONSTRUCTION Subslttals during construction shall be made In accordance with t Division 1, GENERAL REQUIRERENTS. In addition, the falloviag Specific inf orsation shall be provided: DATA SHEETS For each paint system used herein, the Contractor $ball obtain ' from each paint manufacturer for submittal to the Engineer, a Paint System Data Sheet (PSDS), Technical Data Sheets, and Paint colors (where applicable) for each product used 10 the Paint systes. ercept for products applied by equipment 1 Ranufacturors supplylbg items. The required information shall be susitted on a systes-by-system basiv. The Contractor shall also provide copies of the paint system submittals to the ' coating applica•.or. ► sample PSDS form is append*L the end Of this section. R. R►TERI►LS ' P►INT AND COATINGS SUPPLIERS The letter code will be found following the generic descriptions of materials outlined in the Specifications. alternate suppliers ' will be considered, subject to the approval of the Ebgibsar. Address given Is that of the general offices, contact then for information regarding their representative beareat tba project a Ste. , t S1g146.41 04102 ' 2 : A. SUPPLIER CODE A - COATINGS SUPPLIN25 (able to supply most heavy-duty Industrial coatings and architectural paints) Ameron Protective Coatings, Brea, CA Carboline Coatings CONpany, St. Louis, NO International Paint Coapany, New York, NY Glidden Company, Cleveland, ON ' Koppers Company, Inc., Pittsburgh, PA Mobil Chemical Coapany, AZUSA, CA Pittsburgh Paints, Pittsburgh, PA ' Porter coatings, Louisville, KY Prufcoat, Louisville, KY Sherwin w111iams, Cleveland, OR ' B. SUPPLIER CODE B - PAINT SUPPLI925 (Able to supply most architectural and Institutional paints) ' Ameritone, Long Beach, CA DuPont Chemical Company, Nilsington, DE Puller/OQBrion Paint Coapany, Sao Francisco, CA Benjamin Moore Paints, few York, NY Pittsburgh Paints, Pittsburgh, PA Pratt G Lambert, Inc., Buffalo, NY t Sherwin N111142s, Cleveland, ON C. SUPPLIER CODE C - SPECIAL COATINGS Teams industries Co., Bellflower, CA 50nmeborn-Contech, Minneapolis, Ms PAINT MATERIALS The following paint products are listed according to their approximate order of appearance in the paint Systems. Deviations ' from the specified paint systems must be reviewed 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 systess will be considered subject to the Approval of the Engineer. ' PRODUCT DEFINITION Organic Zinc Rich Converted epoxy, epoxy/pheonlic or Primer urethane type, miniaus 14 Ins; metallic Zinc content per gallon SUPPLIER CODE: a ' Bust-Inhibitive Primer slogls-package steel pricers with anti-corrosive pigment loading; say be alkyd, vinyl, epoxy eater, chlotioated rubber; 401 volume solids minimum SUPPLIER CODE: A-B 1 ' 517146.41 01102 3 PRODUCT DEFINIT_ON ' Alkyd Enamel Optlau■ quality, glass finish, sodium long oil, 45% Minimum solids by voluae SUPPLIER CODE: ►-B ' Nash Primer vinyl butyral meld SUPPLIER CODE: A Bituminous Paint 5ingle-cooposent, coal-tar pitch based; LBN [fniaus solids by volume SUPPLIER CODE: A , BStumlhous Sealer Sybthetic alcohol, soluble resin, and/or titanium Pigment ' SUPPLIER CODE: ►-B Stain Satin luster, linseed oil; alulmu■ volume solids, 46% ' SUPPLIER CODE: ►-B Acrylic Sealer Clear acrylic; ■inlau■ volume solids, ' 1L% SUPPLIER CODE: C Alkyd Wood Primer Flat alkyd, ■luiou■ values solids, 47% ' SUPPLIER CODE: a-B ►crylic/Later Finish Nigh gloss, single-cosponeht; sinlau■ t •oluae solids, 25% SUPPLIER CODE: ►-B PINT COLIRS , Colors to be used are shown on the Drawings. Proprietary Identification of colors is for Identification only. 1 AD? authorized Manufacturer say supply materials. C. WORKMANSHIP , GENERAL ' All materials of a paint system, including primer and finish t oats, *bull be produced by the same paint MaDutacturer. ' ' Dinners, cleaners drierr, and other additives shall be as Iecoasended by the paint Manufacturer of the particular coating. PROTECTION OP BATERIALS NOT TO BE PAINTED ' 2000we, mask, or otherwise protect hardware, lighting fixtures, masonry, switchplates, aluminum surfaces, Machined surfaces, ' cuupllbgs, sbafts, bearings, nameplates on Machinery, and other surfaces hot intended to be painted. Provide drop clatbs to prevent paint materials from tallia9 on or Marring any ad]actut surfaces. Protect working parts of all mechanical and electrical equipment from damage during surface preparation and painting 517146.11 09902 4 process. all OPODIAgs 1n motors shall be •asked to prevent palmt and all otter materials fro* entering the motors. ' ENVIRONEENTAL CONDITIONS Paint shall not be applied in eatre a heat, teaperaturns below ' 40 degrees P. nor In duet, smoke-laden atmosphere, damp or humid weather. Abrasive blast cleaning shall not be performed whenever too ' relative busldity exceeds AS percent, nor whenever the surface temperature is less than 5 degrees F above the dew Point of the ambient air. Coating manufacturer's .6c086Nad6t10ns to be tStrictly adhered to. PREPABATION Of SURFACES RETAL SURFACE PBEPaRATICh GENERAL ' No surface preparrtion blasting will be permitted prior to submission of samples. All workmanship for Natal surface ' preparation as spmclfled shall be to strict conformance with the current Steel Structures Painting Council (SSPC) Specifications as follows: Solveat Cleaning SP 1 Band Tool Cleaning SP 2 Power Tool Cleaning SP 3 ' white metal Blast Cleaning SP 5 Coamercial Blast Cleaning SP L Brush-Off Blast cleaning SP 7 PICAling SP a Year-Whit- Blast Cleaning SP 10 APPLICATION OF PAINT ' GENERAL ' Bahufacturerls written imstruct:oss for applying each type of Point or protective coating shall be farnlebed ptlor to application. Cleaned surfaces and all coats shall be Inspected ' by the Engineer prior to the succeeding coat. Apply all coating in strict accordance vita the paint manufacture"a recommendations, aN approved by the Engineer. sufficient time shall be allowed between coats to assure thorough irying of ' previously applied paint. t ' 5171Vb.Al 01102 S Units to be bolted together and to structures shall be painted ' prior to assembly or installation. FILM THICKNESS ' Coverage is listed AS either total minimum dry film thickness in ails (MDTT) or the spreading rate in square fast per gallon (SrPG). Per coat determlaatious are listed as MDrrPc or ' SYPGPC. The number of coats Is the ■itioua required irrespective of the coating thickness. additional coats ■ay he required to obtain the minimum required paint thickness, ' depebdlaq on method of application, differences in ■mhufacturers' products, and atmospheric conditions. Maximum film build per coat shall not exceed the coating manufacturerls ' recoasendatiuns. File thickness measurements and electrical Inspection of the coated sur:aces shall be performed with properly calibrated ' Instruments. Yecoat and repair as necessary for coapltaace with the Specifications. all coats will be subject -o inspection by the Engineer and the coating aanufacturer's ' representative. Particular attention should be given edges, angle-., flanges, ' etc. where Insufficient file thicknesses are likely to be present, ensure proper mlllage in these areas. After repaired and recoated areas have dried suffl:lently, ' find/ tests will be conducted by the Engineer. coating thickness specified in ails will be measured with a ■agoetic type dry film thickness gauge such as Mikrot*st, supplied by ' mordson Corporation, Anaheim, Ca. Discontiouitiex and voids In the coatings (except zinc primer and galvanizing) will be determined with &u electrical holiday detector, low voltage, wet sponge type such as Model M-1, manufactured by Tinker and ' iasor, Sao Gabriel, CA. DAMAGED COaTI#CS ' Damaged coatings, pinholes, and holidays *ball have the edges feathered and repaired In accordance with the recommendations ' Of the paint manufacturer. All finish coats, including toucb-up and damage-repair coats shall be applied in a sanaer which will present a suitors texture and color-satchel appearance. UMS►TISFACTORY APPLICATION ' It the Item has an Isproper finish color, or insufficient file thickness, thw surtace shall be cleaned and topcoated with the ' specified paint material to obtain the specified color and coverage. Specific surface preparation information to be secured from the coating manufacturer and approved by the Engineer. ' z17146.A1 U9902 ' 6 tAll risible areas of chipped, pealed, or abraded paint shall be hand- or power-sanded featbering the edges. The areas shall then be priaad and finish coated in accordance with the ' Specifications. Depending on the extent of repair and its - appearance, a finish sanding and topcoat ■ay be required by the Engineer. ' Work shall be free of runs, bridges, shiners, laps, cc other Imperfections. Evidence of these conditious shall be cause for rejection. Any defects in the coating system shall be repaired by the Contractor per written recommendations of the coating ' manufacturer. CLEANUP ' All cloths and waste that sight constitute a fire hazard shall be Placed in closed natal containers or destroyed at the end ofeach day. Upon completion of the wort, all staging, scaffalding, and containers shall be removed from the site or destroyei in a legal me bear. Paint spots, oil, or stains upon adjacent surfaces and floors shall be completely removed, and the entire lob left clean tand acceptable to the Engineer. PROTECTIVE COATINGS SYSTEMS INDEI ---------- -------- ------- ----- STSTEM NU. TITLE 6 BITUMINOUS-COATED PIPE ' 7 METAL TRIM AND STRUCTURAL STEEL 1 ALUMINUM 11 GALVANIZED METAL REPAIR 27 ALUMINUM AND DI5SIBILAR METAL INSUL\LION ' ARCRITECTURAL PAINT SYSTEMS INDEX ----- ------- ----- SYSTEM 10. TITLE 1G1 WOOD, STAINED (EXTERIOR) 517146.A1 01102 7 SYSTEM NO- TITLE ' 102 WOOD, GLOSS (INTERIOR) , 110 MASONRY SEALER ' PROTECTIVE COATING SYSTEMS ---------- ------- ------- SYSTEM NO. 6 BITUNINOUS-COATED PIPE Surface-Prep. Paint Material Min. Coats, Cover , Solvent clean Bituminous 2 Coats , (SP-1) Sealer Alkyd Enamel 1 coat, 2 RDFT SISTER NO. 7 METAL TRIS AND STRUCTURAL STEEL Surface Prep. Paint Material BSc.-Coats, Cover - ' Abrasive Blast, or Rust-Inhlbl- 1 Coat, 2 MDFT Centrifugal Wheel Live Primer ' Blast tSP 61 .OR- Pickle (SP a) Alkyd Enamel 2 COAts, V NDFT ' (Gloss) SYSTEM NO. I ALUMINUM Surface Prep. Paint Material Min. Coata Cover ' _____________ -------------- _________________ Anodize or Alod is Alkyd Enamel 2 Coats, V RDFT ' Treat (by Mfr.) SYSTEM No. 11 GALVANIZED METAL REPAIR ' Surface-Prep. Paint Material BID. Coats, Cover '--- -------------- ----------------- Solvent Clean (SP 1) organic zinc 1 Coat, 3 RDFT 'Followed by Hand Rich Primer Tool (SP 2), Power Tool (SP 3), or ' Brush-Off Blast ISP 7) S17146.Al Mae , a ' SYSTEM No. 27 ALUMINUM AND DISSIMILAR METAL INSULATION ' Surface---- _____-- -- Paint Material Mis. [oats, Sorer-- -'—_Coat_,_Cove_ ------------ solvent Clean (SP 1) Wash Primer 1 coat, 0.4 all Bltuaisous 1 coat, 10 ails Paint ARCHITECTURAL PAINT SISTERS ' SYSTEM N0. 101 YOCD, STAINED (EXTERIOR) Surface Prep. Paint Material Min. Coats, Cover Yood O11 Stain 2 coats. ISO SypGPC Sul-Traesparent SYSTEM No. 102 MOOD, GLOSS (INTERIOR) 1 Surface Prep. Paint Material Min. Coats, Cover ---- ----------------- Wood A1Rd wood I 1 coat, 430 SYpG Primer Alkyd (Gloss) 1 coat, 470 SIP.; SYSTEM No. 110 MASONRY SEALER ' Surface Prep. Paint Material Mtn. Coats, Cover Masonry Acrylic _____ Seale[ 2 coats, 100 SPpG PC PAINT APPLICATION SCHEDULE ' Unless otherwise Indicated in the Technical Specifications �r on the Drawings, the work shall be painted or coated In mecordat o rich the to"owing application schedule. In the event of f ros rthen6nglsearc as or o beforeost in theing thelrorRgla CeQYf3t clarification question. SISTER M0. 6 BITURINOUS-COATR➢ PIPE ' This system shall be used on the following ltsms or areas: t ' S17146.A1 01102 9 111 bltu&iDous-coated metal piping located inside the structure ' but not buried shall receive this system. SISTER NO. 7 METAL TRIM AND STRUCTURAL STEEL t This system $ball be used on the following items or areas: All metal doors and [fames, root vast&, louvers, loterier metal , ductwork, flashings, sheet Metalwork, and ■Lscellaaeous architectural metal trim, piping, valves, pulps, electrical Conduit, and equlpaest shall receive this system. ' The surface preparation and prlatr shall be applies to •11 surfaces prior to installation. Pi1 applied to the surfaces exposed ao need only be fters6 oats coats completion of ' construction. SYSTEM NO. 11 GALVANIZED METAL REPAIR ' This system shall be used on the following Stems or areas: All galvanised surfaces which are abraded, chlppeo, or t otherwise damaged, shall receive this system. SISTER 10. 27 ALUMINUM AND DISSIMILAR METAL INSULATIDN t This systea shall be used OD all nossubaerged concrete eabedded aluslnua surfaces, and on dissimilar metals In contact, t ARCHITECTURAL PAINT SYSTEMS ------------- ----- ------- Architectural systems and their colors are scheduled �n the ' Drawings. D. PAYMENT ' Peyaent for the work in this section will be Secluded as part of ' the lump sue bid aaount stated 1n the Proposal. (See PSDS form following this section) , 1 i S17146.41 01102 ' 10 ' PAINT STSTRN DATA SNRRT ' ►ttacbed products' Technical Data Sheet (It appllcaDle) to this sleet or each paint system submittal. Paint System Number (from spec.)..................................... tPaint System Title (from spec.)...................................... coatings supplier.................................................... Representative................................................ Surface Preparation.. Paint Baterial Product Name/Number Rin. coats (6eoeric) (Proprietary)-_- :Overage __Over____ 1 ............... .................... ........... ' ........... 1 ........ .....+.�.:.:.;.�.... ........... 1 1 ' S17146.11 01102 11 ' CBB020 10919 BISCELLIMEOUS SPECIALTIES ' ----- ------^----- ----------- A. SCOPE ' This section Covers the work necessary to furnish end Install, ' Coaplets, the following misbellameoms boilding specialties: Portable fire Extinguisher ' Chlorine Danger Sign GENERAL Like items of equipment provided hereunder shall be the and products of one ■anafacturer in order to achieve standardization ' for appeareace, operation, maintenance, spare parts, Rao manufacturer-* service. SUB91TTALS DURING CONSTRUCTION Submittals during construction sbail be made in accordance with Section 01001 In Division 1, GENERAL RLlU1REmLVIS. In aiditijn, the following sp*cl C1c Information shall be provided: BANUFACTURERS' LITERATURE Prior to ordering, submit to the Eaglaeer for review, manufacturers- descriptions, Installatloo data, color charts, cleaning and service lastructions, and warrantees for all items ' proposed for use. Clearly indicate Engineers Identification mark for each Item. B. RATERIILS PORTABLE FIRE EITINGUISHER Provide multi-purpose band fire eitihguisher with trl-class dry C bealcal extiogulsbing agent In pressurized, red enameled steel ' shell cylinder; activated by top squeeze handle; agent propelled through hose or opening at top of unit; for use on A, b, and class firms; Minimum UL rating 4A-6O9:C, 10-pound (4.S kqf capacity. provide all necessary brackets and fastenings to secure ' extimgulmber In position. S17146.A1 IL999 CHLORINE DANGER SIGN ' Porcelain enameled 16-9auge steel conforming to Porcelain Enamel Institute Specifications PEI 5-103 ea Manufactured by Setou Naze , Plate Corporation; Ferro Enameling Company; California Natal Enameling Co.; or equal. C. WORKMANSHIP ' INSTALLATION OF BUILDING SPECIALTIES ' Install bufldlag specialties as shorn and In accordance with the manufacturer's recommeLdations and printed Lnstructioms. Prior to ' the installation of the building specialties, consult with tbv Engineer $o that minor adjustment• in the locations c►n be decidedIn order to make the Installations ■ore attractive in appearance. ILNLall ■aterlals plumb or level As applicable and attach securely ' to the adjacent materials with suitable fasteners. Prevent scratching or damaging adjacent materials during the installation. PORTABLE FIRE EXTINGUISHER ' Mount bangers securely 10 position following manufacturer's ' recommendation, so that top of ektinguisher is no ■ore than S feet I1.S al above the floor. CHLORINE DANGER SIGN t Install where noted on the Drawings. Sign shall be installed without damaging the structure. Fasteners sball be stainless , steel, concealed or removable only with a special tool. DELIVERY, STORAGE, AND HANDLING Deliver and store ■aterlals In Manufacturer's original, unopened, , undamaged containers. Handle aateriala in such a manner as to prevent daaage to products ' or flhiabes D. PAYMENT Payment for the work In this section will be included as part of the luap sum bid amount stated 1n the Proposal. ♦ • • ♦ • ♦ ' S17141.a1 10999 ' 2 CVB006 11004 VERTICAL TURBINE PUB? ----- ------- ------- ---- A. SCOPE . ' This section covers the work necessary for furnishing and Installing the vertical turbine peep, complete. INrOREATION TO BE FURNISBED BY PUB? EANUFACTUNER PRIOR TO THE BID OPENING, pump manufacturers quoting squipaent ' prices to Contractors for consideratlem in this projezt shall submit to the Engineer by certified or registered mail the below-listed information. The pump will he 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 maze were completely set forth herein. ■o equipment will be considered for approval after bid opening. 1. Bake, model, and weigbt of pump and motor. 2. Dimensional drawings, which shall show veots and attachaeats to pump colusu. ' 3. Literature describing the units In detail and any exceptions to the Specifications. ' 4. Performance data curves showing flow, head, horsepower demand, and pump efficiency over the entire operating range of the pump, from sbutoff to the guarantee point and a ' reasonable flow range beyond. The Bidder shall indicate separately the bead, flow, horsepower demand, averall efficiency, and motor power factor at the guarantee point. S. Delivery time. EVALUATION BASIS Information submitted by pump manufacturers, Pump Dat, sheets, cost to Owner, operating and maintenance costs, efficiency, delivery time, and put service and reliability will be used for selection of the equipment. ' DEFINITIONS TOTAL READ ' Total head shall be the distance from the ceaterllae of the pump discharge flange to the water level in the well, plus the pressure in feet measured at the discharge flange, plus the ' velocity head in feet at the discharge flange. 51716.a1 11004 1 OVERALL EFFICIEPCF ' Overall efficiency shall include motor, pump, connectLog shaft, and piping losses between rater level and discharge flange. ' MANUFACTUREROS REPRESENTATIVE The pump manufacturer shall provide the services of an experienced t Pump technician to supervise the installation and to make flsal adjustments .o ensure tie proper operation of the complete pump system and to check alignment of the pump and motor, take amperage ' readings on the motor, and Instruct the Owners■ personnel on pump operation and maintenance. This instruction shall be for a period of one d—hour day (between Monday and Friday) after all equipment , bag Dean Installed and tested. The Manufacturer shall certify in writing that the pump has been installed within alignment tolerances and that vibration Ss within acceptable limits. The manufacturer shall issue certificates showing: ' Condition of pump upon unpacking at jobsits. That the handling of pump equipment was satisfactory to the ' manufacturer. The installation Is as specified and is acceptable to the ' manufacturer. The warranty or guarantee is in full effect wlth no t q4a11fications or reservations for one year after startup. Proof of the tecbnician-s experience shall be submitted 1:: a for■ , acceptable to the Owner. FACTORY TEST OF PUMP Prior to shipment provide to the Engineer certified copies of ' factory tests of the pump. R. MATERIALS ' PUMP DESCRIPTION , The pump shall he of the vertical turbine type conforming to ANNA SIDI, except as herein modified.Guaranteed ' Performance ),2SJ gps at 222 fegt total head Parto[mahc• 1 s 3716.A) 11004 ' 2 ' Size Limitation PuOP with specified facilities shall he attached to POOP column and Installed 10 20-iwch OD wall casing ' Puap Characteristics ?he pump shall have its guaranteed rated capacLty at or slightly to the right of the puaP's ►ighezt efficiency point, a comtismously rising head-capacity carve to shutoff, and a shutoff head of 320 feet maximum ' Minimum Overall 7S percent (see definition of overall Efficiency at efficiency( tGuaranteed Performance Speed 1,600 rpm maximum ' Lubrication water lubricated with accessories Pump Shaft Material 416 stainless steel ' Pump Bearing Material Bottom case bearing - bronze; series case hearings - rubber fluted; top ' case bearing - rubber fluted Impellers Fusion epory coated, closed tyoe ' Bowls Cast iron Discharge Head flanged, 12-inch, 150-pound al SI drilled, two-piece headahatt; provide facilities ..horn; tap r discharge pressurr gauge ' Cultism. Steel Scbedule 40 pipe with threaded couplings ' Line Shaft Material 416 stainless steel Line Shaft Bearings fluted rubber ' Head Shaft Material 4" stainless steel Shaft Seal Bleed-oft type stuftlng box, packed t type, consisting of two-cage rings and tour rings of packing ' Mead Shaft Coupling as provided by hollow shaft motor rite two-piece head shaft 1 ' 51716.&1 11004 3 Suction 0e11 Smooth entrance with no threads at t inlet Total Length of To be arranged to provide for All Pump Composents Isatallatien as s►ere ' Soleplate Provide steel solsplete tar ise pump; Plate shall be 34 Inchon cuter ' disaster, minimum I-loch thica. machined on the pump base side with &Boot► edges; Plate shall be drilled ' for anchor bolts of the size shown and shall be provided either wits stud■ or tapped holes to secure pump base flange; soleplate shall be palatal in ' accordance with paragraph PAINTING bsrelnat ter Liquid to be pumped Pater from screened well in alluvium t Pump shall be furnished with a 1/4-10ch diameter copper air line inserted Ln-o A one-Iocb dlaaeter PVC air sleeve line, and a ' one-inch diameter PVC sensor sleeve line. Lines shall he as shown OM the Drawings and as specified to Sectioo PLUMBING AND MISCELLANEOUS PIPING SYSTEMS. ' DRIVE MOTOR The motor shall he designed, manufactured, and tested in 1 accordance with the latest revised edition of NEMA MG 1. The motor shall confors to the following: GENERAL DESCRIPTION ' Type Squirrel cage, mingle-speed, , energy-efficient Enclosure Dripproof, guarded Horsepower As required by the driven equipment; ' the motor nameplate horsepower rating shall sot be exceeded at any head capacity point from zero flow to ■azlaum pump output Efficiency Guaranteed full load ONES& minimum ' efficiency• shall be mot less than the following as de:eralsed by IEEE Test Method 6: 100 hP. 43.6 percent , 1 S1716.A1 11004 4 • , synchronous Speed To match driven equipsent Volts 460-volt • ' P es 3-phase mounting Vertical hollow shaft Enclosure Drip-proot ' Service Factor 1.15 Duty Cycle Continuous ' Ambient Teaperature 40 degrees C Bating Insulation Class B or F vltb Class B temperature rise Starting method Reduced voltage Thrust Bearing maautacturet's standard Lubricatluh Guide Bearing Manufacturers standard Lubrication Bearing life (Bin.I 40e000 hours ratlsg life is defined by AFBBA standards tCoupling boare►eree Upthrust upthrust protection of 3, percent of Protection downtbrust shall be provilea ROTOR NODIFICATIONS AND ACCLSSORIE5 tSpace beaters to prevent moisture condensation At 3S degrees F and 100 percent relative humidity rated UO volts. tScreens over all air opealhgs. Grouading terminal in cosdilt tor. Thermal protectors built into coils for stator vlading protection. Provide any required protector monitoring relay, ' Resting►ouse Guardlstore General Electric Thermistor, or equal. t ' sly1L.A1 11004 5 THRUST BEARINGS Thrust bearings shall be o11-bath lubricated or as recommended by the manufacturer. The bearings shall be so designed that their rated life with the pump operating at the guarantee point is not less than 40„000 hours. Rated life shall be determined in accordance with the latest standards of the ►Fla►. ' SHOP DRAWINGS Shop drawings shall be submitted to accordance with the provisions Of Section GENERAL REQUIREMENTS. Shop drawings shall Include _ descriptive information ;s required to fully describe the syste■ hardware and overall performance and to state deviotians, if any, fro■ the specified requirements. Shop drawings shall Include the following: Complete Snformuclon on the equipment to be furnished. ' Diasnsional drawings showing outline dimensions of all puap components. Wiring diagrams and connection instructions. Rotor efflcie,.cy and power factor at full load and rated ' voltage. Motor no-load, starting, and full load current at rated voltage. Full load speed and full load current At 110 percent voltage. Rotor efficiency and power factor at 112, 3/4, and full load at rated voltage. Ctrtified copy of test report for identical motor tested In accordance with MENA NG 1-12.53a and IEEE Standard 112, Test Method M, shoving full-load efficlebcf meeting or exceeding , specified values. Motors not as specified cball be rejected. PREPARATION OF OPERATING AND MAINTENANCE MANUALS ' Provide manufacturer's datalog Snforeation and dlagraas for the preparation of operating sod maistenaoce manuals as specified In Section GENERAL REQUIREMENTS. PAINTING All Painting shall be done In accordance wltb Section P►INTIa; and , the tollowing. All ferrous surfaces above aed below the , beat flange shall be painted. ' S1716.11 11004 , V ' All submerged ferrous metal parts of the pulps, dnclullog the 10216e of the pump column and the inside of the discharge head, shall be given a shop primer and two finish coats of paint. Paint shall be Koppers Super Tank, or approved equal. Total dry film ' thickness shall be 16 to 20 ails. surface preparation before Painting shall be White Sandblast (SSPC-Sp S). Furnish exterior of discharge heads and motors with ■amutecturerls standard prime and finish paint coats. FIELD P111TI11; Damage to painted surfaces below the pump base flange shall be touched up with Koppers Nituaastic No. 50 or as approved. Field painting of exposed surfaces shove the pump base flange shall be as specified 10 Section PAINTING. ' C. mOWKKANSNIP INSTALL►TI.,w Install the pump in accordance with the pump sanufacturarils directions and these Specifications. The pump installation shall be supervised by a sanufacturerils representative and shall be approved by this reoreseacative prior to opfratisg the pump. Handle caretully and protect the pump and appurtanaacas to avoid damaging the egulpeent. If the pump and column are laid down, support them with blocks to prevent damage. Install pump with the t shaft plumb. Level base by means of steel vadgas (steel plates and steel shies). wedge taper shall not be greater than 1/4 inch per foot. use double wedges to provide a level bearing surface ' for the pump base. Secure each pair of wedges 1n their final Positions with one tack weld on each side after leveling is complete. Accomplish wedging so that there is no change of level or springing on the foundation when the foundation bolts are tightened. Install the pump so that connection say be cede to the suction and discharge headers without any springing or otherwise forcing either the pump or the header. Carefully fit and coat all bolt threads with lubricant to facilitate future removal. After the pump has been set 10 position and wedged to the proper ' elevation, back off amcbor bolt note beneath the baseplate, caulk the space between the bottom of the pump nameplate and the concrete foundation with a dry, tamped-lb mixture of sand and cement. The mortar mixture shall consist of 1 part cement and ' 2 parts sand with only sufficient water to make a dry, crumbling Ross. When the mixture is pressed tightly together Soto a ball with the hands, there should not be sufficient water in the ' mixture to stain the hands, and when such ball in brokeo, it should crumble. Tamp or rod this dry mixture solidly into the space between the machinery foundation and the Concrete. A ' backing board or stop shall be provided at the back side of this space against which the dry mixture cam be tamped. The arrangement of the column shall be straight and vertical when the 51716.A1 11004 7 lostallatiob is complete. ' DISINFECTION Care shall be taken to prevent the entrance lato the well of dirt ' or other contamination during the operation of Installing the pump. The pump bowls, colusa, and airline shall be thoroughly washed, first with clear rater, and tleo with a 50 Fps chlorine L ' solution sedlataly before being placed late the well. The inside of the vale, casing above the eater surface shall also be thoroughly washed with the SO Fps chlorine solution before ' installing the pump into the well. Pour additional chlorine solution into the wall in such volu�e and strength to result in a coo centratioo of at least SO parts per zillion of free available chlorine In all parts of the well. allow the chlorine to stay In ' the wall for 24 hours attar the pump box been installed. Than Poop the chlorine out of the well and to waste to a saoner approved by the Engineer. ' TESTIYG ROTOR 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 be provided Engineer for review. FIELD TEST Prior to acceptance of the installed poop, demonstrate proper ' operation of the pump At the guarantee point, at which time data $ball be taken on the total bead, flow, and horsepower requllements of the pump. furnish all Instruments and lobar as ' required for this procedure. Furnish electrical paver tar the test. BALANCE OF VIBRATION ' The rotating parts of each pump abd Its driving motor shall be :statically and dynamically balanced before tia:l assssbly. The ' driving motor lobe shall operate withost vibration to excess Of the limits stated In the latest revision of ■NBA AG I. The complete unit, consisting of tbs motor sad pump, Canaecfed and ' in ei operation,tine, shall not dewel exceeding op amplitudes at vibration limits recosaesded by nq the latest edition of Hydraulics Institute Standards for centrifugal pumps handling clean liquids (maximum 4 ails peak-to-peak amplitude). ' 1 S]y3�.A1 11004 t e ' TEST 'aILUPEs Units failing the field tests shall he ruligosd and retested, ' If pulp fails the second tut, the emit rill be re}acted and the Contractor shall furnish a unit that vlll perform as specified. ' D. PAYMENT ' Payment for furnishing and installing the pump, motor, accessories, testing, and service of the ■amufactureris erection supervisor vlll he Bade at the price for the equipment quoted to y the shall ment tbt Proposal constitute sfullt cospensatiosn for furai er. This hinge a add Installing the equipmeut in satisfactory operating condition, caepl ate, u specified. (see PUMP Da Ta SHEETS next page) t 1 ' 51116.a1 1100V 1 POMP DAT► SBEET NO. 3 ' ►ERTICAL TURBINE POMP BIDDERIS BABE ....................................... DATE .......... PUMP DATA RPM .................................................................. ' Manufacturer ......................................................... Model so. ............................................................ ' No. Of Stages ........................................................ Nominal Sire Of Bowls ................................................ , Narimue OD of bowls .................................................. ' Overall Length Bowl Section .......................................... Pump Shaft Diameter .................................................. ' Pump Shaft Material .................................................. No. of Pump Bearings ........................... ................ . ..... ' Pump Bearing Material ................................................ Description of Pump Bearings ......................................... Pump Bowl Catalog No. ...... .......................................... ' Pump Bowl Material ... . . .... ................. . ........... ............. ■ Pump Bowl Lining ..................................................... Impeller Type (Open. Closed) ......................................... Impeller 10. .................................... ..................... ' Impeller Material .................................................... ' Type Lubrication ........................................ ............. BP Damand at Guar. Point ............................................. ' Pump Efficiency at Guar. Point ....................................... COLUMN SHAFT DATA---------------- t Column Slie .......................................................... , 5171L.►1 11004 , 10 ' Type Column Couplings ...................................... Line Shaft Size •••••••••• ' Line Shaft Insert Material ........................................... Line Shaft Coupling Material ......................................... No. Line Shaft Bearing Spacers ....................................... ' Line Snatt Bearing Materials ......................................... Line Shaft Bearing Description ....................................... Line Shaft Bearing Spider Material ................................... ' DISCBaRGE_HEAD Manufacturer ......................................................... Model so. ..................................................... ....... ' Guide Bearing Material ............................... ................ Guide Bearing Lubrication .................................... Guide Bearing Type ................................................... Haight ............................................................... ' TMRUSTBEARING _ Manufacturer ......................................................... t Manufacturer's No. ................................................... ' Bar. Total Thrust at Guar. Point ....... ....................... Rating Life In Hours ...................... ........................... MOTOR Manufacturer ......................................................... Model NO. and Type ............................. ........ Bosinal MP ........................................................... sorer factor at Guar. Point .......................................... eelght ........................................... S)7)t,.►) IIJ04 )) Rotor Efficiency at Guaranteed Pull Load ............................. 1 Power Factor at Pull Load ............................................ , Overall Efficlency at Guar. Point .................................... Heater Rating - watts ..................... ........................... ' Rat. Diameter ........................................................ The following data are the actual performance characteristics of the ' Pump proposed for Installation as specified. OPERATIRG CH►RACTERISTICS ------------------------- Overall ' Pump Efficiency Quantity Total Real H Demand Efficiency Pump E Rotor 1 P Igpa) (feet) by Pump M -_-- '------- ---------- --------- ---------- ----- 0 (shutoff) ....................................................... ' 60C ...................................................................... 1000 ' ...................................................................... 12s0 ...... (Guar.) ....................................................... ' 1400 ........................................... ........................... 1700 ...................................................................... ' 1 1 1 S1716./1 11004 ' 12 ' CNBL32 11360 CHLORINATION EQUIPMENT AND ACCESSORIES ----- __- A. SCOPE This section covers the work necessary for furnishing and Installing the chlorination equipment and accessories, complete and ready for operation. INFORMATION TO BE FURNISHED By MANUFACTURER No equipment will he considered for approval after bii opening. ' PRIOR TO BID OPENING, manufacturers quoting equipaent for consideration in this project shall submit to the Engineer by ' cartltied or registered mail Complete descriptive literature Identifying the units of equipment in detail and any exceptions to the Specifications. B. MATERIALS AUTOMATIC SNITCHOYER SYSTEI ' Provide necessary equipment and facility to automatically change the chlorine source of supply from an exbausted cylinder to a standby cylinder. The automatic svitchorer device shall not require any external power for its operation and shall not require resetting after tha exbausted supply Is replaced. It shall be mounted to the two-Cylinder scale with A manifold for one cylinder active and one on ready and shall provide automatic pressure reductloop positive manual shutoff, and shall have a trap and f liter. It shall he similar to NAllace and Tiernan Series SO-175. TWO-CYLINDER SCALE Provide one chlorine cylinder weighing scale similar to Series SO-34S, tvo-cylinder scale as manufactured by Wallace and Tiernan. The scale shall consist of a low level platform no more than 1-112 Inches above the floor that weighs the tares plus ' contents of two ISO-pound chlorine cylinders, a steel Colman with cross bar and safety cbaihs to secure the chlorine Cylinders on the platform, and an Indicator with individual dials that read the ' net weight of chlorine remaining In each cylinder independently. Manual adjustaent shall also he provided for the adjustment of the tare weight of the individual cylinders. S17146.A1 11360 1 CHLORINATOR ' The chlorinator shall be vacuum operated, solution feed type with •usual dosage adjustment. The chlorinator shall have variable orifice type feed rate adjustment with both vacuum and ' differential pressure regulator controls. Accuracy shall be 4 percent of Indicated flow rate over a feedieg range of 20:1. The chlorinator shall have maximum capacity of ISO pounds of 1 chlorine gas per 24 hours and shall be furnished with floe rate meters and orifices as regcired. ' Furnish chlorinator suitable for wall mounting mad complete with feed rate voter, gas pressure gauge, &&d [ace edjusc knobs for control. t 111 covponents shall be constructed of corrosion-resistant material. Furnish as standard accessories all necessary spare ' Portz and connection piping. Chlorinator shall be Wallace and Tiernan A741 or equal. ' ALARM UNIT FOR CHLORINE DETECTOR Provide a wall-mounted 11S-volt alarm unit for the chlorine t detector. The unit shall have both a red warning light and a butter with an OW-OFF svit:h and shall be a Wallace and Tiernan Type U-1154b. or as approved. Mount with center 4 feet from the ' floor where shown. Unit shall be attached to the wall on its side, facing the door. CHLORINE INJECTORS ' Furnish chlorinator with an internally mounted fixed throat injector sultable for Evading the maximum capacity of the ' chlorinator furnished against a back pressure of AO psi with available water supply pressure of 145 psi. The injector shall have built-in spring loaded diaphragm check valve to positively 1 prevent water from leaking into the rater supply piping when the injector is either not In operation or under 1Dteraitt0Dt ON/OFF control in the OFF condition. CHLORINE DETECTOR ' Chlorine detector shall be 115-volt, 60-Mx, wall-sounted, Wallace ' and Tiernan Series SU-125, or approved, with brackets suitable for wall ■ounU Dg. Mount one foot above floor. Contacts shall be included so alarm will be actuated upon presence of 3 to 5 mg/I chlorine gas concentration in chlorine room. If there is a power ' failure, the detector shall automatically reset itself upon power resumption. The alarm signal shall require &&Dual resetting. Furnish 1-year supply of electrolyte tablets and two packages of charcoal for filter. 1 517146.►1 1136U , 2 BOOSTER PUMP Close coupled, single stage, turbine type, 200 feet of heat, 12 gps, bronze fitted, three-phase, 220-volt, 3,S00 rpm, dripproof NERA motor; Aurora 135. Chlorinator supplier ■hal_ provide pressure relief valve and needle valve with stainless steel *mat ' and handle. CHLORINE DIFFUSER t Pipe tap type diffuser with 1-1/2-Imcb diameter vain cobnection, Pic tall valve and check valve. Diffuser shall extebd in main 4 inches. Chlorine diffuser shall be Wallace and Tiernan 145.05u, tor equal. MISCELLANEOUS EQUIPMENT The following items are listed for the benefit of the Contractor, but no guarantee is given as to the completeness of the list. The Contractor shall make his owu determination of the items required ' for a complete operating system. Where Wallace and Tiernan catalog numbers are used, it Is understood that an equivalent Fischer and Porter, or equal product, will be acceptable. All items shall meet Chlorine lnstitute requirements. The following shall be furnished and installed: Two flexible connections with expansion loo P, 3/6-incb 1: cadmiva-plated copper tubing, Wallace and Tiernan Ul-49a, length 4 feet. ' Two auxiliary cylinder valves, Wallace and Tiernan U-1234. ' Three header valves, Wallace and Tiernan U-3742. Two cylinder maultolds. ' Screen for chlorinator vent like. One gas ■ask, chlorine cannister type, with extra annister, ' ASA 4S7063, faceplate, and one extra air tank. Unions, suitable for chlorine gas application. ' Spare gaskets, complete set, to include ring gaskets, 0-ring.., stem seals, stem packing, lead gaskets, etc. ' Chlorine Institute Emergency Repair Kit Type 5 for 1SU-pouod cylinders. 1 t ' 517146.a1 11360 3 Provide all necessary ammonia type fittings for a complete Installation. C. NORMMANShiP ---------- The usufacturer of the chlorination equipment shall furnish supervision of the Installation of the equipment and Instruct the ' Owner's personnel is Its use. Chlorinator and control equipment shall be lastalled In strict conformance with the mahufacturerps recossendations and the Chlorine institute Standards. , Prior fto pump station startup, all equipment shall De Inspected or,[proper alignment, proper concoctions, and satisfactoty p erormance Dy means of a functional test. ' Gas, solution, and ♦eat pipiDg shall be furnished and Installed under SeCtlba PLUMBING AND SISCELLANEDUS PIPING SYSTEIS. ' All el 0ctrlcaI wiring and conduit shall be furnished aDi Installed So Division lr, ELECTRICAL. t D. PAYMENT Payment Ior furaishiog and "stalling the equipment in talc 'section will be adds at the price quoted in the Proposal for the equipment selected Dy the Owner. This price Nei payment shall 'constltute full cospensatioo for rurDlshlnq and lostalliaq the equipment LD satisfactory operating condition, cosplete, as specified. 1 1 1 S17141..Al 11360 ' 4 ' cweaoe 15003 DUCTILE IRON PIPE AND CAST IRON FITTINGS ___ _____ ____ ____ ___ A. SCOPE This section corers the rock necessary for furnishing and losta11109 the ductiiG Sion pipe and Cast iron fittings, complete. ' Concrete thrust blocking %hal, be as shorn on the City of Renton Rater Standard Detail At tie and of this section. Thrust tie rod Attacbseats for buried Pipe shall be as shown on the City of RQatOn Rater Standard Detail At the end of this section. tB. MATERIALS tJ01NTS Pipe ;olbt$ shall be push-on joints, except where specifically t shown or detailed otherwise. Pitting joints shall be aechaalcal or flanged, except where ' specifically shown or detailed otherwise. MECHANICAL JOINT CAST IRON FITTINGS Mechanical Joint cast iron fittings $ball be Class 25J for 4-loch through 12-Inch site and shall conform to AwwA C110 with gaskets conforming to AwNA C111. Furnish fittings complete with glands, ' gaskets, nuts, and Dolts. C08ent-mortar lining for fittings shall be same thickness specified for pipe and shall be seal-coated to ANNA C104. FLANGED CAST IRON FITTINGS ' Flanged case iron fittings &ball be Class 2SU for 4-lach through 12-Inch and shall conform to ANNA C11D. The fittings shall be cement-mortar lined to same thickness specified for pipe and shall be seal-coated to ANWI C104. ' GASAE7S Gasket material for flanged Joints shall be cloth-inserted sheet rubber gaskets conforming to ANNA C207 and ANSI 816.21, 1/e-lacb thick. The gasket shall be full-cue, with holes to pass bolts. Gasket material shall be tree from corrosive alkali end acid ' Ingredients. ' 517146.&1 15003 1 DUCTILH IRON PIPE ' PUSN-ON JOINT PIPE Push-on jolat ductile iron pipe shall be centrifugally cast of 60-42-10 iron and shall conform to ►RYA C151. Thickness class shall be Sl. The pipe shall be cement-aortar lifted and seal , coated in accordance with &NSA C104. The posh-on type joint Shall be in accordance with ANN1 C111. Joint materials suitable for the specified pipe sizes and pressures *ball conform to applicable parts of Federal Specification NN-p-421 ' and shall be furnished with the pipe. A nontoxic vegetable soap lubricant shall be supplied with the pipe In sufficient quantities for Installing the pip.. ' FLANGED JOINT PIPE Flanged joint pipe &ball be centrifugally cast of w0-42-10 Iron ' and shall conform to &NSA C115. Thickness class $ball as 53. The pipe shall be cement-mortar lined and seal coated in accordance with ARNA C104. Screwed-on flanged pipe shall be , factory-tested to 25L psi with certification provided to the Eoglneer. POLYETHYLENE ENCASEMENT FOR ALL BURIED DUCTILE IRON PIPE AND ' FITTINGS Polyethylene material, thickness, and width shall conform to ' ANNA C105. FLANGED COUPLINGG ADAPTORS Rockwell International Type 112, or as approved, with ductile Iron bolts and tollowwr. MECHANICAL COUPLINGS Mechanical couplings not a part of the pipe Itself shall be cast Iron couplings with rubber rings and ductile Iron bolts and outs. Couplings shall be Dresser No. 36, or equal. MECHANICAL JOINT SOLID SLEEVES ' U.S. Pipe Type U-S14 long $0116 sleeve or approved equal. THRUST TYING NATERI►LS FOR NONNURIED PIPING Thrust tying materials for pipe 1-2-lath and *sailer shall consist ' of thrust tie rods tied through the flanged coupling adapter to the hart flange as shown. Rod number and silo are shovu. Ross shall have A 21n1&Ym yield strength of 406000 pal, Shall have t National cobras threads with two outs at the and or am* self-locking nut, and Shall be used with steel rod couplings, Stellar Corporation, or equal, at the flanged coupling adapters and flanges. Radar outs, and couplings shall be as specified , berelabefore. S17146.11 15003 ' 2 ' THRUST BLOCKING MATERIALS The materials used for concrete for tbriat blocking shall conform to the requireseuts specified In Section REINFORCED CONCRETE. The proportions and six design shall be such that the concrete will develop s minlaus strength of 2,SOO psi at 26 days. ' TRENCH EXCAVATION AND BACKFILL Specified IB Section EAkTHRORK. ' C. VORKMANSHIP TRENCH EXCAVATION AND BACKFILL Trench excavation and backfill is specified In Section EARTHNORK. BELL (JOINT( HOSES ' At the location of each joint, dig bell joint holes of ample dim- ,sious in the bottom of the trench and at the sides where necessary to permit the joint to be Bade properly and to perait easy visual inspection of the entire joint. REMOVAL OF RATER Provide and maintain ample Beans and devices at all time. to remove and dispose of all water entering the trench excavation during the process of pipe laying. HANDLING Handle the pipe so as to prevent injury to the coatln7 and lining. ' Place no pipe or other material Inside any other pipe at any tine after it has been coated. LAYING HANDLING MATERIAL ' Provide and use proper SNpleaests, tools, and facilities for the safe and proper prosecution of the work. Lower all pipe, fittings, and appurtenances into the trench, piece by place, by ' Beans of a crane, slings, or other suitable tools ar equipment, 10 such a manner as to prevent damage to the pipeline materials and protective coatings and linings. Do not drop a: dump ' pipelise materials Into the trench. ' 517141..Al 15003 3 CLEANING PIPE AND FITTINGS t Remove all lumps, blisters, and excess coal-tar coating fras the bell-and-spigot ends of each pipe. ➢ire brush the outsile of the spigot and the inside of the bell and ripe clean, dry, , and free from oil and grease before the pipe is laid. Wipe the ends of aecha sical Joint pipe and fittings and of ' rubber gasket Jolni pipe and fittings clean of all dirt, grease, and foreign Batter. PLACING OF PIPE I➢ THE TRENCH ' Do not allow foreign material to enter the pipe while it 1� being placed In the trench. ' After a length of pipe 1s installed in the trench, secure pipe in place with backfill material tamped under and along sides to ' Prevent movement. Keep Brim clear of backfill. After each section is jointed, place backfill as specified to prevent movement. CUTTING PIPE ' GENERAL ' Cut pipe for inserting valves, fittings, or closure pieces in a neat and workmanlike ■dnaer without dasaging the pipe ' or lining and so as to leave a smooth end at right angles to the axis of the pipe. DUCTILE IRON PIPE ' Cut pipe with milling type cutter or saw. Do bat flame cut. DRESSING CUT ENDS ' Dress cut end of mechanical Joint pipe t� remove sharp edges , or projections which may dasage the rubber gasket. Dress cut ends of push-on Joint pdp� by beveling, as recommended by the manufacturer. PERMISSI➢LE DEFLECTION AT JOINTS t Naerever it Is necessary to deflect pipe from A straight line, ' either In the vertical or horizontal plane, to avoid obstructions, or where long-radlus curves are permitted, the amount of deflection allowed shall not exceed the values recommended by the pipe manufacturer. , 517146.A1 15003 , 4 ALIGNMENT Pipalf new Intended to be straight shall not deviate from the ' straight line at any joint in excess of 2 Inches. UNSUITABLE CONDITIONS FOR LATING PIPN Do not lay pipe in water or when, 1n the opinion of the Engineer, trench conditions are unsuitable. JOINTING POSH-ON JOINT PIPE ►ND NECK►LAICAL JOINT FITTINGS Lay and join pipe With Wi push-on type joints in strict recommendations. Accordance tools and th the ■anufacturer•m recommend Provide all•ecot ccordal spec Muc Items requireACtor t be 48 special installatioo�ac1uDrlcmmtr fso or and similar spmi�ar gasket s shall De furnished by the pipe manufacturer, and no substitutes Will be permitted and ar any circumstances. Mechanical joint fittings ♦ary slightly with different accordance with Install the particular pipe furnished to general, the pro the In celure nshall ube�as hereinafter lmpecified. Clean the ends of the pipe of all dirt, .ud, and tareign natter by Washing with rater and scrubbing with a wire brush, after whicb slip the gland and gasket on the plain end. If ' necessary, lubricate the pipe and to facilitate slidlog the gasket in place. Then guide the end of the pipe Lbto the dell thetbe11Pipe previously laid. Locate the spigot centrally in . place the gasket in position, Mod iusvrt the bolts it the boles. Torque rangesto De produce should producduc applied to bolts and Wrench leoq•.hs which ' e the required torque when •man should be as follows: p pl Sed by the average ' Diameter of Torque Range Molt-----)- ( breach Foot-Pounds) Length 9 (ln,) I5/d VO - LO 3/Y Lu - 10 N I 1-1/4 e 70 - 100 l 1 10 - 120 14 Rhea tightenlog bolts, bring the gland up toward the Llaage even) , maintaining approximately the $ame distance Dvereen the 91abd and the face of Lae flaoge at all points around the lot kOverstresse bolts totcompensatel tort' oorlttle me a time. Do ' effective sealing Is not attained •t the MaximumntUrque,tt disassemble the joint and reassemble at ter cleaning. ' 517146.►l 15003 5 =n` JOINTING FLANGED JOINT PIPE ' Prior to connecting flbsged pipe, the faces of the flaages shall to thoroughly cleaned of all Gilt gramme, mad foreign material. , The rubber gaskets shall be checked for proper fit and thoroughly cleaned. Care shall be taken to assure proper seating 3f the flanged gasket. Bolts shall be tightened So diametrically ' opposite order so that the pressure on the gasket is unitorm. Torque-limiting wrenches shall be used to ensure uniform bearing. It lulnts leak when the hydrostatic test is applisdt the gaskets shall be removed and reset and bolts retighteoed. , COaNECTIONS TO EXISTING LITER PIPELINES All CGnneCLlbnm to existing water pipelines shall be aerie by the ' Owner. All oecestiry trench excmvatlout backfill, mad surface restoration shall be performed and all oecessary materials shall be supplied by the Contractor. Contractor shall furnish equipment and manpower to assist the Owner@s crew for the connections. The Contractor shall remove *listing and temporary plugs and concrete thrust blocking prior to the Owner making the concoction. All ' materials shall be on-site prior to Owner notit:citioa to make the connection. The c000ectioo will be made aftot pressure test and steriliratiot of the Bev work prior to conbe:tloo to 31i. ' NIPPLES Pieces of plain end ductile iron pipe. Length shall be field , determined and the length shall be adequate to make conaections to existing water pipelines as shown. INSTALL►TION OF POLYETHYLENE ENCASEMENT FOR ALL BURIED DUCTILE ' IRON PIPE AND FITTINGS The polyethylene encasement shall be installed oo all pipe mnd mppurteamncu, such as fittings and valves, in accordance with Section 5-4 of ANNA C105, Method A. FLANGED ADAPTERS AND COUPLINGS , All buried flanged coupling adapters mod couplings shall be field t painted with two coats of Koppers Bitusastic No. s0, total OFT 30 mils. THRUST PROTECTION THRUST ULOCKING On all pipelines, securely anchor by suitable thrust blocking, ' all teem, reducers, plugs, caps, sad bends exceeding s degrees, and at other locations where unbalaaced forces exist, as , directed by the Engineer. t s17146.11 1SO03 ' 6 1 ' The concrete sir shall have 26-d4y compressive strength of not 6 less than 2,500 pounds per square itch. Place blocking between the undisturbed ground man the fitting to be anchored. The bearing surface shall be calculated based on a moll boating load of 2,03a pat and a test pressor* of 250 psig. Place the blocking so that the pipe and fitting joints will be accessible to repairs. Cortors to the Water Standard Detail At the end of • , this section. Th RUST TYING • , Provide as shown on the Drawings. Prior to pressure test, all nuts shall be checked for tightness against adjacent flange. • ' HYDROSTATIC TESTS Make pressure and leakage tests on all newly laid pipe. furnish all necessary equipment and material, make all taps in the pipe as required, and conduct the tests. The tests shall be :ooductad between valved sections of the pipeline, or as approved by the Engineer. Toe Engineer will monitor the tests. Furnish the following equipment and materials for the teats: tamount Description ' 2 approved graduated containers 2 Pressure gauges 1 Hydraulic force pump approved by the Engineer ' Suitable base and suction pipe as required Conduct the tests after the trench has been backtillei or partially baCkfllled with the loiots left exposed for inspection, or eau completely backtilled, as permitted by the Engineer. Where any section of pipe is provided with concrete reaction blocking, do not make the pressure test until at least 5 days have ' elapsed after the concrete thrust blocking 1s installed. It blgb-early cement is used for the concrete thrust blocking, toe time say be cut to 2 days. ' Conduct the pressure test ft the following manner, unless otherwise approved by the Eoglaeer: After the trench has been backtilled or partially backtilled as herslnbefors specified, fill the pips with water, expelling all air during the filling. The test pressure shall be 2SO psig. Pipe located beneath toe pump station shall be pressure tested PRIOR TO POURING the floor slab. ' DURATION The duration of each pressure test *ball be 1 bout. The successful pressure test shall be immediately followed by a 2-hour leakage test. t t5171*6.Al 15603 PROCEDURE ' Slowly till the pipe with eater and allow to stand for 24 hours. Expel all air from the pipe. apply and maintain the ' specified teat pressure by continuous pumping If necessary for the entire test period. LEAKAGE TEST t Leakage shall be defined as the quantity of water necessary to hold the specified test pressure for the duration of the test period. No pipe installation will be accepted if the leakage Is greater than the number of gallons per hour as fetermined by the followlaq formula: 1/2 :D(P) 7400 In the above formula: ' L • Ali..wable leakage, In gallons per hour N • Number of joints in the length of pipe testes ' D • Nominal diameter of pipe, In inches P • Average test pressure during the leattge test, In pounds per square inch gauge The pump suction shall be in a barrel or similar device, or , metered so that the amount of water required to maintain the test pressure within plus or sinus S psi say be measured accurately. CORRECTION 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 specifled t allowance. All visible leaks shall be repaired on exposed piping. STERILIZATION Pipelines shall be sterilised before placing In service. Sterilizing procedures shall conform to AwmA C401 as bereinefter modified or expanded and the requirements of any governing agency having jurisdiction. , 1 517146.&1 1S003 , 6 • ' FLUSHING Before sterilizing, flush all foreign utter from the pipeline. ' Provide hoses, temporary Pipes, ditches, etc., as required to dispose of flushing eater In a manner approved by the Engineer. Flushing velocities shall be at least 2.5 fps. ' STERILIZING RIf TORE Sterilizing mixture eball be a chlorine-vater solution having a ' free chlorine rimidual of 40 to SO ppe. The sterilizing mixture shall be prepared by injecting: (1) A liquid chlorine gas-water mixture; (2) dry chlorine gas; or (3) a calcium or ' sodias hypochlorite and water mixture into the pipeline at A measured rate while fresh water 1e 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 cbozinating device. Dry chlorine gas shall be fed through proper devices for regulating t!e rat* of flow and providing effective diffusion of the gas into the water within the pipe being treated. Chlorinating devices fur feeding solutions of the chlorine gas or the gas itself must provide means for preventing the backflow of water into the chlorine cylinder. If the calcium hypochlorite procedure is used, first mix the dry powder with water to make a thick paste, that thin to approximately a I percent solution (10.000 ppa chlorine). it ' the sodium hypochlorite procedure Is aset, d.iute the liquid with water to obtain a ] percent solution. The following proportions of hypochlorlte to water will to required: Product Quantity Rater ' Calcium hypochlorite (1) (65 - 70 percent C1) 1 lb 7.S gal. Sodium Hypochlorite (2) �5.25 percent Cl) I gal. 4.25 gal. Ill Comparable to commercial products known as HIE, Perchloron, and Pittchlor. (2) known as liquid laundry bleach, Clorox, Purex, etc. ' POINT OF APPLICATION Inject the chlorine mixture into the pipeline to be treated at the beginning of the line through a corporation stop it suitable tap in the top of the pipeline. Rater from the existing system shall be controlled so as to flow slowly into ' the newly laid pipeline during the application of chlurine. The rate of chlorine mixture flow shall be in such proportion to the rate of water entering the pipe that the combined 517146.11 15003 1 mixture ■hall contain 40 to SO ppm of tree available chlorine. ' Y41YOS shall be manipulated so that the strong chlorine solution in the line being treated will not flow back Into the 1100 supplying the water. Dse check valve■ it necessary. ' RETENTION PERIOD Treated water shall be retained is the pipeline long enough to ' destroy all nonspore-forming bacteria. with proper flushing and the specified solution strength, 24 hours to airguate. At the and of the 24-hour period, the sterilising mixture shall ' have a strength of at least 30 pps of chlorine. Operate all valves, hydrants, and other appurtenances during sterilization to assure that the sterilising mixture is ' dispersed into all parts of the line, including dead made. new services, and similar areas that otherwise may not receive the treated water. 1 Do not place concentrated quantities of commercial aterilixers to the line before it Is filled with water. ' After .blorination, water in the line shall be equal chemically and bacteriologically to the permanent source of supply. BACTERIOLOGICAL TESTS ' Conform to requirements of Stnte Health Department. ' DISPOSAL OF STERILIZING WATER Dispose of sterilising water to an approveu manner by reference t to the Dechlorinatlon Detail bound at the and of this section. Do not allow sterilising water to flow into a waterway without adequate dilution or other satisfactory method of reducing chlorine concentrations to an approved level. D. PAYEERT ' Payawat for the work In this section will be included as part of the lump sus bid amount stated is the Proposal. ' 1 S17146.A1 1S003 ' 10 F' DECHLORINATION lAFATww Pooca B. y •Aladq� O.f�x~rV�v,cwnYY bbl.Db�M M��n1 d M OaM^+uY M.D n TN1!11V y ,, Dr 1rDmrp y'.tM 1 pcn.r.c..wb-W[ pq.w tV d4+r.D'�M1annDgr M Tb'+r M vumr Y N�YVYV M1'NU.V b�.n wA p•.ul..ro W.p.p. TAM/ A=�v.��yrDe.-tea D.p..�a.NC iiuM ti1�adQ nLq�tsM.w�b!^M.p00 Web~dam �+ 4Ma1d N MY.�D Itiw Cmr �~nn T!= Ww. .Nev t a D. CV D.r ou ov D. Ca CMafY qbp Y'i.'M D.D�urv..^i.yM1 lbq Ard.fa dGNrM40 M1 �^D'DWn~Dp WDMM1 Cq"d.MY C'WM ti1Y K'F..D wwr M CMnryr Ne 0 Loan pumik 18 ' ro M1 nw••w i-co�w w.�D.cD�io.. '°°"p•m�Pa+p�. w'r wan va aDDp� .t^weavD.N•..rp:NnrPD;b Nlrm CamrM\Kl.MunM ��Y.. YY �lv+Waa l..D a.D.id .N.`%bW daDb'I D'•N)!ii!wI`>.YU "Vr M twn'IV CM.M�ryn�d M Cna.ya.a ya.n •PV.CM^ePM M b M[.IO.r Sw aM.bPPO H'Ka^M710 M11 Cw a as M✓N VM Dnw cava,r as d Da�v�a>+�r���<o-aam m.m x+rdr. n 1soN as M.�iIJDC tNn J.tOnsMlrN P., dMVn/1'O�VCwMIIY MPnW^VPP CMmw+'COavab noWae a NM M nwr.waiDG°,�."wa b•M^p"'M wra 30»n c eaya. .ab Dom M OVM f..DM W Tq•1MJ1fi q iopvriw tMOCM RAW DIAGRAM M.yai ' (� a WATER STANDARD DETAIL - -~ ' CITY OF RENTON DEPARTMENT OF PUBLIC WORKS CONCRETE &LnCNING SIZING PROCEDURE ,V,.•r •�tM1 F 1.r..Y W [,•�•N w/YI V, `Y•..'Y••Yx•»:i 4r 4.wn •NMM1•.t.� �'M N.•\„•1;»!••rf�y`�NrY•»♦M wF`x 1• • NMY ' µ•YN A•,.Y NI•.•y♦.1•.N wf•Ii •�N+•r i,W..•M, • •:yN•lWwNw,».•,»v IP•.Y, WtixN,Y iY•r• • IY IM»,•Mrq,I�au[•AwY ir•rY•4Y•, \ ' tWw IWNI �•�] 49•[[1p � T T[[ •F•1 y J FL �••�/ 1 � h`n•L4 . ",••,,..� II}• KENO M•KNO I 'fIC FIGURE I t Y•n✓...,•.w s.•v aw•.1-C='f-E'.d• e.MY.» NOtt FpN CCNKP VER.", K" k,.INC , r•'•• j• K[ UN•T,mNl F••4 NC P) • n1..,.,wr•r%..,.,1•nf. IF •�42,�r C!'ul!•;Z 1 YF`I•w.•,.,ew.»\I It. Y m• TA l[ 1 ' •R MPI w,••, P>11N Nil •A r 1 P Plt% 1!1 u1w •Y r N Nt LV• 4 mow,} q I Ix\ NN 111 IIN \••1 It Nw rx•w Irw� nn . ,•r W r... 1. w - , •»• 'sl•'�'1•'1••\N n •INN 'l:- tN Il 11 •Pe11•IYtr v`Y xuY nm..••r Ix N r r wl �• 1 w IM I ''I.•.•�i'•I,IN Y 1 P'»• »•Y•r,Y•»I n ♦w II_ �.' ♦ � I N 1 N(•YY •1,[NN 1Y Y•t,»• ,Y iw V,• 1P .. . . •• • Y IMNrY•Fx,M rryrr • 1w 1 •• 1 ' , MIYMIw»•»nNl»1••,y.».»1•!•••Y,Y VI »w11Yq,.Y, N•• TABLE [ ' • W—�T____•JL'C i~ww'.F . q M`w N,n• »w.ew fY•w.... . ' • '• '1 h , • Nn MuiM,. Y r Vr Y♦W.n•r Ynl,P'»•IY'♦1'x-..11i•1• MIItt,•[W,.11[ P , •i Fy}—���T�TI•—T 1M F i.N• ' Y 1 W•r'n,p•Y\N Fn lf» \,1M M w»rq N Iw..Y.,..p.. ••o•Ir 1 n•n It.IN, •IN• .I,f..nr•• N•r!, 1 w .LL a.•N. q...e n a ., r Yw»t'pT•�••rNYw••��wFm.«w n • t WATER STANDARD DETAIL , CITY OF RENTON °' '° 1<••\ DEPARTMENT OF PUBLIC WORKS .011t•MI wN ' CVB043 1S1SU FIRE HYDRANT ASSEMBLY ----- ---- ------- -------- A. SCOPE This section covers the work necessary for furnishing and ib$talllAg the new fire bydraat assembly and the extension of the Gtisting fire hydrant, complete. Fire hydrant asseably details shall be as Shown at the and of this ' section. B. B►TNRIA1S FIRE HYDRANTS Nominal 5-inch Rain valve opening with 1-lach batto■ aonaecti;a. Equip with twc 2-1/2-inch base nozzles and one 4-lbcb pumper nozzle with the new 5aattle pattern 1 threads per face, ' 60-degree v. threads, O.D. tbread 4.67S inches and root diameter 4.6,6.3 Inches. Op*LAtlDg out Shall be 1-1/4-loch Pentagon nut. The amid valve shall be equipped with O-ring seals and stall open when turned to the left or counterclockwise. The inlet connection *ball be ■ecnanlcal joint. Hydrants shall be Corey Type (opening with pressure( conforming to ANNA CS02. Hydrants shall be of Traffic Type and pravlsicns shall by made for drainage at Darrel ' to pcote�t units from freezing. Hy4rauts shall be paiatea with two coats of paint, preservative palbt Ho. 43-114, international yellow. Hydran-a shall be IOVA F-S110, Pacific States Cast Iron Pipe Co. model :, or approved equal. FIRE HYDRANT EITENSION ' Provide extension barrel end extension stem compatible with the ezlstfnq fire hydrant, including stem pia, gaskets, bnits, aa_ buts. The Contractor shall verity the required extension leagth ' prior to ordering. HYDRANT LATERAL PIPING AND BRANCH TEE ' Six-iacb, conforming to Section DUCTILE IRON PIPE AND c&ST IRON FITTINGS. ' HYDRANT GATE VALVE AND VALVE 601 Valve shall be L-inch dlam,,ter with Iron body, bronts-souated, t double-disc, parallel sett. NRS valve with 0-rlaq seals. The valve $ball have a 2-4c.ch square wrench nut. The valve shall open by turning counterclockwise (Jett). valve Gals shall be as shown for the connection. Valve shall conform to ANeA C5130. Corrosion protection shall be manufacturers standard. ' S1y146.A1 15150 1 Valve box for gate valve shall be Rich Valve :ompany two-piece t sliding type, cast Iron with 5-1/4-loch shaft, and shall be of appropriate length for the Installation, or as approved. The word NAM shall be cast into the top of the lid. Extension places, it ' required, shall be the manutacturer's standard type for uae with the valve box. All units shall he coaplete with all necessary bases and accessories. ' As extension stem shall be installed to bring the operating out to within L inches of tee ground level. Stem diameter shall be 1 itch, hot-dip galvanized after fabrication. , BASE BLOCK Solid precast concrete pier block having nominal dimensions shown. ' GRAVEL FOR DRAINAGE Washed 1-1/2-inch drainage gravel free of organic matter, sand, 106s, clay, and other small particles that will tend to restrict water flow through the gravel. ' CONCRETE FOR TBRUST BLOCKING See TBRUST BLOCKING in Section DUCTILE IRON PIPE AND :AST IRON ' FITTINGS. A oil not leaner than 1 part cement, 2-112 parts sand, h parts ' coarse aggregate, and just enough water to make ♦ workable six. Engineer shall approve quality of materials prior to their use. SNACKLE RODS ' Three-fourth-inch diameter steel rods with 40.000 psi ultimate ' strength and Duc-Lugs as manu!actured by the Stellar Corporation, Columbus, OH, or equal. GUARD POSTS ' Nine-inch round reinforced concrete t. feet 0 Inch long, equal to Renton Concrete Products. Paint with two coats preservative paint , No. 43-114, international yellow. EICAVATION AND SACKFIIL Conform to Section EARTNNORK. Backfil.l shall be sele:ted native material. C. NORKNANSBIP t GENERAL , Construction an! installation shall conform to the City of Renton Standard Detail at the end of this section, provisions of t Sections 11 and 12 of ANNA C60C, and provisions of Section 77 of the Standard Specifications. Paint shackle rods with Koppers 517146.&1 15150 , 1 ' Bltumastic No. 50 (30-ail RDFT). wrap the i-loch lateral, shackle rods, and all parts of the hydrant installation below ground Io ' polyethylene sneetibg As Specified in Section DUCTILE IsON PIPE AND CAST IROI FITTINGS. PIPE AND FITTINGS Conform to Section DUCTILE IRON PIPE AND CAST IRON FITTINGS. ' VALVE AND VALVE BOX Before Installation, valve shall be carefully foreign material and shall he inspect cleaned of all ed for proper operation, both ' In open and closed positions and to verify that the valve seats properly. Install valve In a:cordance with the applicable portions of these Specifications. install v Unless otherwise indicated, alve with the Etta vertical. Installation practices *ball con ore to manufacturer's recommendations. Prior to Iing valves, flae st he thoroughlyb c lea nod. f Afterdcleaning,tbe lsser tnthe fgaske sactshall all tighten the nuts progressively and uniformly. If flanges lea& under pressure, loose^ the outs, reseat or replace the gasket, retlgbten ' the sure, abefore acceptance.nd retest the joint. Pressures JOi0ts bust be watertight at test Center the valve box and set plumb over the wrench nut of the valve. set valve Dotes so that they do not transmit shock or stress to the valve. Set the valve box cover and concrete pal 1/4 Inch below grade in prvesent or shoulder and 2 itches above ' grade elsewhere. Cut extension to the proper length so test the valve box does not ride on the extension when set at grade. PRESSURE TES ' , STERILIZATION, AND FLUSHING Conform to Sectl3b DUCTILE IRON PIPE AID CAST IRON FITTINGS. TRENCH EXCAVATION AND BACRFILL Confora to Section EARTNNORE. D. PAVBENT ' Payment for the work In this section will be Included As part of the leap sum bid amount stated is the Proposal. a a 1 ' S17146.U 15150 3 IY NIYtlI rll•Nv.Y'NMI Yalll{N IrMll wY M, 1'�Iry1N,IMY II Y«M 4«Mq i ftPttl\I �' rMI IWYI it MtNN i1 M lrylil�ll. (Y\.r.1111\Ny N YN110�.1 NI.1 \. MIN M, PLAN [L9VATION FIRE HYDRANT GUARD POSTS r � I .Nn.•.w �.YI•INMI IpJC 1'�W Yyint Pa I NII M nH N r11! N WICq° IM 1 tl4oiW Mn\ uM wb W1 1 Y • N:N N1..< M i� +911 tWi!IA)NI�IN, NY.. I•I'°Y IINV,1 wn0\ W v «vfNM ....... nY w... t°It\°I 11�\r «IINN\art •).i�•. w1 W1iP4.1110.M WIOryC Ip°4 v NI Nv.N. CUT ,, �°«NINM••P 1 ••NNI InIN�M �t tlN�tlO i�� iM•�Ilf(• I ICI. «WIM 4V IIi1P lµr. 1 ry Yw 1 frMl YN•1«�/ � � 'fMtY\1 4N•.W tWn\I NN y 0. \ t«N f1Y NIII '� •f ••:•��•• \ t 4t1 vhv6 I«N 111{NwNM!.u• Wrr. •r.i�M'N \ 11W t°Y11lN fI .YNO'�I L.L. I tu.n • I w\NM nN.NY1 N Y MS\gl «y wy0 M y^ wN\rmN Me Ir11 Iv"• Nw.,. L. J �ii«I M 1 MItlO M H Y.\ FIRE HYDRANT AUCMBLY N FILL FIRE HYDRANT LOCATION IN CUT OR FILL WATER STANDARD DETAIL CITY OF PENTON DEPARTMENT OF PUBLIC WORKS cweon5 15160 VALVES AND FLONMETERS ----- ------ --- ---------- A. SCOPE This section covers the work necessary for furnishing and installing the •aloes and flowaeters, coaplete. B. MATERIALS CHECK VALVE Valve shall be wafer type, double disk, rated for droptigbt at 150 psig across the valve, with positive seating action, resilient no-leak seal, resistant to corrosloa, Installed with vertical axis, TRW Mission Nfr. Co. DUO-Check, Aaerican Valve and Primer tCorp. (►PCO) Series 1000, or equal. PUMP CONTROL VALVE ' valve shall be a diaphraga-actuated, 1S0 psig working pressure, siugle-seated, composition disc, hydraulically-operated valve, but controlled electrically by a solenoid pilot valve. A limit switch with SPDT contacts rated for 5 saps at 120 volts shall be provided. It shall have two operating chambers sealed from each other by A flexible cyrthetie rubber fully-support-d itapbraga. In* valve disc shall have a rvctaagular close section and snail be retained on three sides. Control of valve operation Shall be by means of an externally mounted four-way solenoid pilot valve. tPressure troa system side of check valve shall be used for pilot valve operation. A sicronvltcb must be installed to control the pump circuitry. Valve shall be siallar in all respects to the Clayton 61A-02 pump control valve manufactured by Cla-Val Co., Newport Beach, CA 12a63, or approved equal. The valve shall have drop-check feature to prevent flow reversal. ' FLONMETER AND TRANSMITTER ' The aster shall be of the propeller type, furnished with tube and 125-pound flanged end connections. Meter tube shag , beve straightening wanes directly upstream of the asterhead assembly. Meterhead shall be designed for ens) removal for inspection or ' repair. 1 517146.A1 1516U 1 The unit shall have A direct drive saterbead with an integrally ' ■ountwd ladlcatot, totalizer, and transmitter. The totalizer shall have all digits. The transmitter shall provide a 0 to 20 pulses per second output proportional to flow. output signal ' accuracy shall be plus or sinus 2 percent of actual flow within the Staid range, and for temporary flows up to 50 perzoat shove the stated range. ' Motor size shall be 12-inch. Flow raage shall be 200 to 2,200 qp■ with 2 percent accuracy. Motor shall be Sperling Nodal F1102. or equal. The aster shall be factory tested by the Motor supplier , Sad certified calibrati,n data shall be submitted to the Eogiomer PRIOR TO SHIPMENT. BOLTS, GASKETS, GLANDS, NUTS , Provide bolts, gaskets, glands, nuts, and ■iscolla000us , accessories for valves and flowseter. Bolts for flanged connections shall be galvanized stool with American Standard regular unfinished square or box \eads. Nuts shall be galvanized steel with American Standard regular hexagonal dimensions. ' Gaskets for flanged connections shall be 1/N-loch thick runner. Gaskets shall extend from the inside diameter of the flange to at least the inside edge of the bolt holes or they Ray extenn Deyood , the bolt circle. C. wORKMANShIP GENERAL , Before Installation, carefully clean valves of ell foreign ' material, adluat stuffing boxes, and inspect valves in open and closed positions. Install valves in accordance with the , applicable portions of those Specifications. unless otherwise Indicated, Install valves with the stem vertical. Nount horizontal valves in such A $&Amer that adequate clearance is provided for operation. InstAIl4tIO0 practices shall coo:or■ to , ■anufacturergs recommendations. Prior to Installing flanged valves, the flange faces shall be thoroughly cleaned. After cleaning, insert the gasket Rod tighten the outs progressively and uniformly. If flaogos lost wader pressure, loosen the nuts, resmat or replace the gasket, retighten the nuts, and retest the joint. Joints must be vatort-ight at test ' pressures before acceptance. Thoroughly clean threads of threaded flanged joists by wire brushing, swabbing, or other approved methods. Apply approved Joint compound to threads prior to making joint. Joints shall be watertight at test pressures before acceptance. , 517146.A1 15160 ' 2 e PAINTING Equipaebt shall be painted manufactureras standard. Field palbting stall be in accordanca with Section PAINTING. OPERATING AND MAINTENANCE n NUALS ' As specified in Section GENERAL REQUIREMENTS. CONTROL VALVE AND FLOIRETER The equipaent shall be installed In accordance site the sanutacturer's rec050eadatioas and as directed by the Engineer. A ' factory representative shall Inspect the Installation prior to startup and shall sake t►e necessary adjustments to the equipment for satisfactory operation. The representative shall also be ' responsible for Instructing the Owners persoonel In the operation and maintenance of the equipment. TESTING Valves will be tested at the same time that the adjacent plpell..e Is tasted. Joints shall show to visible leakage under test. ' Repair joints that show slgca of leakage prior to final acceptance. It there are ■ny special parts of control systeas or operators that eight be damagea by the pipeline test, they shall be properly protected. The Contractor will be held responsible for any damage caused ty the testing. STERILIZATION Sterilize valves at the base time the p:pellnes to which they are attacbed are sterilized. ' D. PAYMENT Payment for the work in this section will be Included as part of the luap sue bid amount stated 1n the Proposal. tSA7L41..0 151r0 3 CVOC1C 15260 VENTILATING SYSTEM ----- ----------- ------ A. SCOPE ' This section covers the work necessary for the ventilating systev. COS'ylitm. D. MATERIALS ' GENERAL Submit catalog information for all squiprent to he installed ' regardless of whether cr nct it Is the Bare manufacturer 1lstei in the Specification. Where specific manufacturere4 equlpvent is listed, It is only to establish the type, quality, and confi7uratios reouired. Other manu!acturers will be considered in scroriance with t"e proeedury described jr the Supplerentary Conditions. PCOF-ROUNTEG CENTRIFO CAI EIPAUST FAN (POPP POOM) ' Fan shall be suitatle fcr curb m-untinj with veltllva! gravity mh back d. Ift damper within the turn. Size of Curb all to as shown. Provide a hinged base birl screen, alurinur roof exhaust hood, ani rotor sererator plate. V-telt 1rive 3h811 �t !•erhithe! ' with an adjustable drive pulley. Rubber-in-shear vibration isolators shall carry the entire rotating assevbly. vctor Rhall have integral self-resettina ovvrloal orote neon and i al!+tv 112COrnect switch sounted on the fan writ. Provide tan vet" a 5-toot long electrical 4E0-role, 3-0hase nerd and outlet plug. ARCA Class 1 certitled performance shall be as follows- ' 1,F70 efm at I'?-inch of water static pressure, 40CC7 mazirur !an tip speed, 1/3 hp. 44'-volt, 60-4z, 3-rtas ,' 1,750 rpm Rotor. Far shall be Penn Linea Mosel LFI8 as manufactured by Penn Ventilator Co., Philadelphia. PA. Pan motor control shall be provided under Section LOW VOLTAGE tROTOR CONTROL. AIR GRILLES Carnes Sturdicore heavy-duty steel air grille, Model No. 61-!5-'V as manufacturei by Carnes Corpar.y, with 1E-oauge ste-1 frares. S17146.Al 15,6' 1 DUCTWORF Low-pressure ductwork shall be fabricated from galvanized steel or , aluminum sheets at the :Ontractor-9 ootlon, unless otherwise ind.,:ated. All gauges and duct construction remuirements shall be In aCtnc(laoce with the latest editions of ASPRAF Handbook, S'RCVA Mancal of Duct and Sheet Metal Construction for ventilating and Air Corditioning Systems, and the Uniform Mechanical Code. Where ' a conflict among these references arises, the most stringent source shall be followed. Where industry standards do not - adequately cover aluminum duct construction, aluminum duct sheets ' shall be two 8 G S gauges heavier than steel ducts of the same dimensions. All round duct takeoffs from round mains shall be made with conical tees. NAIL-MOUNTED CENTRIFUGAL EXHAUST FAN ICHLOPINE PCOE) ' Jenn-Air 80 CW with chlorine-resistant coz.ting, multileaf ' gravity-daty backdraft damper, and suititte for ISTEPIOP mruntinq as shown on the Drawings. Fan shall have 4+0 cfm at 1/4-inch SP, 1/l5 no, 115-volt, single-chase, 1,Sa7 rrm direct connected motor. ' FIX!^ LO!Iv FF Fixed louver assemtly shall conslss of 4-inch deer, 16-cau;e , galvanized steel channel flanged frame, 16-gauge fired calvanized steel chevron-type blades spaced on ?-1/2-inch centers With 45-: egree pitch angle, 1/2-inch mach PVC-coated ealvanlz±'. hir'. , screen mounted on inside face, prim, :oat paint finish, rated and tested in accordance with A!!CA standards; Puskin Tyne L-20 Louvers o Ca.npers. Inc. EL-106-T, or equal ; size as a"Con, base= upon a pressure loss torcuch the louver assembly of C.1: inch W.- ' at 85: fpm velocity thrcuoh the free rea. C. WOPFPANSHIF ' GENERAL Install equipment as shoe,. and parallel vith building lines. ' Electrical wiring will be provided under Division 16, ELECTPICAL. All Shaer metalwork shall be done by qualified. experienced ■echarlcs as specified herein and in accordance with the requirements of the American Society of HPatinq, Refrigerating, and Air Conditioninc Engineers. ; AIR GRILLES A ' grilles shall be installed tight on their respective moantin: , surfaces, installed plumb and true with room dimensions. 1 1 517146.A1 15260 ' ' tUCTwORN All sheet metalwork shall be fabricates and installed by qualified, experienced mecbanics as specified herein and in ' accordance with the requirements of the American society of Beating, Refrigerating, and Air Con.iltioning Engineers, and the latest edition of the applicable SMACmA Manual. All horizontal surface . shall be cross-broken, and addition,: bracing to prevent ballooning or breathing shall be installed as required by the Engineer. Tape all Joints with fiber-reinforced d-•ct tape or use chemical-resista;.t mastic sealant while joining. Add or remove balancing dampers at the direction of the Engineer as recoasendei by the air balancing Eire for the necessary control of air in ducted systems. Provide earthquake seismic restraints on all ductwork systems located in Seismic Zone 2, with sway bracing as describe] In the ' le vst edition of 5FA:NA •Guidelines for Seismic Restraints of Mechanical Systems." CLEANING, STARTING, AND ADJUSTING ' Belt-drive tensions and alignments shall be checked. All motors and bearings shall be lubricated in accordance with the ' manufacturer's service manuals prior to eaulpment startup. Provide a lubrication schedule for every lter of eaulpment furnished under this section. The sc�oiule shall include tha tyre ' of lubricant ani the appliratice frequency. Furnish and make all drive and belt Changes on motors or fans t`.at are raq uired to adJust equipment to the aoecitled cocdi•ior.s. ' Provide written notice to all air-han'ling unit manufacturers 1! any drive or belt changes were mile. D. _AYF-NT Pavment for the work in this section will be InCluded as part of ' thr lump sum bid amount stated in the Prorosal. 1 S17146.A1 1S?Sn t3 CNBUI1 15400 PLUMBING AND MISCELLANEOUS PIPING SYSTEMS ______ ___ _____________ ______ _______ A. SCOPE This section covers the work necessary to furnish and Install, COMplete, the plumbing and Miscellaneous piping systems. eB. MATERIALS DRAINS FLOOR DRAIN (FD-1) ' J. H. Smith Figure 3510, or equal, with cast iron body and bronze grate and funnel. Funnel shall be 4-iucb diameter, with ' 3-incb outlet. FLOOR DRAIN (FD-2) J. R. Smith Figure 2010-4, or equal, with cast iron body, bronze grate, and 2-inch outlet. tH05E VALVE Crane No. 560 3/4-Inch size, with atmospheric vacuum breaker. MALL HYDRANT Josam Series 71J00. J. R. Smith Figure 5510, or equal, bronze t nonfreeze box type wall hydrant with chrome-plated face, integral vacuum breaker, bronze casing, T-bandle key, and 3/4-locb inlet and hose connection. ' PIPING SYSTEMS DRAIN PIPING Pipe and fittings &ball be cast iron soil pipe, service weight, with *no-hub* ends. Joints shall consist of a neoprene sealing t sleeve held in _lace by an AISI Series 30u stainless steel shield and clamp assembly. System shall conform to CISPI 301-72. Size as shown. ' TRINE SOLUTION, CHLORINE VENT. AND CHLORINE GAS ' aype I, Grade 1, rigid PVC conforming to ASTM D 1754 and ASTM D 178S. Pipe shall be Schedule 40 with solvent-vela fittings. Fittings .Fall be Type I. Schedule 4L, Jscolite (U.S. Rubber Company), Moroseal IS. F. Goodrich), 3r Celanese Piping Systems, Inc. 51713e.Al IS400 1 POTABLE RATER PIPING Rater plp109 shall be Type K hard copper, ASTs B 89 with commercially pure wrought copper solder joint fittings, sate Joints with IS-5 wire solder, ASTK B 32, Grade TA. Size as shown. PIPE HANGERS AND SUPPORTS ' As shown on the Dra— ugs. GATE VALVES ' Gate valves 3 inches and savller shall be 200-pound NOG, with , bronze body and nonrising stem, Crane No. 436, or equal. ►IR RELEASE VALVE Oue-inch, Apco No. 143C, or approved equal. 1 BALL VALVES ' Crane Gas ball valve No. 216G. CHECK VALVES ' Two-hundred-pound RUG, bronze vye pattern, swing cLect, bronze disc, Crane No. 3b. ' PVC BALL VALVES Ball valves in PVC piping shall be Type I, Grade 1 PV:, ASTA D 1764. with threaded connections and Buna-N seals, as manufactured oy Celanese Piping sistems, Inc. SOLENOID VALVE ' Solenoid valve shall be two-way, full-line size, normally closed ' (open on electrical power), 30G P519 body pressure, 5 pslg sltisua operating differential, for use with cold water or air. Valve shall be suitable for 115-volt, 60-Hz ac power supply, ar.d shall be as manufactured by Automatic Switch Company, or equal . PRESSURE GAUGES Pressure gauges shall have zero to 200 psiq range, 3-1/d-inch dial, and 1/4-itch bottom ■ale connection. Gauges shall be Narshalltowo Figure No. 63, or equal. Provide each pres3uri gauge , vltb a Hintze gauge tuck, Crane No. 744, or equal. 517136.A1 IS400 , i. WATER 805E5 Provide two s0-Coot lengths of 3/4-inch ID Gates Robb ar company, 3SB rwboer water hose. Provide with 3/4-Inch brass sale and female hose couplings to tit nozzle hereinafter specified. HOSE NOZZLES ' Provide two heavy-duty nozzles with 3/4-inch hose thread inlet, Rainbird No. 8-56, or equal. ' C. WORKMANSHIP GENERAL Install all piping, equipment, and Accessories to strict ' accordance with the plumbing labs, rules, and regulations of tow state and of the city, whichever represents toe highar standard. All work shall be approved by the state and city plumbing ' inspector. Cravings do not attempt to show enact details of all piping, and no ettra payment will be allowed for obstruction by work of otter ' trades or local obstructions to the work under this :attract which require offsets. Where diagrams have been made to shnw pipihq Connections, the Contractor is cautioned that then: diagrams must ' mot be used for obtaining material quantities. Channes in location of equipment Or piping, advisable in the wlcn of the Contractor, shall be submitted to the Engineer for s,.prn it before ' Pro.eeding with the vora. All measur :meots aid d'sension., shall be verified at the site. All equipment shall be adjusteo and left In a condition satisfactory to the Engineer. All control valves, pump gland drains, and other appurtenances having water effluent shall be piped to nearest floor drain with copper tuniog and air gap. ' COPPER TUBING Cut tubing square and remove burrs. Clean both inside of fittings and outside of tubings with steel wool and surlatic acid notate sweating. Prevent annealing of fittings and hard-drawn tubing when making connections. Mitering of1nt1 for elbows, and notching of straight runs of pipe for _, will not be permitted. PIPE TESTING GENERAL Provide necereary pump, gauges, connections, and other items ' for performing the test. ' S1713L.A1 laVOG 3 s 1 w AT.ER AND CHLORINE LINES 1 Test N1ace11ADeous plumbing and piping at 150 pslg in accordance with the governing plumbing code. Joints shall shoe 1 no visible leakage under test. Repair joint& that show signs of leakage prior to final acceptance. If there are any parts that might be damaged by the 2$0 pr` - pipeline test, they shall be properly protected. The Contractor will be hell remponatble 1 for any damage caused by the testing. Deals 1 Test drain piping in accordance with governing pivabing code. STERILIZATION 1 Sterilise all small piping. D. PAYMENT 1 Payment for the work in this section will be included as part of 1 the lusp sue bid amount stated In the Proposal. i 1 1 1 i 1 1 1 51713w.A1 15400 1 4 CVB034 16010 ELECTRICAL - GRWELAL PROVISIONS _____ __________ _ _______ ---------- A. SCOPE This Division Covers the York noce y for the complete electrical system* yucmish materials, labor, and egalpmmut is a accordance with these Specifications am6 the accompamyiog Drawings. ' This section covers general requirements applying to all sections Included in this Division. B. GENERAL WORK PROVIDED OUTSIDE THIS COI TRA:T ' Incoming underground power cables, materials, lnstd:litloa, termination, and connection. ' Transformers supplying main electrical service to the facility. Site preparation and transformer pads) Included in tars :oatra:t. ' Power company metering facilities, except as lndlcatel. WORK INCLUD.D IW THIS DIVISION ' Electrical - General Provisions Basic Materials and Methods am Raceways Conductors Low Voltage Rotor Control Grounding Lighting NO1K SPECIFIED ORDER OTHER DIVISIONS t Components for ventilating systems, unless specifically shown on Electrical Drawings. 1 ' S1714N.A1 1601U 1 EQUIPBCNT AND nATERI\L5 FURNISHED AND INSTALLED UNDER OTHER , DIVISIONS NIT➢ RACEWAY AND ELECTRICAL CONDUCTORS FU➢NISHED, INSTALLED, AND CONNECTED UNDER THIS DIVISION Ventilating equipment Erbaust fans Rotors ' Rotor thermal protectors and any required special protestor , monitoring relay Rotorired valve operator Solenoid operated valves RESPONSIBILITY ' The Contractor shell be responsible for: Complete systems In aecor4- nce with the intent of these ' contract Documents. Coordinating the details of facility equipment and construction ' for all Speclflcatiom Divlslous which affect the wart covered unler this Division. furnishing and installing all incidsbtal items not actually ' shown or specified, but which are required by gool practice to provide complete tubctfonal systems. , INTENT Of DRAWINGS Electrical plan Drawings show only general locations ai equtpaeut, devices, sad recover, UDIO&A specifical'y dimensioned. rae Contractor wball be responsible for the proper routin7 at racavay, subject to the approval of the Engineer. ' DEPARTURES PROM lOYT➢ACT DOCURENTS Submit to the Nodlneer in writing details of any becessary, ' proposed departures from these Contract Darnaebts, ani the reasuba therefor. Submit such requests as soon As practicable and Within 30 days after award of the Cobtract. Rene no departurea without ' written approval of the Eagiseer. SUBMITTALS AFTER AWARD Of jdT➢►CT ' �e Contractor shall provide complete aaaufacturer's inscriptive information and shop diawingr for all equipment, material, and devices furnished under this Division, Including certitied outline , drawings, arrangement drawings, elementary (s:beaati:) diagrana, Satercoanection and connection diagrams, it accordance with provisions elsewbere in these Contract Do:usests. Pravrie the ' auaber of copies specified therein for the EORinsare :cntractir, and Operation and Raintenance Nanuala. Sar1WL.A1 16010 2 ' Provide certified shop cravings, literature, *ad requested samples sbowing items proposed tar uss, size, dlaenslaos, capacity, special features required, schematic (elementery) control ' diagrams, equlpaent schedules, rough-10, etc., as reaulred by the Engineer to complete review and for installation. Use MENA device designations aad symbols for all electric circuit dlagr&aa submitted. Bake content of scheaatic (elementary) cinnection or ' interconnection diagrams In accordance with tht latest edition of BBB► ICS. Naaufacturerts standardized elementary diagrams shall not be acceptable unless appllccble portions of the diagram ease been cleaxly Identified and nonapplicable portions dalatei or crossed out. Furnish shop drawing information on the following Stems: motor control: outline and scheaatic (elementarl) drawings, descriptive information, and component schedule ' Lighting and distribution panels Rigid steel conduit ' PVC conduit ENT (Electrical Metallic Tubing) INC (Intermediate Metal Conduit) Flexible conduit Special pull boxes and junction boxes 600-volt conductors ' Control cable ' Electric unit beaters Tharmow:ats Lighting fixtures Emergeacy lighting units ' Lasps, fluorescent, mercury vapor, incandescent ' Ballasts, fluorescent, ■erce•y vapor ' 517146.a1 1bo1"u 3 Receptacles ' Light switches .'. RATERI\LS \ND EQUIPMENT, -ORRON EEQUIRENENTS ' GENERAL , Unless otherwise 1ndlcated, provide all first-quality, sew Materials and equipment, free from any defects, in first-class ' condition, ant suitable for the space provided. Provide materials and equipment listed by UL wherever standards have beta established by that agency. t shore two or more units of the same class of material or equlpmact are required, provide products of a siy.gls manufacturer. Component parts of materials or equipment need not he products of , the same manufacturer. STANDARD PRODUCTS ' Unless otherwise Iadi_ated, provide materials aad equipment whlct are the standard products of eanutactu:ers regularly vtgagel to ' the production of such materials and equipment. Provide tbw manufacturers@ latest standard design that conforms to these Specifications. EQUIPMENT FINISH ' Provide mstec and equipment with manufacturers$ :taodard , finish system, accordesca with Division FINISHES. provide manufacturers$ .ndard finish color, except where specific color Is indicated. If maaufacturer tam to standard color, flnlab ' equipment in acc>rdanee with Divislon FINISHES with ANSI No. .1. light gray color. ALTITUDE ' Provide materials and aqulpmeut suitable for lastallatloa and operation under rated conditions at 100 feet above sea level. , D. INST►LLATION, CONNOR REQUIRERENTS ------------- ------ ------------ GENERAL ' Install materials abd equipment in A workmanlike enter utiliainq , craft me M\illad Is the particular trade. Provide wits watch ban a neat and tialsbed appearance. 5I7146.Al 16010 ' 4 Coordinate electrical work with Engloeer and work of ether trades to avoid conflicts, errors, delays, and unnecessary Interference with Operation of the plant during construction. Check the approximate locations of light tiztures, electrical outlets, equipment, and other electric&'. system cospanents shava on Dravlogs for conflicts with openings, structural members, ■hi components of other systems and equipment having flxai locations. In the event of conflicts, consult the Engineer. The Englheer's decision shall govern. gate modifications mat changes requirel. PROTECTION DURING CONSTRUCTION Throughout this Contract, provide protection for materials and equipsent against loss or damage In accordance with proviaions elsewhere in those Contract Documents. Protect everything from the effects of weather. Prior to installation, store Stems in ' eleen, dry, Indoor locations. Store In clean, try, lidoar, heatei locations Stems subject to corrosion under damp coadittonse abd items containing electrical Insulation, such as transformers, ' conductors, motors, and controls. Energise all space beaters furnished With equipment. rolloving installation, protect materials ani equipment tram corrosion, physical damage, and the effects of ■olstire on Insulation. Cap conduit runs during construction vita masufacturti seals. Aeep opealags to boars or equipment :lased during construction. Energize all space heaters turnished data eaulpsent. MATERI&L 1ND EUUIPME►T INSTALLATION follow manufacturers' Installation instructions expli:itlye unless otherwise Indicated. wherever any conflict arises between t manufacturers' instructions, codes ani regulatloos, and these Contract Documents, follow Engioeeres decision. Keep copy of manufacturaref Installation instructions on the jobsite available 1 for review at all times. CUTTING AND PATCHING Lay out work carefully in advance. Do not cut or not:h any structural member or building surf&-* without specific approval of Engineer. Carefully carry out any rotting, channeling, chasing, t or drilling of floors, valise partitions, callings, paving, or other surfaces required for the installation, support, or anchorage of conduit, raceways, or other electrical materials and ' equipment. following such work, restore surfaces aestly to original condition. Oat skilled craftsmen of the traits involved. 51714►.A1 lsrll� S 1 LOAD BALANCE 1 The Draviags and Specifications isdicatc circuiting to electrical loads and distribution equipment: hoverer, after installation, if 1 necessary, balance electrical load between phases as mearly as possible on ■vitcbboards, panelboards, motor control centers, etc. ROTOR ROT►TION 1 After final service connections are %ode, check and correct it 1 mecessary the rotation of all motors. Coordinate rotation checks with the Engineer. CLE►NING AND TOUCHUP PAINTING 1 Nett the premises free from accumulation of waste material or 1 tubllsh. Upon completion of vora, remove sateriala, scraps, and do',Is from promises and from interior *ad exterior of all devices and equipment. Toucb up scratches, scrapes, or chips 1n interior and erterlor surfaces of devices and equipment with finishes 1 matching as uomrly as possible the type, color, consistency, and type of surface of the original finish. E. INSPECTION 1 ►ll ■nterlals, equipment, and workmausbi shall be suDlect to 1 inspection at any time by the Engineer. Correct any vora, eaterlals, or equipment not in accordance with these ,'ontract Documents or found to be deficient or detective in a manner 1 satisfactory to the Engineer. F. COLES, PERMITS, AND RECUL►TIONS 1 Perform all work: furnish and install all materials anb equipment 1 In full accordance with the latest applicable rules, regulations, requirements, and specifications of the following: Local Lava and Ordinances State and federal laws Ratio lactrical Code (NEC) 1 State Fire Marshal Underwriters$ ' _bore.orles (UL) 1 r 5�714L.►► 1h010 , A.1.. National Electric Safety Code ills:) American National Standards Institute (Avsl) ' National Electrical Manufacturer,& association (Nita) Institute of Electrical and Electronics Engineers (IEEE) Insulated Cable Engineers association (IcEN) Occupational Safety and health ►c. (OsmA) American Society of Testing and Materials (ASTM) ' Conflicts, It any, that ■ay exist between the above Stems will be resolved at the discretion of the Engineer. Y horev*r the requirements of the Specifications or Drivings eaceed those of the items above, the requiresea•s of the Spe:ificatlons or Drawings shall govern. Code compliance 1s mandatary. bathiag in the Contract Documents shall be construed � s permitting work not in compliance With these codes. Obtain e11 permits and pay all fees required by any giverbmeatal agency having jurisdiction over the work. arrange all inspections required by these agencies. Db completion of the wort, furnish satisfactory evidence to the Engineer that the work is acceptab*e ' to the regulatory authorities having ;urisdiction. G. OPERATIONS AND MAINTENANCE MAIU►Ls ' Provide operations and maintenance manuals In accordance with p• 'visiobs of Section GENERAL REQUIREMENTS In these contract Documents. Provide the number of copies specified therein containing: ' Operation, maintenance, ra,omewnded spare parts, mad rsuawsl parts ittormation for all equipment `urnished under this section Srt of complete as-ravieved information herein raquireJ to be submitted for review followiug Contract award As-built electric circuit and equipment drawlogr Index if all equipment suppliers listing current asses, addresses, and telephone numbers of those who should oe contacted for service, Snformatiov. and assistance 1 517146.Al 16olG 7 As-butlt Contract Drawings marked with red indelible pencil on t reproducible sepla to show all depa tures from origimal Drawings, underground cable, coudult, or duct runs dimensioned tram established building lines, and all electrical work ' revisions; prepare by obtaining new, clean more of Contract Drawings from Engineer and Pay all costs far same; field marked as-built drawings ahall be initialled by the Engineer or his representative All field and factory test results Information listed under individual specification items ' All material to be clean and filed under dividers with beailog in accordance with Specification item title Submit material to Engineer for approval prior to delivery to Owner; sake Additions or changes as required by the Engineer 1 R. TEEPORARY ELECTRIC POVER --------- -------- ----- Refer to Section GENERAL REpuIsEEENrs in these Contract Dacumencs ' for necessary provisions for electric power used during construction. ' I. TESTS GENERAL ' Cary out tests specified hereinafter and as indicate] under t Individual items of materials and equipment specifies in ather sections. OPERATIONS ' After the electrical system installation is completed and at such ' time As the Engineer may indicate, conduct an operatiag test for approval. Demonstrate that tb* equipment operates in accardaace with the requires sts of these Specifications and Drawings. Perform the test in the presence of the Engineer. Furnish all t instruments and Personnel required for the taste. Tha ]waer will fucuish the necessary electric power. VOLTAGE ' snob the installation is essentially complete and the plant 1s in ' operation, check the voltage at tb• point of termination of the power company supply *Yates to the project. -.baci. va: tAge amplitude and balance between phases for loaded aai unloaded conditions. ' 1 51714d.a1 110" ' 8 At the request of the Engineer, record the supply Voltage far 24 hours during a normal working day. t If the unbalance (as defined by VERA) exceeds 1 percent, or if the voltage varies throughout the day and fro■ loaded to ualoaded- conditions ■ore than plus or sinus V percent of nominal, ■Ake a ' written request to the power company that the conddtlan be corrected. If corrections are not made, obtain from a responsible power company official a written statement that the r31t&gg variations and/or unbalance are within their normal standards. ' EQUIPMENT LIRE CURRENT ' Check the line current in each phase for each piece of equipment. If the power company makes adjustments to the supply voltage magnitude or balance, make the line current cbeck a her the adjustments are made. If any phase current in any place of t •qutPOent is above the rated nameplate currant, deteraloe and m ubalt in writing to the Engineer the cause of the problem. tJ. GUARANTEE Raterlals, equipment, and workmanship shall be guaranteed in accordance with provisions of Section GENERAL REQUIREIENTS in these Contract Documents. K. PAYMENT ' Payment to[ the wort in this sertloa w1-11 he lu.luaed as part of the lump se■ bid amount stated In the Proposal. r i tslTiv�.AL A.olo ' CNB035 161SO BASIC MATERLALS AND METHODS ----- ----- --------- --- ------- A. SCOPE This section criers the work necessary to furnish and iastall, coep. ete, the materials specitled herelna_•ter. ' k:1AT UP:. SPECIFIED IN OTHER SMCTIONS St RLon-go. Item 16010 Electrica. - general Pro►isioas B. MATERIALS SNRVICE ENTRANCE Provide a meter base, other saterials and work, as required by the electric utility which will provide service to the facility, for Installation of metering equipment, 10sLAllatibu of sarvtca conductors, and mountioy of utility company equipment. All such ' saterials and work shall meet the requirements of the utility company. ' OUTLET AND DEVICE BOXES GENERAL ' Provide bores not less than a inches deep, unless shallower Doses are required by structural conditions and are Specifically accepted by the Mogloeer. Do cot use box ' extensions to provide wiring space required by the NEC. Far hollow sasoary construction, provid. boxes of sutticleat depth mo that conduit knockouts or hubs ere in the masonry voi! tspace. SHEET STEEL BOXES ' Provide zinc- or a dmius-plated boxes of the arain type. Install 4-Inch minimum octagonal boat 1 g outlets, except where smaller boxes are rego is Particular fixture being Installed. Use crr ,• bozas In poured concrete slabs. Provide 2-Inch by 4. imus boxes for switches and receptacles. Provide play•.r: where ' required. ' S17144.Al 1r050 1 CAST STEEL BOXES , Provide b .*m of cast ferrous metal with gzsx*ted, watertight, cast ferrous metal covers and stainless steel screw. Provide ' Dotes with threaded conduit hubs and cast mouhtltj lug; where lugs are required, Use Crouse-Binds or Appleton Type PS or FD boxes or *goal. , NONMETALLIC BOXES Provide PIZ Dozes with gasketed, watertight covers and ' stainless *tool screws. Provide boxes with conduit Dun; and any required mocuting lugs. JUNCTION AND PULL E01E5 ' Eher outlet bores are used on junction ur pull Dotes, use ' sat*tials As •pecifled under OUTLET AND DEVICE BOXES. Where larger sheet steel boxes are required, utilise notes of code-gaug*, galvanised steel with full-acc*ss screw covara mounted , with corrosloo-resistant machine screws. Vharri larger cast metal boas- are requlr*d, use neoprene gasketed, ' watertight boles with cast metal covers, stsiblsss steel screws, and dc111ed and tapped conduit entrances. Use Crouse-Biala Seri** W, O.Z./Gedney Series f boxes, or equal. For conduit below grade, use Ct3use-M1nds Type WJBF, J.Z./Godney SerLos YR, or , *goal, minimum site 6 Inches by 6 Inches by b Inches. For hazardous areas, use boxes applicable for the location sn1 hazardous atmosphere present. , Use concrete notes of reinforced, cast concrete, 10 Inches ny 17 inches minimum inside dimensions, Brooks Products, Inc., ' No. 3-1/2T, Ouiksot W.17, or equal. Bark cast iron elver, ELECTRICALe TELEPHONE, or as above on the Drawings. Use special oozes where Indicated on the Draviags. , TERMINAL JUNCTION SOIES (TJb) Provide terminal junction boxes of the rejoiced type and size where Indicated. Utilize MEN& 12 enclosures for lndonr dry 10CALlons. Utilize EZR► 4 watertight enclosures for outdoor or met locations and where subscript EP is Indicated at the bog ' location on the Drawings. Provide terminal stripe or terminal biockq with a **Perot* connection point for each conductor *ote. nag or leaving the box. Provide 46 terminal points minimum. Paint tsterlor surfaces with vhite enamel or lacquer. S1714a.A1 1s050 2 W-718 WELL #9 PUMP HOUSE WTR-9 +5 #5 Contr�ct Documents ' WIRING DEVICES SWITCHES tGENERAL USE SWITCHES Provldq UL listed, specification grade, totally enclosed, ac type, quiet tumbler switches sooting IEEA ED 1 performance standards and Federal Specification W-S-81aE, and capable of co h trol Of 130 percent twagstan filament and ' fluorescent lamp loads. Use switches rated at ?G asps, 120/277 volts. Provide phenolic operating ►ani' es colored brown. Use switches with screw terminals. ' WEATHERPROOF SWITCHES Use switches as specified mounted In a cast metal Dar with tgasteted, weatherproof device plate as specitlei. lAbUFACTURERS ' General Electric, Bryant, Hubbell, Sierra, Pass and neyaour, or equal. RECEPTACLES 5INOLE AND DUPLEX ' Provide UL listed, specification grade receptacles meeting NENA I 1 performance standards and Federal Spa:lflcatlon N-C-59e and having a contact at ungement $u:b teat :outict Is ■awe on two sides of each inserted blade withait detest. Use two-pole, three-wire grounding type receptacles rated 20 maps, IC volts, NEE► Configurntioa 5-20R and with s:rvv t type wire terminals suitable for No. 10 AUG. Provide pbenollc composltlon bases colored brown. Eanufa:turers: General Electric, Bryant, Hubbell, Sierra, Pass end Saysaur, or equal. WEATHERPROOF RECEPTACLES ' Use receptacles as specified mounted in a Cast metal bon with gasteted, weatherproof device plata as spe_Stled. ' DEVICE PLATEN GENERAL 1 Provide plates fitting closely And tightly to the box on which they are to be lnsta,led. On surface ■ouhted Dotes, ' provide plates which do not extend beyond the sides of tha box unless the plates do not have sharp corners or edges. ' S17146.Al "050 3 METAL PLATES Provide specification grade, ane-piece, 0.040-inch nominal minimal thickness, No. 430 satin finish stainless steel , device Plates With oval-head, matching mounting screws. ENGRAVED PLATES Where device titles are indicated, provide device plates ' engraved with the designated titles. Provide angravei letters, numbers, or characters 3/16-loch high With f111er , Of black color. WEATHERPROOF PLATES where Weatherproof receptacles are fesignated, the receptacle shall be installed in the specified bog With a gasketed, Weatherproof, cast metal or stainless steel civet ' plate with individual cap over each receptacle opening ant stainless steel mounting screws. Utilize plates With caps bald tightly closed with stainless steel springs when ' receptacle is not in use. Manufacturers: General Electric. Bryant, Hubbell, Stairs, Pass and Seysour, Crouse-Hinds, Bell, or equal. Where Weatherproof switches are designated, the switch shall ' be installed in the specified box With a gasketed, weatherproof, cast-metal cover plate Incorporating an ' maternal opera or for the internal switch and With stainless steel mountlug screws. Manufacturers and types: Crouse-Wiods DS-161 or D5-165, Appleton PsK-Ivra or FSK-IVS, or equal. LIGHTING AWD POWER DISTRIBUTION PANELBO►PDS GENERAL t Provide circuit breaker Panelboards (lncluiing those in motor ' control equipment) meeting standards establiuhed by UL, NEMA PH 1, and the NEC. Where used as service entrance equipment, provide Panels having UL approval for twat use. ' Provide panels rated for connection to so electric system having AD Available rms symmetrical short circuit currant it 10,000 amps at 1201206 or 120/P.4J volts. C►BINETS ' Furnish Doses large enough to provide a minimum wiring gutter ' space on both miles and top and bottom u 4 inches by 4 lh:he5 minimum. Pro►lop. flush- or surface-mounted holes is indicsted manufactured of code-gauge, bot-Sip galvanized sheet steel. , Utilize froat trim the same star as the bog for surface-sountei panelboards and 3/4 Inch larger all around than the nog for flush-mounted pauelboards. Provide sheet steel fronts fiolshel with A prime Coat of rust inhibitor an! the manufactarar'W standard baked enamel or lacquer finish and utilizing adjustable clasps as the means for fastenilg the front to the S17146.A1 160s0 ' 4 boxes. Utilize fronts having doors with concealed hinges sad flush type lock and catch device. Provide ■ultlpolot locklog devices for all doors over 30 inches in height. Ray all locks t alike, and furnish two ■Slled typw keys with each lock. Mount on door a metal directory frame with transparent plastic face and enclosed directory card. Parnlsh an engraved, lasiaated Plastic nasmplate screwed (no adhesives) to the cabinet ' ezterior face Indicating the panelboard designation, service voltage, aid phase*. Nameplates shall be ahite, eagrawal to a black core. ' INTERIORS Utilize panelboard Interiors that are factory assembled complete with circuit breakers as indicated. Furnish circuit breakers In positions where diagram or schedule Indicates SPkRE. Furnish only complete provisions for future circuit breakers what* diagram or schedule Indicates SPACE, and cover the resulting opening In the cabinet front with an easily removable metal cover. Utilize panelboards witb lateriors ' designed so that circuit breakers can be replaced wltbout disturbing adjacent circuit breakers or without removing tae main bus. ' Provide bus bars of copper, sized it 1000 saps per square inch anxious, and full-sized throughout their length. sake complete provisions for mounting future circuit breakers throughout the ' full length of the bus provided regardless of number of units ind spaces called for. Provide all machining, drilling, or apping r�gulred to add or change circuit breakers in the future. Furnish an Insulated neutral bus bar rated the ease as the phase bus bars and having at least one terminal screw for each ' branch circuit. Furnish a copper ground has bar Installed on the panelboard (rase, bonded to the box, and conta,alag at least one terminal screw for each circuit. Provide solderless main lugs for Bain, neutrals and ground has bars. Provide sub-feed or thru-feed lugs where indicated. Provile lugs and connection points on phase, neutral, and ground buses suitable for either copper or alusious conductors. CIRCUIT BREAKERS ' Furnish iudiCA0Dg type circuit breakers provldlog Da/OFF sad TRIPPED positions of the operating handle. Purnisa tborsal-aaguetic, quick-sake, quick-break circuit breakers ' which arm nonlnterchangeable to accordance with the NEC. Do not use tandem or dual circuit breakers in normal single-pole spaces. Do not use slagls-pole circuit breakers with handle ties where sultipole circuit breakers are indicated. itillzs ' sultipole circuit breakers designed so that an overload on one Pole automatically Causes all poles to open. Provide circuit breakers meeting requirements of UL and MEN& AR 1. Install ' bolt-on circuit breakers in all panelboards. Provide circuit breaker handle padlocking provisions where indicated or required. tS1714r.A1 16050 5 EM 11 1 MANUFACTURERS , General Electric, Nestlaghousa, Square ➢, ;ould-Bravn Boverl (ITE), Cutler-Haaeer, or equal. ' PUSHBUTTOES, INDICATING LIGHTS, AND SELECTOR SWITCHES For nonhazardous, Indaor, dry locations, including motor control centers, control panels, and Individual stations, provide heavy-duty, 011tight type pushbuttoos, Indicating ligkts, selector switches, and stations for these devices. Utilize General ' Electric Type CR 2140, or equivalent by Square D. Cutler-Hammer, or other acceptable manufacturer. For nonhazardous, outdoor, or normally vet locations, or where , otherwise indicated, provide heavy-duty oiltight type pushbuttons, Indicating lights, or selector swltcbes Mounted In MESA 4 ' watertight enclosures. Provide boots and any special gasketlog required to make cospl*te station watertight. For pushbuttans, use boots of the sass color specified for the actual aushbuttao. For indicating lights, utilize translucent boats designed for the ' purpose. Util1 General Electric Type CR 2440, or equivalent Dy Square D, CUtle. gasser, or other manufacturers. Provide devices meeting the requirements of NEE► ICS, and hivlag , individual, extra large oasepiates Indicating their saecifi: function. Provide pushbutton stations with laminated plastic nameplates Indicating the drive they control. Install provisions , for locking pushbuttons and selector switches in the OFF pasiciaa wherever lockout provisions are indicated. Utilize selector switches having standard operating lavers. Make ' all indicating lights transformer type. Provide ON ai STARr pushbuttons colored red. Provide OFF or STOP posbbuttoas colored , green. TERMINAL BLOCKS 0 TO 600 VOLTS Provide terminal blocks for terminatian of all control circuits leaviUg or entering equipment, pauels, ,.r boxes. Terminal blacks shall be single-piece 600v, 30-amp barrier type with strap-screw loge, and *hall be capable of accepting ring type lugs for vice sizes up to and including No. 10 &w3. .ompression type or sectional type terminal blocks are not acceptable. Provide General Electric Type EB-25, Marathan Series L500, or equal. ' CONTROL RELAYS Provide magnetic control relays, MESA class A300 (30d volts, ' 10 maps eontlmuous, 7200 VA sake, 720 VA break), mactIne coal type with field-convertible contact, and meeting the requiresnts of , NERA ICS. Provide Cutler-Hauer Type 9-300, weatinghause Type ARE, or equal. S17146.Al 16050 i ' Rheto time delay relays are specified nr required, unless 0thervlse noted, provide magnetic control relays with a tiger attachment adjustable from 0.2 to 63 seconds (minimum) and field convertible from ON delay to OFF delay and vlce-versa. share latching (mechanically held) relays or motor thermal 1 detector relays are apecitled, provide magnetic control relays with mechanical latch attachsent with unlatching toll and coil clearing contacts. Utilise aA attachment allowing easy Manual latching and unlatching. ' ELAPSED TIDE METERS Provide synchronous-aotor-driven, elapsed ties meters, 0 to 99,994.1 hours range, sonreset type, suitadle for seslflusb, panel mounting. Provide General Electric Type 2W, 2-1/2-idcb Big Look unit, Eagle Signal Bulletin 7JS unit, or equal. ELECTRIC UNIT BEATERS t Supply single power source unit beaters baving the heating capacity Indicated. Provide each heater with 93untl4g brackets for permanent mounting, protective metal barrier on the air joist ' side, adjustable louvers on the discharge side to divart air up or down as de.ired, and with electrical beating element gountel on the discharge side if the fan sotar. Provide heating elements resistance wlrr embedded in refractory material, surrauadad by t metallic sb• with metal heat transfer tint. Provide automatic thermal Jv, .eat orotection. Do not use 277-volt, single-phase fan motor& on 277- or 460-volt unit beaters. Utilize intagral transformers to provide tan operating voltage. Proviie integral, fully-rated, co^trol contactors with integral control poser source where Indicated. ' Acceptable manufacturers and types: Chromalos Type LJH, Singer Model OHS (3 to 12 kw) or Model 15 (15 to 30 AN). THERMOSTATS (HEATING) Provide a Ito* voltage, slbgle-stage thermostat with soap-a:tlon control contact opening on temperature rise add with to indicating thermometer it the cover. Provide obit with as adjustment cadge between 40 and 100 degrees F, and ao electrical ratlag of at least S kw at 240 and 277 volts and 2.5 AN At 120 volts, LJ-Hz, 1 noninductiee. Naoufacturers and types: Singer 7119-f, Mears Controls Series M7, white Rodgers Type IC, or equal. ' THERMOSTATS (COOLING) Provide a line voltage, single-stage thermostat with snip-actlon ' control contacts and in indicating tberaometar 10 the cover. Utilize units with a c0ntlhu04s wJ-Hz, resistive ratudg of 1 asp at 24J volts and 2 aspm at 123 volts, add a c30tinuo4t, el-Bj, inductive rating of 0.5 asp at 240 volts and 1 asp at 12u volts. ' Proviie units with ao adjustment range of 60 to IOU iegrees F. Manufacturers: Honeywell, Nhi•e Rodgers, or equal. ' 517146.11 1.OSG 7 DRY TYPE TR►VSPOBBERS (U TO 600 VOLTS) ' B►TERIILS Provide self-cooled, two-winding, UL Natal, dry type t transformers of the ratings Indicated ■od ouilt 14 accordance with the latest IEEE, UL, ANSI, and SRB► standardse utilize units with manufacturerls standard insulation class and , standard temperature rise. For ratings 0 to 25 kvi, provide units with core and coils completely encloses in a mooventllated, weatherproof enclosure; utilize encapsulated , windings on single-phase units 0 to 25 kvl. Oo all transformers 3 kV► and larger provide Baits with at least tour, 2-11E percent, Cull-capacity voltage taps; two abore and two ' below normal voltage rating. Supply units where sound levels determined oy tests in accordance with BEM► and ANSI standards do not exceed , 44 decibels for lU to S0 kv►. Provide Integral vibration isolators or install external , vibration Isolators which isolate the entire unit from the structure on which it is mounted. Utilize only Lotegrsl or external vibration isolators which are rated for toe weight of the transformer and provide 14 percent isolation efficiency at ' the fundamental frequency of sound emitted by the transtoraer. MANUFACTURERS ' westinghouse, General Electric, Sorgel, Tierney, Bsvi-)uty, it equal. ' C. RORBB►BSBIP OITLET AND DEVICE BOILS , Provide a box suitable for the conditions encountered at each ' outlet in the wiring it raceway system and sizes in a:carsaoce With the BBC. Use the listed types unless otherwise tnalcates it accepted. TYPES TO BE PROVIDED, STEEL R►:Ew►Y SYSTEM Locations Biz Type ' Exterior Locations, with: t Exposed Raceways :ast steel Concealed Raceways :sat steel Interior Dry Locations, with: t Exposed Rigid Conduit Cast steel Concealed Raceways Sheet steel Lighting Circuits Sheet steel ' Interior Not Locations, with: 517146.11 160SU t e Loca-Lions Bag Type ' Exposed Raceways Cest steel Concealed Raceways Cast steel ' TYPES TO BE PROVIDED, NONMETILLI.- RA--EwAT SYSTEM Locations Ras Type Ill Nonmetallic INSTILLATION t Eount Doges at the following heights unless otherwise 1&di:atel (heights are to the centerline of the hog): wall switches 46 Inches above floar Thermostats Se Inches above tlaor wall mounted telephone 52 inches up for public outlets telephane Co&Tehlehce receptacles 45 Inches above floor where above heights do not suit the building caostructlan ar finish, locate boxes as Indicated by the Eaglneer. Locations Indicated are approximate. Study the Driviags So relation to spaces and equipment surrauuding each autlet. wbec necessary, with the approval of the Engineer, relo.ate outlets to &Told Interference with mechanical equipment or structural features. Locate all light switches on lack side it doora. Locate all light fixture outlets in a symmetrical pattern ' according to the room layout uhlmss otherwise lodicated. Mount all boxes plumb and level. Use flush-mounted boxes with ' concealed conduits. Bake edges of boxes flush with finished surface. Provide proper type extension rings or plaster carers for this purpose. For flush-counted boxes, sake oalzs In the surrounding surface no larger then required to recalve toe hag. Install boxes to A secure, substantial manner suppartel Independently of coodult by attachment to the bulllioi ' structure or a structural member. Use bar hangers in trams construction, or fasten boxes directly with wood S:caws an wood, bolts and •&pension shields 20 cancrate or brick, toggle ' bolts oh bollOw masonry snits, and machine screws ar welled, threaded studs on Steelwork. Threaded studs drivel in by a powder charge and provided with lock washers and outs are ' acceptable in lieu of expansion shields. Boxes embedded in concrete or masonry need not be additlohally supported. "1111e galvanised Mounting bardware. ' S17146.A1 lbaso 9 Open no sore knockouts In sheet steel boxes than are actually ' required. Sea! any unused openings in say type bat. JUNCTION ►sD PULL BOXES ' where indicated on the Drawings, and where necessary to terminate, tap-off, or re-direct multiple conduit runs, provide ani Install 1 appropriately designed junction boxes. Purnish and install pull boxes where necessary in the raceway slates to facilitate conductor Installation. Provide pull boxes to limit :*adult runs t to less than ISO feet and to contain no more than the equivalent of three right-angle bends unless accepted by the Engineer. TTPES TO BE PROVIDED ' Use holes of the types listed for specific locatioas under OUTLET AND DEVICE BOXES. ' Use outlet bases as junction boxes and pull Dozes wherever possible and allowed by applicable codes. Provide cast concrete boxes for cooduit below graoa. ' INST►LL►TIOR ' Bake all boxes accessible. Do not install boxes ii tiaashed areas unless accepted by the Engineer. Haunt all antes plumb , and level. Use flush-mounted boxes with concealed cauduits. Bake edges of boxes flush with the final surface. Install boxes In a secure, substantial *&bast, supported , independently of conduit by attachment to the buililag structure or a structural member. Use bar hangers in frame construction, or fasten boxes directly vita woad strews an , Wood, bolts and expansion shields an concrete or bri:k, toggle bolts on hollow masonry units, and machine screws ar welled threaded studs on steelwork. Tbreaded studs drlweo in by x powder charge and provided with lock wasbers and nuts are ' acceptable In lieu of expansion shields. Boxes smaeddai la concrete or masonry need not be additionally supported. Utilise galvanized mounting hardware in Industrial areas. Install holes for .conduits under grade flush with finished grade In locations outside of paved areas, roadways, or , walkways. If it is found desirable to locate boxes In paved areas, roadways, or walkways, obtain Englaterls approval asd utilize , boxes and covers suitable for the weights to which they may be subjected. 517141.U 11050 t 10 RECEPTACLES Mount receptacles at ►eights lndlcated under JUTLET AND DEVICE ' BOXES. Mount receptacles with grounding %lot darn. ;round receptacles to boxes with grounding wire, not by yoke or screw contact. Mount weatherproof receptacles with the bloge far the protective cover above (not at aide, or below( the receptacle Opening. DEVICE PLATES ' TYPES TO BE PROVIDED ' Locations Plate Type All Interior Metal ' RP Designation weatherproof tINSTALLATION Securely fasten device plates to switch or receptacle boles or ' the wiring device contained therein. Install device plates used with flush aounted boxes with all four edges In continuous contact with the finished wall surfaces without the use of mats or similar materials. Plaster fillings will not be acceptable. Install device plates vertically or horizontally with an aligneent tolerance of 1i's Inch. Do not use sectional type device plates. LIGHTING ►NL DISTRIBUTION PANELBOARDS Mount panelboards securely where imdlcateoe plumbe in-line, and ' square with walls. Unless rtherwise indicated, count pabalooari with top of its cabinet approximately L feet above the floor. Provide a typewritten circuit directory under a metal-franal ' transparent plastic cover inside each panelboard. Provide an engraved, laminated plastic haaeplate on the outside of the panelboard showing the panalboard designation, voltage, and phases. UNIT HEATERS Attach unit heaters securely and permanently In accordance with manufacturerls recommendations. Male final wiring connections with short lengths o' nolstureproof flezible conduit. Provide an ' installation free fro■ objectionable noise when the hastar is in operation. e S17146.A1 16050 11 DRY TYPE TR1eSPORRERS (0 TO LOG VOLTS) , COnnerL electrical circuits to transformers by means of moisture—proof, flerible conduit in a manner that prevents transformer vibrations fro% being transmitted to the bulldiag or other equipment. Ground neutrals and enclosures of all traorformars in accardaoce ' with applicable codes and as otherwise ■ay be Indicatad. Connect voltage taps on all transformers to give as close as possible ti rated output voltage under normal plant load coaditioos. t D. P1YREST Payment for t►e wort in this Section will be Included as part of ' the luap sum bid amount stated in the Proposal. t 1 1 S17146.41 16OS0 , 12 ' CVB036 16110 RACENAIS ' A. SCOPE ' This sectlnn corers the work necessary to furnish and install, complete, electrical raceway systems. RELATED YORE SPECIFIED AND PERFORMED ORDER OTHER SECTIONS Section go. Item 02200 Earthwork 04402 Painting ' 16010 Electrical - General Provisions 16050 Basic Materials and Metbois 16120 16450 Conductors Grounding B. MATERIALS RIGID STEEL CONDUIT Use rigid steel conduit, Including couplings, elbows, nipples, and otber fittfmgso galvanized by hot-dipping, electroplating, lop, shewadSzing, or metalizing Process and meeting the requirements of ANSI CaU, VERA FB 1, UL. aed tLe NE:. Do not use set�c-ew type couplings, elbuwa, and nipples unless approved bf the Engineer. ELECTRIC METALLIC TUBING IEMT) ' Use electric metallic tubing, couplings, elbows, nipples, and other fittings meeting the requirements of ANSI CAG, UL, and the Y aC. Use only compression type couplings, elbows, and nlpples unless approved by the Engineer. HEAVY NALL PVC CONDUIT ' Use rigid PVC conduit, Schedule 400 UL listed for eoocrete-encased, underground direct burlale concealed sad direct e nhlight exposed use, and UL listed and marked for use with conductors having 10 degrees C insulation. Use condults, eoupllmgs, elbows, nipples, and other fittings meeting the requirements of SERA TC 2 and TC 3, federal speciflcstlon wC-lU9r, O1. NBC, and ►STM mpecitied tests for the intended use. 1 S17146.A1 1611U 1 -- --No FLEIIBLE NNTAL CONDUIT, LICUID-TIGHT Use UL listed liquid-tight flexible metal conduit consisting of , galvanised steel flexible conduit covered with an . xtruded PVC jacket sad terminated with nylon bushings or bushings with steel or malleable Iron body and Insulated throat end sealing 0-ring. ' FLEXIBLE CONDUIT, IONLIQUID-TIGHT Nonliqutd-tight conduit shall be flexible steel conduit tubing and ' shall meet UL Standard for Flexible Steel Conduit, UL-1, or any subsaqueat revisions. BICNFILL NITERIIL FOR CONDUIT ZONE ' Away from floor slabs and equipment mounting pads, �ackfill ' material for the conduit sane of direct burial conduit trenches DAY be selected from the excavated material if 1t is free Eros roots, foreign material, and oversized particles. Use material with 3/4-iacb ■allow@ particle size and suitable gradation for , satisfactory compaction. Bevove material if necessary to meet theme requirements. imported 3/4-Itch mlaLs gravel or saad may be used to lieu of material from the excavation. After ducts have , been properly installed the trench shall be backtillet with d inches of send, soft earth, or other fine till (loons measurement) placed around the ducts and carefully tamped around and over them with hand tampers. The remaining trench may oe ' filled with acceptable regular run of excavated or acceptable imported material and thoroughly tamped and compact 1 to at least 15 percent of the maximum density At optleus foist ir e content as ' dateralned by I&SHTO T 160. BACRFILL NATERIIL ABOVE C060DIT ZONE ' BAckflll material above the conduit zoos of Iirect burial conduit may be selected from the excavated material, It it cdbtains no Particles larger than 3 inches in diameter and in free from roots , or debris. Imported material meeting these same requirements may be used to lieu of material from the excavation. Compact backfill It uxi@um 12-inch layers to at least 15 percent of the aaxisu■ , density at optimum moisture content as determined by kASHr3 11d0. RACEWAY TAGS Provide permanent, nonferrous metal sackers with raceway , designations pressure stamped onto the tag. WARNING TAPE ' Provide heavy-gauge, yellow, plastic tape of w-iach mltlsus width , for sae in trenches contalsing electric circuits. Utilize tape made of material resistant to corrosive soil. gas tape with printed warning that an electric circuit is located below toe tape. Hanufacturers and types: ITT Blackburn Type Fr, ' Griffolya Co., Terra-jape, or equal. S1714i..A1 16113 , 2 1 C. NORKRANSHIP GENERAL Provide raceway systems ■eetlog or exceeding the requirements of the NEC. PROTECTION DURING CONSTRUCTION In addition to the requirements of the General Conditions, GENERAL REQUIRERENTS, and Section ELECTRICAL - GENERAL PROVXSIOBS, prior to lsatallatiom, store all products specified in this section In a dry location. Following installation, protect products frog the effects of moisture, corrosion, and physical damage during construction. Keep openings in conduit and tubing capped with manufactured seals daring construction. TYPE TO BE USED Use no circular raceway less than d/4 inch. Install ooncircu . a: raceways where indicated. Install the following types at raceway in the locations listed unless otherwise indicated: EXTERIOR, EXPOSED IRigid steel conduit EXTERIOR, CONCEALED (EXCEPT EMBEDDED IN CONCRETE) Rly:i steel conduit lh,LR1OR, EXPOSED Rigid steel conduit EMT for calling portion of lighting circuits INTERIOR, CONCEALED (EICEPT EMBEDDED IB CONCRETE) Rigid steel conduit UNDERGROUND, DIRECT EARTH BURIAL IRigid PVC conduit, Schedule 4U FINAL CONNECTION TO CERTAIN EQUIPMENT Mate final connection to motors, wall or coiling mounted tans and unit heaters, dry type transformers, valves, local Instrumentation, and other equipment where flexible connection Is required to minimise vibration or where required to facilitate removal or adjrsteent of equipment, with IS-Inch minimum, 60-loch maximum lengths of liquid-tlgbt, PVC-)acaeted, flexible steel conduit where the required conduit all* is 4 inches or less. For larger sizes, use nontlexible conXult as specified. 1 S17146.A1 16110 i1 Flexible conduit used 15 dry areas for final connections to , lighting fixtures may be nonliquld-tight, flexible steel ' conduit. SPECIAL LOCATIONS Use rigid steel conduit: ' Nhere conduit changes from underground, direct burial to ' exposed. Under equipment mounting pads. To points at least S feet outside building walls and 1 concrete slabs. LOCATION, ROOTING, AND GROUPING ' Conceal or expose raceways as indicated. Group raceways in same , area together. Locate raceways at least 12 inches away from parallel runs of flues, and stems or hot water pipes. Run exposed raceways parallel or perpendicular to valls, structural sooners, or intersections of vertical plans to provide a neat appearance. ' follow surface contours as such as possible. avold obstruction of passagevays. Run concealed raceways with a ainimus of bends in the shortest practical distance considering the building ' construction and other systems. In block walls, do oat run raceways In the same horizontal course with reinforclig steel. In outdoor, underground or vet locatl as, use watertight couplings, and connections In raceway. . Install ani equ p oozes and flttlu,s so as to prevent water from entering the raceway. Do hot botch structural members .or passage of raceways except with prior approval of the Engineer. Do cot run racsway> In equipment foundation pads. Locate raceways concealed in poured ' concrete other than duct banks so that the minimum concrete covering is out less than 1-112 Inches. Locate raceways 1n the center 1/3 of slabs wherever possible. tzcept at racew. y crossings, separate raceways I slabs not less than all tames the , raceway outside diameter. Install concealed, embedded, and burled raceways so that they emerge at right angles to the surface and have none of the curved portion of the bond esposed. Provide support during pouring of concrete to ensure that raceways remain in position. ' SUPPORT Support raceways at Intervals not exceeding NEC requiremeuts ' unless otherwise indicated. Support multiple raceways adjacent to each other by ceiling trapeze. Support individual raceways by wall brackets, strap hangers, or telling trapeze, famtened by wood ' screws on wood, toggle bolts on bollow masonry units, empausion shields on concrete or brick, and ■acbine screws or welded thread studs on steelwork. Threaded studs driven in by a powder charge and provided with lock washers and cuts say be used in lieu of , S17146.A1 16110 4 ' expansioa shields. ' Support all raceways from structural members only. Do not support from pipe hangers or rods, cable tray, or other conduit. ' Do cot use nails anywhere or wooden plugs Inserted in concrete or masonry as a base for raceway or box fastenings. Do sot weld raceways or pipe straps to steel structures. Do not use wire in lieu of straps or hangers. ' BENDS Bake changes is direction of runs with symmetrical bonds or cast metal fittings. Bake bends and offsets of the longest practical radius. avoid field-lade bends and offsets where pos able, but where necessary, sake with sn acceptatle bickey or conduit bending machine. Do ant beat metal raceways to facilitate bending. Bake bends in parallel or banked runs cf raceways from the same center or centerline so that beads are parallel and of neat appearance. factory elbows may be used in parallel or banked raceways if there Is a change in the plane of the run and the ' raceways ate of the mesa size. Otherwise, make field bends in parallel runs. For Pvc conduits, use factory made elbows for all Denis 3J degrees or larger. Uae rigid steel elbows on all 10-degree bends in PY: eondulte. Use acceptable beating methods for forming smaller bends. Bake no bends in flexible conduit that exceed allowable bending radius of the cable to be installed or that significantly restricts the conduits flexibility. BUSHINGS AND INSULATING SLEEVES ' Install Insulated grounding bushings on the ends of all rigid metallic raceways, except where raceways terminate in threaded hubs, in which case insert manufacturer's standard insulating ' sleeves. Use insulating throat connectors wherever Ell terminates In boxes or cabinets. EI.IISIOB JOINTS Provide suitable expansion fittings for raceways crossing expahsioa joints In structures or concrete slabs, or provide other suitable means to compensate for expansion and contraction. Provide for the high rate of thermal expansion and contraction of PVC conduit by providing PVC expansion Joints as recoamenlea by the manufacturer and as required. ' 51714b.Al 1b110 ' S PIC CONDUIT ' SOlvert Veld PVC conduit joluts with solvent recommended by the ' conduit manufacturer. Follow maoufadturerss solvent welding instructions and provide watertight joints. Use acceptable PIC terminal adapters when joining PIC conduit to metallic fittings. , Use acceptable PIC tamale adapters when joining PIC conduit to rigid metal conduit. PENETR►TIONS ' Seal all raceways entering structures at the first box or outlet with oakum or suitable plastic expandable compound to prevent the , entrance into the structure of gases, liquids, or rodents. Dry pack with nonshrink grout around raceways that penetrate ' concrete walls* floora, or ceilings aboveground, or use one of the methods specified for underground penetrations. share an underground conduit enters a structure through a concrete , root or a membrane waterproofed wall or floor, provide do acceptable, malleable iron, watertight, entrance sealing device. when there is no raceway concrete encasement specified or ' indicated, provide such a device having a gland type sealing assembly at each end with pressure bushings which may he tightened at any time. when there is raceway concrete encasement specified , or indicated, provide such a device with a gland type sealing assembly or the accessible side. Securely anchor all such devices into the masonry constrUCtiOL with one or more dntegrsl flanges. Secure membrane waterproofing to such devices in a permanently , watertight manner. where ao underground raceway without concrete encasement enters a ' structure through a nonwaterprooted wall or floor, install a sleeve made of Schedule 40 galvanited pipe. Fill the space between the conduit and sleeve with a suitable plastic expandable t compound, or an oakum and lead joint, in each side of the wall or floor to such a manner as to prevent entrance of moisture. ► watertight entrance sealing device as specified way be used in lieu of the sleeve. UNDERGROUND DIRECT BURIAL y GENERAL Meet the following additional requirements for underground , raceways: Coordinate installation of underground raceways with other outside and building construction work. Maintain existing ' outside utilities in operation unless otherwise indicated by the Engineer. S)i)V�.►) )�))u 6 t ' Remove and properly install all raceway installations Dot in compliance with these requirements entirely. Do not use union type flttibgs underground except with approval of the Engineer. ' TRENCB EXCAVATION AID BACRPILL ' Follow the requireaeats of Section EARTHWORK. Provide a minimum cover of 2 feet over all underground ranee►ys unless otherwise indicated. ' Do Dot backflll underground direct burial raceways until they have been inspected by the Engineer. TARwtkG TAPES Bury warning tapes approximately 12 inches above all ' underground conduit runs. Align p—allel to and within 12 Inches of the centerline of runs. SEPARATION AND SUPPURI ' Separate parallel runs of two or more raceways in a single trench or concrete-encased duct bank with preformad, Donaetalllc spacers designed for the purpose. Install spacers At intervals not greater than that specified In the NEC tot support of the type raceways used, &Dd 1n no case greater than 10 feet. Support raceways Installed iD till areas suitably to prevent accidental bending until backtllling is complete. I1w raceways ' to .upports, and raceways and supports to the ground, so that raceways will not be displaced when earth backflll 1s placed. ' ►RRANGEBENT AND ROUTING Arrange multiple conduit runs substantially in accirdance with any details shown on the Drawings. ' Take minor changes in location or crass-section as necessary to avoid Obstructions or conflicts. There raceway runs cannot be Installed substantially as shown because of conditions not t discoverable prior to digging of troacbes, rotor the condition to the EDgiuser for instructions before further work is acme. There other utility piping systems are encounterea or being installed along a raceway route, maintain a 12-igch minimum vertical separation between raceways and other systems at ' crossings. BalutAID A 12-rncb Niulmms separatloa between raceways and other mystesa In parallel runs. Do got place raceways over valves or couplings In other piping systems. ' Refer conflicts with these requirements to the Engineer for Instructions before further work Is done. 1 S17146.A1 1611U 7 In multiple conduit runs, stagger raceway coupling locations so ' that couplings in adjacent raceways are not in the same transverse line. ' RACEWAY COATIN; Coat couplings and joints of underground direct-burial raceways ' with Eopperr, Bitusastic No. 50, or wrap the couplings and joints with Scotchwrap No. S1 plastic tape with 1/2-iocb t overlap. PREPARATION FOR POLLING IN CONDUCTORS Do not install crushed or deformed raceways. Avoid traps 1n ' raceways where possible. Take care to prevent the lodging of plaster, concrete, dirt, or trash in raceways, boxes, fittings, ' amd equipment during the course of constructian. Rate raceways entirely free of obstructions or replace them. Reas all raceways, remove burrs, and clean raceway interior before introducing ' conductors or pull wires. Immediately after installation, plug or cap all raceway ends Witt watertight and duat-tight seals until the time for pulling in ' coodurtors. ERPTY RACEWAYS , Certain raceways will have no conductors pulled In as part of tnis Contract. Identify with tags at each end the origin and destination of each such empty raceway. Provide a permanent cap over each end of each empty raceway. Provide a nylon pull wire In each empty raceway. D. PAYRENT , Payment for the work 1n this section will be Sacludel as part of ' the lump sum bid amount stated in the Proposal. 1 t 517146.A1 16110 ' a ' tCUB037 16120 CONDUCTORS ' ----- ---------- ►. SCOPE 1 This section corers the work necessary to furnish and Sastall complete conductor systems as specified herein. ' RELATED BORE SPECIFIED AND PLRFOiNED UNDER OTNEB SE:TgONS ' Section No_ Item 16010 Electrical - General Provisions 160SO BASIC Aaterials and setbols 16110 &&coveys 16450 Grounding ' B. MATERIALS CONDUCTORS CONDUCTORS 600 VOLTS AND BELOW 1 In raceways, ducts, and cables; provide copper coaiu:t-are with the type of insulation spacifted. Provide conductors, including insulation. cabling, jacket, filler, shielding, covering, 401 testing, that east all applicable requirements of ICE& S-11-61 and 5-61-40e, the NEC, and UL. Unless noted otherwise, conductor sizes Indicated are based on copper cooductors. Do not provide conductors smaller thin thosa Indicated. ' Provide straaded conductors for sizes No. S ►eG or larger. For conductors No. 6 AVG or larger, provide insulation of best- and moisture-resistance Grade TRW or TWVm. Provide saaller ' conductors With thermoplastic insulation type TV or TBWN/TBWm. Provide factory, color-coded conductor Who a sepac&ts color for each voltage used consistently throughout the system. CONDUCTOR TAGS Cooductor tags for conductors No. 12 AWG and below &ball be legible permanent sleeve of yellow or white PVC with macolne printed black marking. Tags relying on adhesives or taped-on markers are not acceptable. ' s17146.A1 1.12G 1 EQUIPRENT G83OVDI13 CONDUCTCRS ' Provide stranded copper conductors, size as required by NE:, for equipment grounding. Provide conductors vita green type TR ' Insulation with a Minimum thickness of 2/64 Inch. DIREST BURIED GROUNDING CONDUCTORS , Provide here stranded copper conductors, size as indicated on the Drawings, for toe ground system at transformers sad where Indicated. , C. NOREEANSBIP GENER►L ' Do not exceed cable manufacturer's recomseadatlans for maximum ' pulling tensions and minimum banding radii. share pillLog compound 1s used, use only UL listed compound compatlole with the cable outer jacket and with the raceway involved. COMDU:TORS CONDUCTOR 100 VOLTS AND BELOW Run cables as indicated on Drawings, with no splices except is ' Indicated or accepted by the Engineer. sire outs say oe used on solid conductors of 120-volt and 277-volt lighting and 127-volt receptacle circuits only. Use crisp :ounectors with tools by same saaufacturer and/or UL listed for coonectors o: all stranded conductors. Soldered mechanical joints insulated with tape will not be acceptable. Vinyl plastic tipe hf suitable quality is acceptable In lieu of rubber aio friction ' tapes. where conductors will be connected by others, provtde ilagoate length pigtails. , Provide terminals and connectors acceptable for toe type of material uwed. ' Arrange wiring In cabinets, panels, and motor control centers aest:y cut to proper length, and remote surplus wire. Attien , Thomas D Batts Insulated ring-type eSta-koas compression terminal, or equal, to control wiring for connection to terminals, and bridle and secure in an acceptable sauher. Identify all circuits entering motor control centers or other ' control cabinets in accordance with the conductor Identification system specified in the Circuit List. Attach compression terainals with a tool speciflcilly dwsigned , for that purpose. S17146.11 1i.123 t 2 r rD. PAYAZIT r P+lsest for the sock it this section sill be Included as part of the 1vaP su■ bid aaount ■tated in the Proposal. 1 r 1 1 r r 1 1 r 1 r i r 1 r 1 SA7l46,.A1 ISM 3 tCWB03R 161SS LOW VOLTAGE ROTOR CONTROL ' A. SCOPE ' This section covers the work necessary to complete, motor control furnish and install, equipment. Provide each motor with a suitable controlleler and mad devices that will perform the tuactions specified and required for the respective motors. Rotor horsepower ratloys and enclosures shown are what 1s a wpected. This SAforsation is for guidance only and does not 1 limit the equipment sire. When motors furnished differ fro■ the •zPanted ratings indicated, make the necessary Adyustments to wlris g, eomduit, discoamect devices, motor Starters, branch circuit protection, and other affected material or equipaent to accommodate the motors actually installed. GENERAL ' Like items of equipment ptovldvd hereunder &ball be the end products of one manufacturer In order to achieve standardization t for appearance, operation, maintenance, spare parts, and @anutacturer s service. ' RELATED WORK SPECIFIED IW OTHER SECTIONS Section No. Item 1600 16450 Electrical - General Provisions 36450 Basic Materials and Methods Grounding SUBMITTALS AFTER AWARD OF CONTRACT Sutsittals After Award of Contract shall be made in accordanc= with Section 01001 in Division 1, GENERAL REQUIREMENTS, and Section ELECTRICAL - GENERAL PROVISIONS. In Addltioa, the following &pacific int ormatlon shall be Prow ad: 1 One-line diagrams ' Elementary diagrams Connection diagrams ' S17146.A1 161SS 1 Installation instructions Maintenance instructions , Spare parts list Test reports R. NATMRIA1S ROTOR CONTROL, GENERAL Provide each motor with A suitable controller and devices that , will function as specified for the respective motors. Controllers shall most MEN► ICS, ►NSI C19el, the NEC, and UL. Rotor horsepower ratings and enclosures shown are what is expected. Ratings ere for guidance only and do not limit the equipment size. Who motors furnished by the Contractor differ from the expected ratings Indicated, the Contractor shall sale the necessary adjustments to wiring, conduit, disconnect devices, motor starters, branch circuit protection, and other affected material or equipment to accossodate the motors actually installed. ' Each motor shall bare thermal overload protection in all ungrounded phases. This protection shall have thermal overload relays, sensitive to motor current, and a_unted within the motor controller, or a combination or thermal protectors sabodded within the Rotor windings and controller-mounted overload relays, as indicated. All overload protection devices shall be the ' inverse-time-limit type. Controller-mounted overload relays shall be the manual-reset type w Sth externally operated reset button when used without motor thermal protectors: when used in conjunction with thermal protectors, they shall be the automatic reset type. Ine Contractor shall select and install overload relay beaters after ' the actual naaoplate full-load current rating of the motor has been determined. Install and connect any required thermal protector monitoring relay provided by motor manufacturer In motor-control circuit and provide manual reset function. Fuse tbermal-protector circuits .1 according to the manufacturer's recommendations. MANUALLY OPERATED STARTERS, INTEGRAL HORSEPOWER Provide starters meeting MEN► ICS of the horsepower rating, voltage, numb r of phases, and enclosure shown and with thermal overload protection, and pushbutton or toggle switch operation. ' Provide for locking in the OFF position. Provide running overcurrent protection. 1 517146.►l 161SS , 2 , E _ FULL VOLTAGE M\GNETIC STARTERS ' Provide starters meeting MENA ICS, Class A. with the rating and enclosure shown. REDUCED VOLTAGE STARTERS, MENA CLASS A Provide starters Meeting VERA ICS, Class A, with the rating and ' enclosure shown. Starters shall be single—step magnetic autotrassforeer type, having closed circuit transition and an adjustable time interval between application of starting and running conditions to the motors. Provide autotransformers suitable for sedius—duty service as specified in MENA ICS, and with overtesperature protection. Provide taps giving approximately 50 percent, 1.5 pe. •ant, and ML percent of line ' voltage at output terminals. CONTROL POKER TRANSFORMERS ' Supply individual control power transformers where indicated. Its transformers shall have sufficient capacity to serve the connected load and limit voltage regulation to 10 percent during contact or ' pickup. Fuse one side of the secondary winding and ground the other side. Provlce prlmaty winding fuses where shown on Drawings, or where required by applicable codes and standards. ' MOTOR CONTROL CENTERS Provide Motor control centers and compouents setting the requirements of the latest revised MENA standards and the following requirements, unless otherwise Indicated: RATING voltage As indicated on the Drawings Supply Circuit, Short i2,000 amps rms symmetrical Circuit Rating ' MENA Class Class 1, Type N ' ENCLOSURE 1 Type MENA Type 1 gasteted Vertical Section *10 Inches high, 27 Itches wide, Dimensions 20 inches deep 517146.&1 161SS ' 3 flalsb EzterlOC: seoufactuter's standard ' gray over a primer ant rust Inhibitor; , Interior: white lacquer or enamel Construction Shalt steel reinforced with channel or angle Irons, section constructed so ' they may be butted flush, end-to-ead Against a similar section without bolts, outs, or cover plates causing ' interference Section Hounting Removable formed steel channel sills and removable lifting angles ' Horizontal Hiring full width, top and bottom, accessible Compartments from front ' Vertical sirlog full height, isolated from unit Compartment starters with a separate door, ' accessible from front Unit Compartment Individual compartsout: separated by steel barriers for sacs starter, ' feeder. or other unit capsule of boin; wired from front without jolt removal Compartment Doors Separate hinged doors for eaco ' starter, feeder, or other uo.t Docr Interlocking Starter and feeder doors mechanically t Interlocked so doors cannot be opened with unit energized; provide deflator sechanisa to allow intentional access , at any time; provisions for padlocking external disconnect handles In the 3Fi position ' Cebit Entrance Rats leads enter from bottom; coutrol and feeder circuits enter from top and bottom ' H05 Horizontal Power Bus 3-phase copper bus entire width of t control center rated 600k, constructei ' to allow future extension of additlo Dal sections; pressure type solderless lugs for each tacoming line cable , S17146.kl 16155 ' 4 , Vertical Power Bus 3-phase copper bus full height of section rated 300 asps minimum; •sandwich• type bus insulation that provides dead frost construction with starter units removed except for bus 1 stab openings; Belleville washers on All bus Connection bolts 1 Neutral Bus Bone Ground Bus Copper, 400► Niniaus capacity; 1 Belleville washers on all bus connection bolts Bus Bracing 22,000 amps res symaetrlcal ' MOTOR ST►RTER UNITS ----- ------- ----- General Individual components and control devices Including pushbuttons, selector switches, 10dicatlng lights, ' control relays, time delay relays, and elapsed time meters shall be as specified in Section "ASI: RATERIALS ' AND METHODS Construction Drawout combination type with stab c Onb.ctloas, except where size ani weight of equipment make this Impracticable; readily Interchangeable with starters of similar size; provide ' pull-apart unit control wiring terminal boards Starters NERA standard rating, except none *sailer that $ERA Size 1; meet requirements specified unlsr Burch CONTROL, GENERAL; slaisum starter dimensions 12 itches high by full section width Disconnecting Device As indicated, disconnecting device shall be lockable In OPEN position Circuit Breakers Bolded case with asoufacturer's recommended trip setting for m,,isus motor protection, magnetic trip only; tripping Indicated by operating handle ' position; Interrupting capacity required for connection to system with short circuit capacity lndicatei S1714m.A1 1w155 ' S M �' Rotor Overload Temperature compensated, three-pole, Protection hisstallic tbermal overload relay; provide manual-reset overload relays ' when used independently of otber overload protection; provide a utoaatic-reset when used with ' integral motor tberaal protector Rotor Thermal Provide sanual-reset Interposing relay Protector Interface for connection to motor-mouated ' thermal protector system CONTROL UNITS ' Dlmconnecting Device Provide disconnecting device capable t of de-eherglsing all c.rcuits 1n the unit Control Devices as Indicated on the Drawlags aad as ' specified In Section NaSI= MATERIALS IND NETNODS Control viring Permanent sleeve type markers applied , to all wires, minimum wire sire 14 \vG , FEEDER UNITS copper----- Construction Same as under ROTDR STARTER UNITS ' Circuit breakers Unless otherwise indicates, sollea , case with thermal-magoetic trip ana Interrupting capacity requlred for connection to system with short circuit capacity indicate!; tripping ' indicated by operating band!• position NAMEPLATES ' Engraved with Inscription as shown on •, the single-line diagram, laminated plastic nameplates for sash motor control center and each unit, blank nameplates on spaces for future units ' Provide nameplates that are white and engraved to a black core; attach , nameplates with stainless steel panhead screws S17146.\l 161SS , 6 ' tnIACRAMs - Y Schematic (elementary) and outline diagrams, equipment Schedules, ' wireless unit connection dlagramr rasrs ISM& standard ' MANUFACTURERS General Electric, 7700 Line ' Westinghouse, fire Star Or equal C. WORKMANSHIP ' GENERAL Work shall be performed In a workmanlike manner by craftsmen skilled Sn the particular trade. All work shall present a neat and finished appearance. INSTALLATION Install equipment In strict accordance with sub-,ttal dravings and sanufasturer-s recomsendatiocs. Secure motor control centers rigidly to floors or mounting pads with anchor bolts, Phillips Drill Company concrete anchors, or other acceptable Means. Grout ' Mounting channels provided with motor control into the floor or mounting pads. Retighteo to MENA standards all current-carrying bolted connections and all support franin7 and panels. Field adjust the trip settings of all motor starter magnetic trip ' only circuit breakers. Adjust to approximately 11 times (10 times minimum) Motor rated current. Determine motor rated current from motor nameplate following installation. Allow for Motor current reduction where capacitors are Inmtalled. Prepare a t± pad tabulation of motor horsepower, nameplate full load current, heater catalog number, protective device, trip setting, and Include copy in the Operations and Maintenance Manual. 517146.&1 16155 t7 ►fter the equipsent is Installed, touch up any scratcbea, •arks, t etc., Incurred during shipment or installation of equipment. It ' required by the Engineer because of undue amount of scratches, repaint the ectire assembly. FIELD TESTS , FUNCTION►L TEST Prior to plant startup, all equipaent shall be Iuspected for ' proper alignment, proper connection, and satisfactory performance. D. P►TEENT 1 Payment for the work in this section will be included as part of t the lump sum bid amount stated in the Proposal. • ♦ • ♦ ♦ • t 1 1 517146.►1 161SS a CVB041 16163 S*ITCHBOARDS ------------ ►. SCOPE ' This section covers the work necessary to furbish and imstall, cORPlsts, all switchboards. tGRNEEAL ' Like itsms of equipsent provided hereunder *ball be the end produ:ts of one manufacturer in order to achieve staodardizatlon for appearance, operation, maintsmasce, spare parts, and ' Manufacturers* service. REFERENCE STANDARDS ' See Section ELECTRICAL - GENERAL PROVISIONS, wbich list the standards that apply to the work specified herein. Ib adzltlan, the switchboards shall be designed, manufactured, and tasted it ' accordance with the following standards: Underwriters' Laboratories No. UL-51: ' NERA PS 2, latest series Provi Se switchboards with all UL listed cosponehts and bearing i ' UL label. where used as service aotrouce equipment, 101t:4039rl shell be UL listed for such use. t RELATED NOR, SPECIFIED AND PERFORMED JNDEN OrdER SECH Obo Section No. Item ' 16010 Electrical - General Prowislans 1.050 Basic Materials aid Methods 16110 Raceways 16120 Conductors 16155 Low Voltage Rotor Control tSUBMITTALS AFTER AWARD OF CONTRACT Submittals after award of Contract shall be made in accordance with Section 01001 in Division 1, GENERAL RE00IRERENr S, and Section ELECTRICAL - GENERAL PROVISIONS. In addition, the following specific information shall be provided: ' Voltage and continuous current rating Short circuit withstand rating of bus S17146.A1 161.3 1 1 Overall outline dimensions Space reserved for conduit entrance Protective device frame cement rating Protective device short circuit rating Protective device trip Ode-line diagram superimposed on a front elevation sba.log instrmeentatiou bus and protective device location E. EAILAIALS GENERAL Provide switchboard equipment suitable for connection to a Rota: Control Center with a short circuit current at the 113e teraluals as shorn. Provide equipment suitable for operation as 7lrcults rated as follows: voltage 4601/277 volts Service 3-phaae, tout-wire for servica entrance CONSTRUCTION Provide dean Croat type, completely metal ehclosad, self-supporting, switchboard capable of being rolled ar Novel iota position and bolted directly to the floor without the use of floor sills. Provide switchboard with adequate lifting goals. Provide side, tape and rear covers with removable captive scraw-oo Plates having formed edges on all sides. Provide front plate$ that are sectionalised, resoVabl V, an] fabricated from steel with formed edges on all sides. Provide front access call seitchboards. Provide awltchboaris Vito All incoming line terminations, device connections, bolted bus connections, protective device removal, line and load terminations serviceable without roar or side accass. All sections shall allgo across the bacA to permit the structure to be placed flush agalost the wall. Provide sections with suitable depth to accouoiate aid conoect the equipment included therein. Provide A switchboarl with overall disensloas of heights vidthe and fepth not aAceedluq toe space shown for the equipment on the Drawings. Provlie ousday, cable, or other types of terminations shown tar circulta eaterlsg or leaving the equipment. 1 517146.A1 1e1.3 2 ' rovld* all required wiring, tune blocks, &ad terminal blacks within the switchboard. Provide all control end metering circuits leaving the switchboard with suitably Barked terminal blocks. Arrange terminal blocks such that individual coaduct3c■ of Incoming cables will land on ad3ac*at terminal points including spare points for any spare conductors. Submit terminal block arrangement and layout to the Bugisear for approval. Provide a ' minimum of 20 percent spare terminals. Pro-vide 6001. 30a, barrier-type one-piece terminal blocks with strap-screw lugs, General Blactrlc Type BB-25, or *goal. Provide ring-type ' compression terminals for all control and metering termloatioas. Clean all ezterlor and Interior steel surfaces thoroughly and finish with manufacturwrts standard color bated enamel over a rust-inhibiting phosphated costing. Provide copper bus work of sufficient cross section to limit ' temperature rise at rated current to SS degrees C. Provide bus arrangement of phase a-B-C, left-to-rigbt, top-to-bottoo, and front-to-rear, as viewed from the trout. Provide a uio ' hurlsontal bus with a continuous current rating .30 &&pores, braced for stresses from abort circuit currents S0,031 rem &spaces symmetrical. Provide a full capacity horizontal bus In all sections (not tapered) for future *ztenslon, and complete ous,ack for all branch devices shown as tutor* requirements. Provide neutral bus *standing the aotirs length of the switchboard ' of the same material as the main bus and a continuous current rating Sa percent of the main horizontal bus rating. 1 Provide a copper ground bus aztuolinq the entire length of the switchboard, bolted to each vertical section, rated 43D amperas and with a ground lug for 4/0 copper conductor on each end at the bus. IBSTBOB6BTAT10B ' Provide the instrumentation and metering shown an the Drawings in accordance with the following requirements. where po,ec cospiny metering 1s ahown, provide a ast.ariog section conforming to all requirements of the serving utility. Include with submitt&l Drawiogs, written verification of the power companyes approval of the design. ' Voltmeter Switchboard type :E &8-43, or equal, oosloal 4-1/2-inch model, 25u-degree scale and an accuracy of plus or ■sous ' 1 percent ' S17146.a1 11163 3 Lasater Switchboard type ;E AB-43, or equal, , nominal 4-1/2-10c6 aodel, 250-degree scale Lad an accuracy of plus or Rings 1 percent ' Voltmeter Switch Rotary cam type with pimt.l grip handle engraved escutcheon ;E SRI, , vast Type R, or equal; seven-position, phase-to-Pbassv phase-to-neutral, and Off &easier Switch Rotary cam type with pistil grip ' handle# engraved escutcheon ;E SB-10 Nest Type N, or equal; f34r-positloa, t 3-phase currents, and Off Potential Transformers Bolded type, vi.b 0.3 accuracy classification at burden imposed by ' meters an! Instruments (lociuilog future) as shown Rai two primary fuses Current Transformer Folded type, donut type, with 1 0.3 accuracy it burden 1maosed by meters and instruments (lacludi3g ' future) shown; furnish sh3rtlmg-type terminal boards for all cirreat transformer leads MOLDED CASE .CIRCUIT BREAKERS ' Provide molded case circuit breakers with the fraaa site, trip , rating, and interrupting rating shown, fined ■ountiul, manually operated, with therRalvagbetic and fired instantsaeaus trip. EANUFACTURERS ' General Electric, AT-Line; westioghouse, Pow-R-Line; ;oull, IrE, Unl-P3war; Square D, Nulti-5ectl0n; Cutler-Bmamer, Federal 1 Pacific; or equal. C. RORKEARSBIP INSTALLATION Install switchboards it strict accordance with submittal Drawings and ■anufarturerla instructions. secure each freestanding section to floor or @bunting pad with anchor bolts or other acceptable ' means. S17141.A1 161.3 ' 4 T1ELD TESTS Perform an operational test of all lostrumentstios aoi protective t devices. Provide all required test equipment and the services of a qualified technician to perform the tests. Perform all to3ts in the presence of the 6oglaeer. D. PIThEmT ' Payment for the work to this section will be Included as pact of the lump sus bid amount stated in the Proposal. a t 1 1 t 1 ' S17146.a1 161.3 S 1 ' CRB034 164SO GROUNDING A. SCOPE This section covers the work necessary to furnish and installo complete, the electrical grounding system. ' RELATED RORR SPECIFIED AND PERFORMED DNDER OTRER SFCrI0a5 Section go. Ite■ 16010 Electrical - General Provisions 16050 Basic Ratertals sad Rethais 16110 Raceways 16120 Conductors ' 1615S Low voltage Rotor Control 16163 Switchboards 16SOO Lighting ' J. MATERIALS GROUND RODS Provide copper-cla7 steel ground rods not less than 3/4-laca ' diameter, 10 fast Long driven full length into the girth. ipeclal requirements shall be as shown and as specified hereia. GROUND CONDUCTORS Provide grounding conductors of the size shown and tea type specified in Section CONDUCTORS. ' GROUND CONNECTIONS For below grade connections, provide ezotherafc-weldel type of connectors as manufactured by Cadwald, Thermoweld, or equal, or compression type connectors designed for this special purpose as manufactured by Burady, Thomas and Betts, or equal. For above grade connections, provide exothersic-veldel, eororasaion, or brazed connectors. ' C. .ORER►IShIP GENERAL Except where Specifically indicated otherwise, ground all e•posed ' aoncurrent-carrying metallic parts of electrical equipment, raceway systems, and the neutral of all wiring systems to strict accordance with the BEC, state, and other applicable laws and ' S17146.A1 16450 1 requLtloas. , Where grounding conductors are shorn, bond the wires to ■etal.lc enclosures at each and and to all intermediate metallic , enclosures. Connect grounding conductors to all groundiag bushings on raceways. Where any equipment contains a ground bus, extend and connect grounding conductors to that bus. connect the ' enclosure of the equipment cretalning the ground bus to teat bus. Run ground conductors inside conduits enclosing the parer conductors. Wake connections of any grounding conductors to motors 10 by and above or circuits 20 amps or above by a sa'derless terginal nod a 5/16-loch alainu■ Dolt tapped to the aotor frame or egulpsent ' housing. Ground connections to smal' ,r motors or equipment may be made by fastening the tetminal to a connection box. =onnect junction boxes to the equipment grounding system with grouading ' Clips mounted directly on the box or pith 3/6-inch sa:hlne screws. Completely remove all paint, dirt, or other surface covering, at grounding conductor connection points eo that goof metal-to-aetal contact in made. ' Install sufficient ground rods in addition to code required grounding so that resistance to ground as tested by ataadari methods does not exceed 1 Ohs unless atbervise acceptea. where more than one rod Is required, install rain at least I fast apart. Ground metal sheathing and any exposed metal vertical structural , elements of buildings. Grouad metal fences enclosing electrical equipment. Bond any metal equipment platforss which ;uFp,rt electrical equipment to that equipment. Provide goo] electrical ' contact between metal frames and re clings supporting pusboutton stations, receptacles, Instrument cabinets, etc., ani r-icawsys carrying circuits to these devices. Bond nsutrals of transformers within buildiags to the system ' ground network, and to any additional indicated grouading electrodes. , GROUNDING CONNECTIONS 001025 shown dthervise, sake connections of grounding conductors , to ground rods at the upper end of the rod rite the wad of the roi and the connection point below finished grade. When making tberalte welds, vice brush or file the point of ' contact to a bare metal surface. Use theralte Welding cartriigas and molds in accordance with the ■anufacturerts recomseadatians. ' after welds have been made Rod cooled, brush slag fros the weld area and thoroighly clean the joint. 'or compression coaaeztars, age homogeneous copper, anti-corrosion, surface treataent compound ' at connectors In accordance with connector manufactarar's recommeadatioas. Use connectors of proper slag fir conductars and ground rods specified. Use connector sanufacturares compression tool. Notify Engineer prior to bacxfilliog any grouci , c Onne:tions. 517146.&1 1'64Su , 2 ' FIELD TESTS Test Ih the Englnearas presence the grouaf resistahce of the grounding slates. pro ride eoplas o: repo..ts of all grauadinq system' Inclusion Sn Dperation and salnLenanGe sanuals tests tar the EhgiDeer. and far [eater by D. pa1EEmT payseat for the work in this section will he Include, as part of ' the lusp sum hid anount stated in the proposal. • • • • t F ' 51734�.13 16Y50 3 ' CNMD4C 16SOU LIGPTING A. SCOPE-_--` This 6OCtloo Covers the sort necessary to furalsh mad install. Complete, all lighting systems. ' RELATED ROSE SPECIFIED AND PERFORMED UNDER OTHER SECTIONS ' Section No. Item 16010 Electrical - General Provisions ' 16050 basic Materials and Rethods 164SO Gro-, ling SURRITTALS AFTER AWARD OF CONTRACT Submittals After award of Contract shall be ■ade In accordance with Section D1001 in Division 1. GENERAL REQUIREMENTS, an.1 Section ELECTRICAL - GENERAL FVOVISIONS. In Addltlon, the following specific information shall be provided: SUBSTITUTION AND SAMPLES Submit a sample for 0-ca suustltuted lusioaire, At requested by the Engineer. sabstituticos will be accepted only if Iuaged equal or better In performance characteristics, construction quality, ease of malnteaaoce, and Aesthetic appearance. INTERIOR LUMINAIRES Submit complete photometric data for each substitution, prepared by independent laboratories, Including Candle power distribution curves in two or sore planes, candle power :hart ' 0 to 1D degrees, lumea output chart, average Noxious brightness data, and coefficients of It11138tion for zonal cavity calculations, lusinalre t,n1ab, Petal gauge, leas saterlal. pattern, and tbietness. tEXTERIOR LUMINAIRES ' Submit technical photometric data Including IES 1lghtiag Classification and laoluz diagram. Submit fastening details of luslaaire to pole ballast type, ballast location, and method of ' fastening. S17146.A1 1s500 1 LAMPS ' Submit manufacturer's catalog data, Including voltages, colors, approximate hours' life, approximate initial luseos, lumen , maintenance curve, lamp type, and base. BALLASTS ' Submit manufacturer's catalog data, Including type, wiring diagraa, nominal watts, input voltage, starting current, line current, input watts, sound rating, power factor, and low ' temperature characteristics. 0. MATERIALS LUMINAIRES GENERAL ' Provide luminaires as sbova In Luminaire Schedule, with proper , hangers, pendants, Oanoiles. lamps, etc., necessary for complete installation. Use only UL listed luminaires. Provide luminaires having "feed thrum or separate function Doles. 1 Provide two lamp ballasts wherever possible. Provide luminaires with wire leads not smaller than 16 AWa and with all electrical components easily accessible and replaceable without removing the lualoaire from the ceiling. , SPECIAL REQUIREMENTS Provide luslaaires installed outdoors with SUITABLE PJR .Er , LOCATIONS label and a removable prewired ballast. RANUFACTURER t See types listed In Lualaalre Schedule on Drawings, or equal. LAMPS ' GENERAL , Provide lamps of the types and sites Indicated for each luminaire. MANUFACTURERS ' Incandescent: General Electric, Sylvania, Restiagnouse, or , equal. S17146.41 16500 2 i ' Fluorescent: General Electric, Sylvania, Nestdngbouse, or equal. i Mercury vapor: General Electric, Sylvania, westiayhouse, or equal. ' BALLASTS GENERAL Provide ballasts Conforming to ANSI and UL standards for light output, reliable starting, radio intertergsce, and dielectric rating. Provide UL labeled ballasts. iFLUORESCENT Provide high poser factor, 430 milliampere, rapid start for ioperation at voltage shown. Provide ballasts certified by electrical testing laboratories to conform to Certified Ballast Manufacturers' specifications, except share such specifications iare not available. Provide UL listed ballasts. Provide fluorescent ballasts with "►" sound rated. Nbere an "Am rating is not available, use the next highest rating. The Dodge level, 2 feet fro■ the installed fixture, sh►ll not exceed 30 decibels. i Provide Class P fluorescent ballast furnished with sinimus of one automatic resetting, thermostatic protector to prevent the case tevperature from exceeding 110 degrees C 1n the event of a ' sbo.t circuit in the ballast coil primary, secondary, or power capacitor. i Provide ballasts for use in exterior luminaires to produce reliable starting of the lampa at sinus 20 degrees F at 90 percent of nominal line voltage. ' MERCURY VAPOR Provide high power factor, normal aabient, constant wattage i ballasts for the various voltages and wattages as specified in the Luminaire Schedule shown on the Drawings. Ballasts to "sit lamp wattage variation to S percent for a line voltage change of 10 percent. Line current during starting and during lamp warm-up time not to exceed normal operation current. Ballasts to have separate capacitor protection. ' MANUF►CTURER Fluorescent: General Electric, Universal, Advance, or equal. 1 517141.A1 16500 3 Hercury vapor: General Electric, Sylvania, Advance, or equal. ' STANDBY LIGHTING UNIT, PORTABLE Portable avotgency lighting units shall be provide] which shall ' contain the following items: a 6-volt nickel cadmium type battery capable of supplying 60 watts for a period of a•. least ' 3 hours, with a guaranteed life of at least S years, a FOLLY DISCHARGED to FULLY CHARGED period of 12 hours, two sealed bees 25-watt, full adjustable lamps mounted on the unit, a relay which shall automatically energize the lights upon loss of the 277-volt, 60-Hs poser, and a toggle switch in each lamp circuit so that each lamp may be turned off Individually. The above Items shall be mounted in A compact unit for wall mounting. ' Provide units with tine delay relay which keeps units energlzed for 10 minutes after Unreal lighting In restored. MANUFACTURERS ' Dual-Lite, Standby Systems, or equal. C. wOREWANSHIP ' LUMINAIRES , Install each luninalre in o sooner recommended by the lusioalre manufacturer and accepted by the Engineer. ' Furnish and install all additional tailing bracing, hanger supports, and other structural reinforcements to the builling t required to properly and safely mount luminaires, all acceptable to the Engineer. The Contractor shall be responsible for handling the luminaires, ' Insts11109 plumb and level, and keeping luminaires clean. Install all luminaires straight and true with reference to ' adjacent walls. Provide surface-mounted luminaires, not accepted for installation ' on combustible low-density Cellulose fibreboard, with accepted spacers to mount lualnalres 1-112 inches frog the ceiliug surface. Provide pendant luminaires with single stag, unless twin stems are ' noted, swivel type hangers and canopies as accepted by the Engineer. Finish hangers and canopies to match luminaires, unless otherwise noted. Space single-stes hangers on fluorescent ' luminaires nominally 48 inches #- rt. Where luminaires are pendant-mounted and a mounting height Is indicated In Lualnaire Schedule, height is from bottom of luminalre to finished floor. ' 517146.A1 16500 ' 4 t Provide each lumdnalre outlet box with a galvanised lusinaire stud to fit the luslnairs selected. ' after construction of total project is completed, resive all labels and other markings, wash dirty luminaires Inside and out with a nonabrasive mild soap or cleaner. Clean lusinaire plastic lensem with antistatic Cleamers only. Touch up all palmted ' surfaces of luminaires with t -,,-grade exterior enamel, and poles with paint supplied by ■anuf� or. ' Locate luatualre where shown o❑ the ceiling plans. STANDBY LIGHTING UNIT, PORTABLE ' Install in strict accordance with sanufacturerls recommendations. Provide separate circuit wiring to lusluaire as required by NEC tand make all circuit connections permanent with conduit and wire. BALLASTS ' Install In strict accordance with sanutactmrerts recommendations. Utilise all ballast aounting holes to fasten the ballast securely within the luainalre. D. PAYMENT Payment for the work in this section will be included as Batt of the lumP mu■ old amount stated 1n the Proposal. 1 1 S17146.A1 16500 5 PART 5 i DRAWINGS J =� ��=.tea � _• ,' 'I � � r �-1 •STORM .YNEB EY-ENLpN Nf� -� _ a� rNCE A TO GWAw�nGS yG�,�hEv-ROG ly7TE5 ,.. YyPY4YalS� MCII:.l.6�! . .... .. "' SMlY O�I�u M4yM� •OWl AO $ITE PLAN . ., .a.ulaulswaYur. e..anr....w...r.e.o!•...... a VwllY Olaf: ✓I�b A10O 4.fw� — _ � �rrt6YfF�0 M<KM/af ifY.6/Oan. . 'Mt�[lMCvw.oNYa yalai.ry �w���� ' a isaaYRO ! di4 _ _ .aIWaYIYYW - • �w.gYu.eMwau . iE1dPl9 �t•"CCLL Y�aA� it If • -. ....-_ -.. -. .�', .4,.. .,.._. "' "" PLANTING LAYOUT 4R IF wrnw a�aas.. O!L SEPARATOR AE PLANTING OC7� 1 _ STORM -xLJE.Z FA-TENS/ON PLAN ;, ;� w.n..a.• r RY M I � 1M.Yl YR R r V - d ROOF PLAN =fir kar . �S� �ro +4•iRlip. SOUTH ELE\,ATiON EAST ELEVATION dtJILU/N6 SECTION,�,�. I ' GENERAL STRUCTURAL NOTES Knvwu s+varaa..0 me..c.•...cw.�c.uo 'erw.�..n w.o-+ar«.F o.easa...or.ewasurrwr. .nose...w.ra a.,a bs*-.- ��aFaw.e.>v.•.ma°.»eo.ow.e.o-.u.ra..., � +lwar. a+rFor.:w.rren.d...mf.w.nF.o-F.F.r:' rase G-r +.•mwfm..a. MaMenOSMWM[4 deW�W.f�fW d,fDb ..., pMIL,PM4fIN4Ynfo Oi,.t InRP Kb�arv. y . 1 J 1 fM.V OA6f�Iu.eaMFyf in.rPrOIYIUYJs I � � � I _ _ _� I.ndlYb.(B#vl YtWs,.i[.04i0...YYMYM1eWNli° tjr W � D «�'+r .F.`.' ,'..:. .o•.°- -. ..„x s yh tirEc.•r,.:...c 1{ Mrr.aN[ Tllv,rW WfMffYf.gFp �,NM1 MwArM �s••o - I - ��!••. � .+�.» raw ' /��4Vs D� a .T -�rK�C26i0�•b1 -�. i�v +. ..✓ �� r ...- �!N'1OV - ..••,•�•ays� •{50_OF FAAM/NO YGAN . �.ewnr eec.av r. _ 41 e.wlarw.a.e 1 1 y r',�i¢(i a�- P 'i. 1 I -1 •w"aE-'ab"�t"` � r r�s amc�O r.arx .rMv ��: s &KKK^ OPEN/A,G REOJFORCUJGa�n� e r � � �� 31 ��°Nuvr i _ E. o+w ,vegmurF• • A ly. rla..a<,+Eva aocr bn 6e•a.r.r m'.ew.mdvrxec t F_R�Dax uw•:,-. vr.�i*��5 �[�°a'"uo:°.a 'y•e . ,a.vu's;voc � i s2 =-F ;" �tiH(.c aF.•++) ,o ro+,c+a d F-, €"rt+.�.w.-apnea e�,ca�e tcnre= -- a-. w-.... <...._, ' a"'; .. a•w o.w e•-. QQ(IBLE NLfT ••. .___ n ~� s e,�wp� ps Y -x� l I i f (Yl an :i: E.l'[!"• :t•1aV5 '1L!0_`ya5� w -a5✓ .4� 1 1 ••• 'cM.r.c E9 awM....x �N6LE AfAT� -.- ..-. A,14 ARY A. CCR-555 CONCRETE WALL COWW-�S RE A40VAOLZ ROOF DETAIL-5 NA L TIuN l61 FIN15H SCHE.'7LLL . zz ••` {•1 9 Yw k Fe+SewkD I �•�nR FOY/ JOINT COVEK 150M£TXIC•(-I'l EXHAUST FAN CUX45 n � Z'"�rr �rerre�W. I a;on ....rwe Yf W �IA-VI J { ! T /BOOR G1_ ',11L`* �6\ WALL _CnB1ME1 SECTION �� CA3iNE= UrTiI;LS FAN OE _� - Mew M[✓6rc ,,. _ ell K'rvvl®, ypNglfg 6tN. I A �:.• .. Sr'a✓xs e+ � - rax'x R uswncs e, t p��sma wr .rnro..ene r.erp , Fl Ir NEr10 gEGTlON (� • �<� 11 At i; � � ' 1 RE MOVA6c E ' ' ;CIA E!`IO✓ABLE DOUR DETAILS (1 "OVER 'SC`!.•. "fC�. Mu'iLlON .'SOME7R/C/31 .g_ " 7i ' .. ns...•V>N rryM G(G{y�• �L.KT4f IJI6.eY. .-ryR'YG•fy.. :',4b.Gi Atfn r„ p� r.tlMFrY. . :'��Os'�.M4 ®per G• � t r Q<Nn>• OI r4 . 4 a r ®yN,'tyy�fQ 11K nK 3K •., (( � . . _(j 4iKI�—� •_ � .nwr.,t�tu.o.wt�ra iy'ga�Y neir i - � / .. 1..�,. i.i ✓MK MI.rM �tGlM 4.tW.'!r0��IMR W M•a..aC+. s rc.M w �.I.ryC..f�Ti 4LPI- Ll ba(u�14,[[p4/lY2yp:Gp,[rY.f�uWrT dFfl.�lvG ' .k'1/d.cv'/.rTFT.av�O/.-G'r.�fG� eMYMirR.I�V.Q�• y� rymv0.G•M�.rd+r+• a. n i r .ne,fv{U xiOIY. I WELL PUMP SETT/NG t;T-� - _ I f , i - F%/STIN6 WELL AN6 IVFV, PV ;. 17 , .�,_. w..•.G.,ta.. _ JPf�'} .obi �,�.M xl .°�[.a.,.>., ru. fUv/ .a'.K v✓ ? '� .r � F fa lf/4i ,t'AAe � _ NYl4�4KVn.,Y :YYua'frPr. Sy'` ��, 1KC KK r .tcir= � YMfY'R.b! :Kwra /6[Nvw90[6)eYs woe A/R REL EASE t ll AACIYOR BOLT DE_ T L TRENCH BA C KF/LL SECT/ON 7 --— df ron 1 I `LOWMETEK VAULT (_lETA/L �9l K"O.YCtf g56r� - PAD DFTA/L�cil P/PE StJPPO/4T�3� i� YL.__._- __.�._i� _J ^1• �. �,.HFy++w [a.c tcaw[a =.�R ( 4 ' a � , _. gETAIL r'31 CONCRE7tE_P/PE SUPl4T!o SAFETY C,!aB/NET DETfUL /'$1 HM ,ri .:F 11t 1 �. � ... �•n5.:aiMnF N',M:, >oi:k.wv.rwann,�x._, ..-.,, "• .o..� t I. __�- I0419 /tl'`b ... w ....... ... 10 ....,.,. " ....M...... ,. ,.....,., .•. ... .... }»... �Y .,...,d.o..6w..+..ww..o.a..w..,.�' 0. ,.,w.., .......�,«...n....u.o„�.� sFo__ ... .. u. .>.. .. .,... ..,«.........,...'......�..,,..,.. as T �......,� ,...�.p ..'.. � m© ..", ... .... .s. ... .. .-.. .. .� p 0 s�Ofwb riaaT ro fMOub.warfb a M i to i 1 ♦ .� a . Y l O i a -- i - - '• : ... idw TllR rNA ;SUMhRnnr .CLLv ..,r ri vIY. r -rib 1'' Y �. �i4/+oia< DEN. I.T f Iw�'f GCXRrRl.YPa .N�¢. cm rl�/I. iSu /'. N .pp�r��yyrfY��`1t�I.tlVLNe. h01� XCL. al IYIaO R4<MI/[04�'I�Y! tN'<K MTaYI.C{�D6R NrT 1 M OKabI 4. •V.N'a W-Itl 4C Kn n m, rYKIRW n.rliYl Ga/T/Y�K i .. n ' `. ,.a., �'/, .ai�„n. _nOWER PLA/V .cw...• -_ :.— r�ro� mo r.a�r +.arewwx..c+..>n.nawv< a � .w r.�uwd.es,wuacc � i+.o.re relrrs ar..mrr..K- ea.+w e'aoe ev�i HlS47FR 9C'.MtaVLe ... � .�. 2.� n�✓ .�—�eranr NM. 1 rt 3 fY"n �O�W��/�Qw�M L.:RA I`1 r 1 w.OV' i1�11u. 1YNM IIWM. �tlR w f I L/GH TING PLAN41 - -/.. - _- w t?•.Sit' .. /VOIJ.VA;V '�YV I I i � i�iV fr Ll � .. I UNIT HEATER UH-!, UH-2, [/H-d �i!.V44445T FAN (WALL) If .- -l'C'.. .. ••i 1 � .... •.• 'ICAL LLMP F, PU.ti.v Renton City Council • • 8/6184 Page two Publ it Hearing Six Year AND e18 - MONROE AVENUE NE FROM HE 6TH STREET TO HE "th Transportation STREET, AND SUBSEQUENT NUMBERING ON THE PLAN BE ADJUSTED. Improvement CARRIED. MOVED By CLYMER, SECONDED BY STREDICKE, COUNCIL Program ADOPT THE SIX-YEAR TRANSPORTATION IMPROVEMENT PROGRAM AS continued AMENDED AND REFER THIS MATTER TO THE WAYS AND MEANS COMMITTEE FOR RESOLUTION. CARRIED. (See Ordinances and Resolutions AUDIENCE COMMENT Bill Allingham, 12131 25th Avenue SW, Seattle, addressed the Request to Council regarding purchase of property proposed for pedestrian Purchase Property corridor development by the City for use as parking space for on Logan Avenue The Sub Shop, 30 Logan Avenue. Correspondence Item 7.b. advanced for discussion. Mr. Allingham, owner of the property, explained request to purchase approximately 3,658 square feet 0f City property located north of the existing building currently being used for parkiny by the lessee and designated for inclusion in the Pedestrian Corridor project. Without such parking area, it would be difficult for the business to continue, he stated, and a sandwich shop provides a useful service for users of the park. MOVED BY STREDICKE, SECONDED BY REED, COUNCIL REFER THIS MATTER TO THE PARK DEPARTMENT AND POLICY DEVELOPMENT DEPARTMENT FOR RECOMMENDATION BACK TO COUNCIL. CARRIED. CONSENT AGENDA Items on the Consent Agenda are adopted by one motion which follows the listing: Bid Opening - City Clerk reported bid opening 7/31/84 for Well No. 9 Pump Well No. 9 Station; five bids received; Engineer's estimate: -,190,000.00. Pump Station Refer to Utilities Committee. Gervais Claim Claim for damages in the amount of $173.53 filed by Ray E. for Damages Gervais, 506 Windsor Place NE, for replacement of washing CL 20-84 machine water pump allegedly destroyed when washer was used during water shut-off by the City, claiming no prior notification of shut-off (7/12/84). Refer to City Attorney and Insurance Service. Nolan Claim Claim for damages in the amount of S600 filed by Lonzo M, for Damages Nolan, 12111 SE 319th Place, Auburn, for replacement of personal CL 21-1114 items, ailegino loss by City iailer (7/21/80, Refer rr� !133tl1S 41h 'N 01 AVM NOSNOtlB WOVs 'N 311N3AM 40d - Ll- '1SIl Ailt101tld 0661-S861 3M1 O1 03GOV 36 S103rOtld OM1 '3)]IG311iS AB 030N013S 'WWltll AB 03AOW '03114"] '03SO13 31 9NIVV3M 1119nd 3M1 '03311 Al 03ON033S '113WA11 AB C13AOW SOM 1! 'auou SeM ZJ344 4lUIS •paJ!Aul seM lua 3 aouaipntl anu!Juo P ] 'it861 u! palaldwoo oq ll!M Jaa,JS 4101 3N 10 41n0s 34 anuany uolun JO JUaOAoJdwl Je41 pas.npe u0146noH vW -AJ!nbul Ja41Jn3 uodn •%PuV146lH 843 u! le!JalJa 41nos.41JOu Jorew a se SaAJas 3a2JJ% a4J al411 aouawuwo pino4s 42EL 3N 01 419 3N uoJ3 aoJuow ;o JuawaAOJdwl leyl llay atlo!pailS uewl!auno] •JaaJIS 419 3N of ap!s Jsea a41 u0 slua a+OJdwl pun3 ll!m •3N anuaAW ao JU0W 40 JSea ease 041 10 Jadolaeap •Sa M 13p!au42S -too(oud lo!Jlslp tmtl0s wo .Alr3 lu!of 041 /O luawaouaul Molls 01 S96L I!Jun algal!aee CH2M HILL engineers planners economists scientists August 7, 1984 517146.A2 Puget Sound Utility Service 22918 Bothell way Bothell, WA 98021 Attn: Frank Wa:tner, President Subject% City of Renton - Well No. 9 Pump Station Gentlemen: Thi^ letter will confirm your telephone call of this date requesting withdrawal of your bid for the above construction contract and return of your bid bond, on account of errors in the compilation of your bid price. Please address a letter to this effect to the City Clerk at Municipal Building, 200 Mill Ave. South, Renton, WA 98055. Sincerely, Barry Barnes ABB/cjg CC: Ron Olsen, City of Renton MN111 OI111t1 130011M1tAe S( arikvw W&%N4tm WW NIA,411W" JH2M 0HILL pla er�;inetvs nners economists scientists August 13, 1984 51714G.A2 City of Renton Municipal Building 200 Mill Avenue South Renton, Washington, 98055 Attention: Richard C. Houghton, Director of Public Works Gentlemen: Subject: City of Renton--well No. 9 Pump Station Bid Evaluation Five bids for the above work were received at City Hall by 2:30 p.m. , July 31, 1994, the closing time for bids. A bid tabulation listing the responses for required information is enclosed. Clause 17, "Basis of Award," of the Instructions to Bidders states: "The award will be made by the Owner on the basis of that Proposal from the lowest responsible Bidder which, in the Owner's sole and absolute judgment, will best serve the interest of the owner. The Owner reserves the right to accept or reject any or all Proposals, and to waive any informalities and irregularities in said Proposals." The above clause is extended in the Supplementary Conditions (page 2) by addition of the following: "The lowest acceptable Proposal will be the Proposal of the lowest responsible Bidder, as determined by the conditions set forth above. A responsible Bidder shall be one that, in the Owner's sole and absolute judgment, has the qualifications, capability, and financial abil- ity to perform the work in accordance with the Contract Documents. "The apparent low Bidder will be determined on the basis of the TOTAL BID (the sum of the lump sum bid and the MN14 oaw" 1W 16101 Awnm•%I ".dw,d PAYAmQwi.W XM 'ft 4%1 aMp City of Renton Page 2 August 13, 1984 517146.A2 total lump sum bid of lowest priced Owner-selected equipment) . "After the hid opening, the Owner will select the manu- facturer of the vertical turbine pump and the chlorin- atiun equipment and accessories. The Owner reserves the right, before a contract is awarded, to select any manufacturer listed as will best suit the interests of the Owner. The contract price will be adjusted accord- ingly and the low Bidder will be determined on the basis of the adjusted contract price. "If any of the prices entered for listed items of equip- ment to be selected by the Owner are obviously unbal- anced and, in the owner's judgement, not realistic 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 provided above." The lump sum bid is for all work exclusive of provision and installation of the well pump, motor, and chlorination equip- ment. The apparent low bidder is to be selected on the basis of the lump sum bid plus the lowest-priced pumping and chlo- rination equipment, providing all equipment meets the speci- fications. The apparent low bidder is Puget Sound Utility Service of Bothe esignated Puget) with Imco General Con- struction, Inc. , of Bellingham )designated IMCO) second low, and Puget Constructors of Olympia idesignated Constructors) third low. Preliminary review of the bids indicated that those of the three apparent lowest bidders quoted above should be inves- tigated in detail before recommending award of the contract. Documentation of the investi3ation follows. PUMPING EQUIPMENT All three bidders submitted prices for a Fairbanks Morse (FM) pump and for a Byron-Jackson (B-d) pump. Puget's addi- tional cost for a B-1 pump was $1,717, IMCO's $1,9U0 and Constructors $700. Beth pumps meet the Specifications, but the B-J pump is approximately one percentage point more effi- cient than the FM. The City has other B-,1 pumps in the water system and is satisfied with their operation and -availability City of Renton Page 3 August 13, 1984 517146.A2 of service when necessary. Operating staff would prefer selection of the Byron-Jackson pump, and that is our recomme;:- dation. B-J prebid data submitted to us stated that they would bid a Westinghouse pump motor to general contractors. That motor would have d 93.8 percent guaranteed full-load minimum effi- ciency as required by the specifications. A U.S. Electric motor with 92.7 percent efficiency would be provided at a deduction c,f approximately $500. In a subsequent telephone call, B-J has stated that the deduction would be $612, sub- ject to general contractors' concurrence. On the basis of an 8-hour operation for 90 summer days at full load and five cents per kWh, the extra power cost for the U.S. Electric motor would be $2.32 per sear. With the exception of the U.S. Electric motor efficiency discussed above, both motors meet the specifications. Subject to gen- eral contractors' agreement on price reduction, we recommend a U.S. Electric motor. CHLORINAT?ON EQUIPMENT chlorination equipment considere.t in the evaluation would be manufactured by Capitol Controls ICCI or Wallace and Tiernan IW&T1 . IMCO submitted a price only for CC and not, as required, one for W6T. Therefore, the City could not select W6T by IMCO if they so desired. A telephone quotation of $10,500 has been obtained from IMCO for W6T equipment. It should be noted that this procedure is irregular. The dif- ferential above the price for CC equipment of $2,000 com- pares with a Puget extra of $1,815. Constructors bid $8,V0 for Wa.T equipment if installed by a subcontractor, TNG Ser- vices, $600 more than for CC equipment. If installed by Constructors, the price would be $10,000. TMG Services is experienced in servicing WaT equipment and has worked for the City. The CC equipment does not meet the specifications in all respects, but we are of the opinion that it would perform the desired duty. The W6T equipment data submitted by that company meet the specifications, except for an acceptable recently marketed improvement, and is otherwise similar to W6T equipment already installed in the City's water system. The system operators are familiar and satisfied with W6T equipment and would prefer its selection. In our opinion, City of Renton Page 4 August 13, 1984 S17146.A2 selection of W4T equipment world be in, the City's best inter- est, and we make that recommendation.. REQUIRED INFORMATION The bid tabulation indicates the responses to required infor- mation received from bidders. IMCO did not sign the required city and state forms as called for in the documents. Puget did not provide financial information on the company, stating that all such material was with their accountant. Following a request for data, a brief financial statement for the period of May 1, 1983, through November 1983 has been received from Puget. The data provided are insufficient to determine the financial condition of Puget. Constructors did nog provide financial data, which would have to be received and approved before a contract were awarded to that company. MEETINGS In order to determine the capability of the bidders to per- form the work, aeparate meetings have been held with Puget and IMCO, the first taking place at City Hall with city staff present. Information has been obtained by t.elephone from Constructors. MEETING WITH PUGET Puget dio not acknowledge: receipt of Addendum No. 1. A copy had been sent by certified mail to the correct address, but Puget states that it was not received, and the certified delivery receipt has not been received in this office. Puget's owner stated willingness to sign a contract at the amount bid and to acknowledge the addendum by signature prior to contract execution. Subject to the city attorney's review, we believe that procedure would be acceptable. City officials reviewed the city and state forms submitted by Puget and found them to be in order. Puget submitted with their bid a required qualification cer- tificate giving data and referet:ces on recent construction projects and gros., amount of contracts now in hand, the latter being entered as "NONE." At the meeting, this was verbally stated to be incorrect in that some small water and sewer jobs and a water pump station are ongoing. City of Renton Page 5 August 13, 1984 517146.A2 The references given by Puget relate to 8-inch and 12-inch water mains and a small sewage lift station. The referenced construction work is only marginally relevant to the pro- posed Ci�y of Renton work. Information provided by the ref- erences is insufficient to recommend Puget for the work. Puget does not have a permanent superintendent on staff, and it is their intention to subcontract most of the work except earthwork, water piping and storm sewers. It is Puget's intention not to have a company representative onsite at all times that work is proceeding. This is contrary to the con- tract requirements. For the sum of line items "Move In and Site Preparation" and "Earthwork," Puget has bid $3,000, compared with the other bidders at d35,000, $36,000, $17,000, and $43,168. The work included in those specification sections cannot be performed for $3,000. The bid is not intentionally unbalanced to other areas because, in our opinion, the total bid is too low for the bidder to properly perform the work without losing money. Puget has bid for the lump sum general contractor work, $121,076, compared with 1MCO's bid of $1470390 and the Engi- neer's Estimate of $16",400. Constructors' figure is dis- cussed later in this letter. In answer to a direct ques- tion, Puget stated that some items had been missed in their bid cop. .stations and that they were not sure of some of the bids fur si.bcontract work, such as "Seamless Epoxy Flooring" entered at $500 v,:rsus other bids of approximately $4,000. Puget's owner stated willingness to enter into a contract at the price bid. In addition to the above bid deficiencies, it is our opinion that Puget has not demonstrated the required experience on projects similar to the Renton project. Accordingly, it is our opinion that Puget is not the lowest responsible or re- sponsive bidder and we believe it would not be in the City's best interest to award the contract to Puget Sound Utility Service. MEEPING WITH IMCO A r...eting was held with IMCO representative Kelly Brown in the CH2M HILL office on August 6, 1984. City of Bentor. Page 6 August 13, 1984 S17146.A2 IMCO was requested to provide a bid for furnishing and in- stalling WaT chlorination equipment. A figure of $10,500 has been received by telephone. As previously mentioned in this letter, this procedure is irregular. IMCO intends to provide a superintendent onsite at all times work is in progress. They will only subcontract electrical, paving, masonry, roofing, heating and ventilating, and floor- ing. Their list of projects shows experience in the neces- sary areas, and their references are satisfactory. IMCO entered prices only for B-J and Fairbanks Morse pumps. The specifications require a bid also for a Peerless and a Johnston. Each of the other bidders entered a price for Peerless but not for Johnston. IMCO entered a price only for Capitol Controls chlorination equipment and not for Wallace & Tiernan or Fisher 6 Porter as required by the specifications. All other bidders en- tered a price for Wallace 6 Tiernan equipment but not Fisher a Porter. As stated above, a verbal price has been received from IMCO for Wallace a Tiernan equipment. Another irregularity occurs in the IMCO bid. The price entered for lump-sum general contractor work in the Proposal on page 3 is $172,490, in figures and in words. That figure has been incorrectly brought forward to the summation on page 8 as $147,390, making the TOTAL BID technically $197,590 and IMCO fourth low. The arithmetic arror is due to incorrect reading of the documents and, in our opinion, is explainable. However, this is a matter on which the city attorney must rule. Financial data for the two years ending 31 March 1984 have been submitted as required. It appears that IMCO should have no difficulty obtaining the Performance and Payment Bonds or financing the project. The IMCO bid therefore contains the following irregularities: o TOTAL BID on page 8 of the Proposal should be $197,590, making IMCO fourth low if the irregularity is not waived. o IMCO did not enter, as required, a price for W&T equipment. City of Renton Page 7 August 13, 1984 S17146.A2 0 IMCO did not sign the city and state forms but .could he willing to do so. However, the Certi- fi+'wtlOn Regarding EEO form, by its wording, must be signed and must accompany the bid, and this was not done. IMCO stated its willingness to sign all required city and state forms bound in the contract documents and provide any necessary support to those forms. If the city attorney deter- mines the irregularities to be minor and waived, then we make the following recommendations. RECOMMENDATIONS ON IMCO In our opinion, IMCO is the lowest responsible bidder if the city attorney determines the bid to be responsive. If the City decides to award the contract to Imco General Construc- tion, Inc. , of Bellingham, Washington, the award should be subject to the following: o That all required city and state forms bound in the contract documents are signed, necessary sup- port is provided, and City approval is received before contract signature. o That the City selects a Byron-Jackson pump with U.S, Electric motor at a cost of $17,760,80, com- puted as verbally agreed with IMCO as follows; B-J Pump with Westinghouse motor $18,500.00 Deduct for U.S. Electric Motor ($672 + lot installation) 739.20 Total for Pump and Motor $17,760.80 o That the City selects Wallace a Tiernan chlorina- tion equipment at a cost of $10,500. o That all necessary approvals of the Department of Social and Health Services are obtained by the City. City of Renton Pace 8 August 13, 1984 517146.A2 o That the contract amount, exclusive of state sales tax, is computed as follows: Lump Sum Bid $14-1,390.00 B-J Pump with U.S. Elec. Motor 17,760.80 WCT Chlorination Equipment 10,500.00 CONTRACT AMOUNT $175,b50.80 o That the city attorney's approval of the procedures for dealing with bidding irregularities recorded in this letter is obtained. WITHDRAWAI, OF PUGET BID Subsequent to preparing the above pages, the president of Puget Sound Utility Service telephoned this office requesting withdrawal of his bid due to errors in computation of his bid. He has been advised by letter (copy enclosed) to write to this effect to the city clerk. If withdrawal is allowed, the city attorney must decide whether the bond should be forfeited or returned to the company. If P, - t is allowed to withdraw the bid and IMCO irregularities are not allowed by the city attorney, Constructors' bid becomes the low bid and is therefore examined below. PUGET CONSTRUCTORS' BIC The only irregularity in Constructors' bid is the failure to submit financial data. Subject to receipt and approval of the requested data, we comment as follows. We have contacted Constructors and their references by tele- phone and are satisfied they have the experience and ability to properly perform the work for the City and that they wish to receive the contract. If Puget and IMCO bids are rejected for reasons given in this letter, we recommend award to Puget Constructors of Olympia, subject to the following: o That financial data are received and approved Ithey have been requested) . o That the Performance and Payment Bonds are received before contract execution. City of Renton Page 9 August 13, 1964 517146.A2 o That the contract amount, exclusive of State Sales tax, is computed as follows: Lump Sum Bid $172,000.00 B-J pump with U.S. Elec. motor (317,600.00 '- $739.20) 171060.80• WST chlorination equipment, as submitted by WLT, installed by TMG Services for Constructors 8,800.00 CONTRACT AMOUNT $197,860.80 o That all necessary approvals of the Department cf Social and Health Services are obtained by the City. o That the City Attorney rules on the irregularities described in this letter. The enclosed summary of some of the bid irregularities and comments is expanded in the letter, which should be read for a full discussion of the analysis of bids. If we can assist the City further award of the contract, please call. Sincerely,(( Barry Barnes tc:se5534W Enclosures: Bid tabulation Breakdown of lump sum bid Copy letter Bid documents (51 Sumniary of Some Bid Irregularities and Comments Con= structors verbal agreement has been received. CITY OF RENTON--WELL NO. 9 PUMP STATION ATTACHMENT TO CH2M HILL LETTER DATEi7 AUGUST 13, 1984 SUMMARY OF SOME BID IRREGULARITIES AND COMMENTS IN ORDER OF APPARENT LOW BIDDERS PUGET SOUND UTILITY SERVICE, BOTHELL (PUGET) o Addendum No. 1 r,rt acknowledged. Certified mail appears not to have del ^red it. o No financial data 7oceived with bid. o Financial dato subsequently received inadequate to de- termine biddc s financial standing. o Work in hand list subsequently changed from "NONE" to some small water and sewer jobs. o Referenced work marginally relevant to subject contract. o Breakdown of lump sum work indicates items omitted. Admitted by Puget later. o In CH2M HILL's opinion, Puget is not the lowest respon- sible or responsive bidder, and it would not be in the City's best interest to award the contract to Puget. o Puget has verbally requested permission to withdraw the bid. IMCO GENERAL CONSTRUCTION, INC. , BOTHELL (IMCO) c Lump sum amount of $172,490 on proposal page 3 for qen- eral contractor work incorrectly brought forward as $147,390 to TOTAL BID summation on page 8. Corrected bid would make IMCO fourth low. o City and state forms not signed and submitted with bid as specifically required by city E.E.O. form. o No price entered for Wallace i Tiernan chlorination equipment as required by the documents. o In CH2M HILL's opinion, IMCO is a responsible bidder and could perform the work. The city attorney must determine the responsiveness of the bid. PUGET CONSTRUCTORS, OLYMPIA (CONSTRUCTORS) o Constructors did not provide financial data. This has been verbally requested. o In CH2M HILL's opinion Constructors is a responsible bidder and could perform the work if the City awarded the contract to that company. Note: Fcr full explanation of irregularities, see CH2M HILL letter dated August 13, 1984. seS`.34Y1 h RfM t su/fei3 "�"K•GfrG4 ✓6Er StA aO�gD MI D ':.a. .11, - N] DF SGRiPT10N �rr,MAK Ca+M1[� r1- .Wer.K ou.I..A — - - — - .� ••$da.wk[ ow�N>•rA t. 3EA.r RE ZS�L (I'+, Je 4oa 2 + oS6 - 17l„000 - 2213a 229 36'" --'-_- - � Co.+E6«-w¢rcED e✓.;f�t-sE�z,+bD � r" C2, Too 21040 - 2 !o Leo - 2l ino 2 rt3"�. -.+•1 -C v...t _ --- !_.Ls� a,rs ! 9 c, i oo .. �. ,s6 - 72 +9 oo- LS�k-,,.•. � -- I _.e rye. A ♦a r�G •.,1.r Yara{3-�7. �.�..f: +a 97iM ! 97 ! -}` sa As ➢pia! _ laE _ t � -_ --_ -- 1 _— _...___- --_ I 1 E E cW. ij t•_.rt:_ 4r13f S.:i.../ 9 Zi_E. I 1T e9"a- y' I Na. �Y �. ✓ +i e r _ _ IS Soo 17. Boo ic 3 6.415 ! eo0 +6- !4 Too !9 53 Fa+•ta..w s. P _ 330 00 ! /00 /a e 0 17 or I 000 19 to It 2s eo0 3eyroo JK ~ + ..� . to 000 a ro 11 + •.ra / 6- ] oc, R Seo 42 eo 7 9ti6 . 'T.[da�. -T 31. 1 Cr-sy pF 17E. �N _ WEr-a. N' P�•nh .5'vA T/ON - GIrY PBoJEcT C r•.r..'. S r7r46 A ; :M a Im TywunoN of 0103 I p'aer S£A/SoA B100EY BYE1e DUib Of LD1P SOB $11 pJd"r 3vs 0 r -P[A..[�•r..• p.r .•+'?r^r.�n5 CorST?.[+T-�✓ 2£'.N fp.+ YEt• Po. 1 PUeP SFSFEOY 30�Pir.� 8£" �.• _ o�ye SEArT.6 --- --- - - - -- Bovls aad luunvice J 2oc " ✓"14i2 Oiru, Deve[+3 Pr9utreaevts b....t........ - ( , / UOJ 20or I ? n (ter Si 1.../a ..O. ... 32015 evvr Is +nf Sit- Pre Para l>° -a l5 /LI OOU 36OCJ I'. ""• 376US f....t........ , 02201 lrt rb taro ) l. O 00 J I -, o M o �. cr-� $ .3 D'S01 Store Sea". t'••'• "" 7 {{ 13 233 F,Oo /O,00 ¢ 50.>J J-.301 Pelv7or c<d =v+c[ete f•. /C C. _ _ J(t�J lO, eoJ 10 or+o . 94210 Yele breed Collor Uelt fas>vr7 i....�i••.••• -- —"— - - - -- ---- _-- - - 1 � . IBoa z000 y(I soon 6 sG(h DSSUO FaDr Icated eetal.m[t aad .-+st gals t•••••••••..•• 6 J J J - 8 OJ.J g 631 b,Jl CJ 47J 2 oaO 70,..� 19,4 07000 iberul avl Palstuce Prot+ctl>c f•••••1• -"/ 6000 10, 000 4440 E/ nn.' 6 Z(J 37912 Pr.f Dreed eetal POOII+q t"'.(P" 6 _JOO S164 06000 Door. ..d Barleare -•.•• R ' 31721 Sueleas rpl.r Flooclvq f......:...... _ '-_. .____-__ ._.___ --_ ] 69 � 3 ->. 3 f....t:..... -- 01102 P+L vt Svi I:, -- ('2 O 2Oo-* 6 I eon 17 e 60119 Blscell+seova speclsltles i••••••••••.... j$ Ooo 25,0 6 $ deo j yl IS003 Ductlle it.. Pip, aad rest I[>v 2000 - 12O0J u l - tlt ags '-'•"' Bop 2co.• d 2500 3200 153s0 rs[e r7:rant ass<aD1L `•.••t•..•..•• ? (C0 /o oc �o 00„ 564t' i S160 Valves and [13raetrsa I............. Z o o n r. Y .o 1526❑ teotilatl+i Sys". 1............. I . 34 LSeGU Pluevl+9 avd PSscel lavevus F.r 2 I - PrPlsq Sleteas f.....�....... - a- �- . - r L6010 llectrlul - :evaui P[>tlsl>as �•••^•" ,YaipL .- . 1+OSJ Baal, ratetlals av] +etbOla 'f....Iv�-•••• • ^ 16L20 c>afuct>ra f....:.:...... nl O ,-, •o K h " /LSS I.I. Voltage Bator 'vn tc of ............. ;rI / r. � Q_ _ J fl L6163 Srltcb Uoar]s f••••••••.•••• 'P+ZO10 r' ?.•• V !J N - � M 16450 .� \( 16500 LSgetlaq "'e "'•""... • • OF RF. PUBLIC WORKS DEPARTMENT ` z DESIGN/UTILITY ENGINEERING 0 235-2631 0 AQ MUNICIPAL BUILDING 200 MILL AVE.SO. RENTON.WASH 98055 u$ e- 9�r LP £0 SE PTE� TO: LAN'l DATE. _ .DOB NO.RE ATTN: G(NTLEIEN: WE ARI SENDING YOU O ATTACHED a UNDER SEPARATE COVER VIA _ tHE FOLLOWING ITEIS: a SHOP DRAWINGS o PRINTS o REPRODUCIBLE PLANS a SPECIFICATIONS a COPY OF LETTER ❑ COPIES DATE NUMBER DESTIPTION AND REIARKS Rh F TIE« A9E TRANSMITTED AS CHECKED BELOW: 1 APPROVAL 0 APPROVED AS SUBMITTED ❑ RESUBMIT COPIES FOR APPROVAL .'I YOUR USE o APPROVED AS NOTFD a SLBKIT COPIES FOR DISTRIBUTION AS RESTED a RETURNED FOR COPWCTIONS a RETURN CORRECTED PRINTS D FOR REVIEW AND CU4ENT ❑ 0 PRINTS RETURNED AFTER LOIN TO US COPIES TO: 51UNED ---- TITLE IF ENCLOSURES W NOT AS NOTED, KINDLY NOTIFY US AT ONCE UOETCONSTRUCTORS VM Env am Awa 01'." Wash-rqw Imi Ph"(2MI 7WO71 August 11, 1984 Mr. Barryy Barns CHN H111 Inc. 1500 114th Ave. S.E. P.O. Box 15000 Bellevue, MA 98009-2050 Dear Mr. Barns: Enclosed is Puget Constructors balance sheet for June 30, 1984 and December 31, 1:83. If you have any questionsii questonns please advise. Ver PUGETtCONWUCTsAS .,,-"Dennis A. Burke, P.E. DAB/lma Enclosure ENGINEERING / CONSTRUCTION / MANAGEMENT a DENNIS hIIkKF, dl,a 1'UGE:f ki i, ioks i AND AMENICAN h.NWNIFRINC A:1:AX 1XIES BALANCE SIILICT (UNA1I01TI:11) December It. IYh3 ASSETS i CURRENT ASStSS: `Ji■. Cash in bank Contracts receivable - net of douLtful aecot'"ts 0 of $4,600 (Note 2) 214.07 Costs and estimated vdrnings in excess of I U] I I/. illings on uncompleted contracts (Nuts 3) 103 ' 461 Prepaid insurance - -- TOTAL CURRENT ASSETS $:1R.760 PROPERTY, EQUIPMETIT. AND CAPITAL LEASES NET OF DEPRECIATION AND AMORTIZATION OF I7B '•56 $101.9C7 (Note 4) OTHER ASSETS: Organisation cost net of amortisation of $5.723 $ RMI Loan fees net of amortization of $161 ,98 Deposits with others - 410 Investments in land - 122Y Fast Fourth Avenue :14,190 40.979 -OTAL OTHER ASSETS _ TOTAL ASSETS 5',1n.7Y5 LIABILITIES AND OWNN'R'S FQU CI'Y CURRENT LIABILITIES: $ dank overdraft Accounts payable 1�'�'"' Sales and excise taxes payable R,864 Payroll taxes payable 24,585 Accrued interest 1,111 f Billings in excess of costs and estimated earnings on uncompleted contracts (Note 3) 946 Notes nayable - Seattle-First National Bank, 90-day demand notes, 12.5E interest, contracts 71 I,U4 receivable assigned as collateral Current maturity of lung-term liabilities __2y 411 TOTAL CURRENT LIABILITIES S74M,2U0 LONG-TERM L1AB1LIT1!:St Lease obligations payable (Note 5) $ 2R.24i Note piydble - Suattly-First Nntioual Ran) •'e 6) S ,)7 y1'N Los0. Current maturity in,ludrd al-Ve UI,114D TOTAL LONG-1'EkM LIAh11.11'IF.S e1,Rn1 OWNER'S EQUITY: Dennis Burke. capital - January I. 19Ri Capital contributions 1.457 Net income for the year ended December 31. IY63 b7,14', Less: Owner's draws C. YYU) TOTAL OWNER'S EQUITY 1�.4,174 TOTAL L1ARiLIT1ES AND OWNER'S BgU1TY See accountants' review report and notes to financial stntvnrntt.. DENNIS BURKE. dba PUGET CONSTRUCTOR; AND AM,ERICAN ENGINEERING ASSOCIATES 6/30/84 Current Assets Cash in Banks 757! r Accounts Receivable 253675.80 -Allowance for Bad Debts EmOlo ee Draws M- 9946.48 2337?9.37 PrepalYY 0o Insurance 3722.31 Deposits Total Current Assets 9 4 145363.37 Fixed Assets Land 55140.OU Building 61198. 37 Furniture Fixture A Equip.' 213573.66 Deppreciation -117228.75 54 f Total Fixed Assets 1. ; TOTAL ASSETS ) LIA81 IT1 s AND OWNEir Lnnlly Curren[ Liabilities Property Payable :+1994.34 28 Payroll Taxes Payable t924.31 Wages Payable tO974.31 Sales Tax Payable 8103.50 Interest Payable 6305.74 Current Portion longterm tlebt 1438.94 Seattle 1st National A/R Assign. 71777.iU Total Current Liabilities 8572 .91 131641.52 Lowy Term Liabilities Seattle 1st National-mortgage (Less Current Portion) Leases Payable (Less Current Portion) 6991.78 TOtal Lonp Term liabilities TOTAL LIA31L1T1ES Owners Equity : D.A. Burke, Capital D.A. Burke Drawing 1 ,8S4,fu Earnings YfD TOL OWNERS 3316r� TOTAL LIABILITOUI&TOWNER EQUITY - t l�, PrepareO Without audit Of RF'l A° �x z PUBLIC WORKS DEPARTMFNT RICHARD C HOUGHTON 0 DIRECTOR g MUNICIPAL BUILDING 2D0 MILL AVE.EO. RENTON,01"K N066 r 2% 235-2569 rEG �y�E� BARBARA Y. SHINPOCH MAYOR August 15, 1984 Nancy Mathews, Chairman and Members o' the Utilities Committee Subject: W-718, well No. 9 Pump Station Dear Committee Members: The bid opening t the subject wa.er project was held on July 31. 1984. Attached herewith Is the bid tabulation and a copy of CH214-Hill's, the consulting engineers on this project, letter of recommendation to the department. Also attached Is the City Attorneys recommendation. It is the recommendation of the Public Yorks Department that the third low bid submitted by Puget Constructors of Olympia in the amount of $197,860.80 be accepted and the contract for the sub- ject project be awarded to said contractor. This project is budgeted in the 1983 Water and Sewer Construction Fund which has been carried forward In 1984, The Engineer's estimate for this project was $20S,390.00. Vary truly fourrss,,/_�-'S Richard C. Hough(pn✓ Public Works Director RLO:jft Attachments OF RED 1 OFFICE OF THE CITY ATTORNEY• RENTON.WASHINGTON y ZO]L Ornp•y pS r001ZM];asr • RniCn •.uY.piOn NOSr ]S]-Nr• '�. F LAWRENCE I WARREN. c,,.r+o•ns• DANIEL KELLOGG, ssn iu,r c,...ny.[• P DAVID M.DEAN, ass.u.r ar••TLO,IM1S• TEp sE•tE� MARK E.BARBER, .ssis r.ni c+r uryr.c• ZANETTA L FONTES. .SSIST .1 a...np,r.e• August 15, 1984 MARTHA A FRENCH, OSIay.M c111.11Mr11 TO: Ron Olsen. Utilities Engineer FROM: Lawrence J. Warren, City Attorney RE: Well lf9 Bid Dear Ron: This letter is to confirm my oral opinion to you that the City should accept the third lowest bid for the Well #9 contract. The lowest bidder has little or no experience in doing the type of work upon which it bid and has created a .substantial error in its bid. Under these circumstances it would be appropriate to find that the lowest bidder is not a "responsible bidder" and to reject that bid. Since the City has not suffered at-, loss, I would anticipate that the full bid bond would be exonerated. The second low bidder failed to sign 'he Minority Business Enterprise form. That form explicitly states that if it is not signed that the bid is not responsive. This creates a material irregularity in the bid. Additionally, there ar^ mathematical errors or irregularities in the bid. Based upon these reasons . the City should reject the second low bid. A review of t: third low bid would seem to indicate that the bid is responsive and the bidder is responsible. Unless some undisclosed errors have occurred, the Citv should accelt this bid and award the contract to the third Lowest bidder. If you have any question, please feel free to contact me. lc4C C Lawr Lawr � ende--S'. Warren LJW:nd cc: Mayor PUBLIC WORKS DEPARTMENT "M O DESIGN/UTILITY ENGINEERING 0 235-2631 o !Q MUNICIPAL BUILDING 200MILLAVE.90. RENTON.WASH.9909a 9� e P I TfD SEP'E BARBARA Y. SHINPOCH MAYOR Augu,.t 17, 1984 Puget Constructors 1235 E. 4th Avenue Olympia, WA 98501 Re: Well No. 9 Pump Station, W-718 Dear Mr. Burke: The contract is to be awarded on Augus: 20, 1984 by the City Council at its evening meeting. Following Is the documenta- tion we will need to complete the contract documents: I. Affirmative Action plan - copy. 2. A letter stating who can execute the contract and Change Orders, etc. 3. Copy of State Contractor's License. 4. Copy of City of Renton business license. 5. Insurance with City and CH2-M Mill Engineers additionally named aj Insured on the policy or certificate. 6. Financial report as required by bid document. 7. VI bonds required. We are enclosing two copies of the bid documents and your pro- posal. If you have any questions, please call this office. ZvV y tru`�l/Qy l//yo'Ju��/r(Vs, • � L Ronald L. Olsen Utility Engineer :Jft Enclosures `fILITIES COMMITTEE REPORT August 20, 1984 W-718 - WELL NO. 9 PUMP STATION The Utilities Committee concurs in the recommendation of the Public Works Department to accept the third low bid of Puget Constructors of Olympia in the amount of $197,860.80. The Committee also recommends that the Mayor and City Clerk be author- ized to execute the contract documents. Nancy Matiews,Chairn n Kati Ket ker, Vice- hai rnan Thomas Tri mm, Me er UTILITIES COMMITTEE COMMITTEE REPORT AUGUST 20, 1984 W-718 - WELL 40. 9 PUMP STATION (Referred !-13-84) The � Ii ties Committee Conte rs in the recommendation of the Public Works Department to accept the thl rd low hid of Puget Constructors cf Olympia In the amount of S197,860.80 on condition of receiving appropriate financial data. The Committee also recommends that the Mayor and City Clerk be authorized to execute the contract documents. Nancy Mathews, Chairman Kathy Keoikcr Thomas Trim FROM: NIL.1�, INC. N ` Is�x 91 Seo Ci1Y OF 064,ma DATE 8 - 22— &4 0 0 r I L E. A*. aw v E PROJECT NO S. / 7/44 6- A 2 RE N'r`T-' we. -D eo s s susJECT wr N= "P.5 . .w-,2acs.4.E F�vl..c.�h A.1M aAALr ti..r"r`" ti OF RE•� J z THE CITY OF RENTON MUNICIPAL BUILDING 200 MILL AVE $O RENTON,WASH.98066 BARBARA Y. SHINPOCH. MAYOR • MAXINE E.MOTOR, e CITY CLERK • (206) 235-2500 P rpo SEPt6o August 22, 1984 Mr. Frank N. Waltner Puget Sound Utility Service 22918 Bothell Way Bothell, WA 98021 Re: Bid Award for Well No. 9 Pump Station (W-718). Dear Mr. Wollner: At its regular meeting of August 20, 1984, the Renton City Council accepted the third low bid of Puget Constructors of Olympia in the amount of $197,860.80 (exclusive of sales tax) on the condition that appropriate financial data is received. Thank you for participating in the bidding process. Sincerely, CITY OF Reni EENNTOp�NN M9tlrSM Deputy Clerk cc: Ron Olsen, Project Engineer OF RF • • �x z THE CITY OF RENTON _ MUNICIPAL BUILDING 200 MILL AVE SO. RENTON.WASH.WIM ji BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MUTOR. y,. p1p CITV CLERK • (206) 235-2500 "to slot August 22, 1984 Mr. Monte D. Moore, President At. D. Moore Co., Inc. P.O. Box 2603 Renton, WA 98056 Re. Bid Award for Well No. 9 Pump Station (W-718). Dear Mr. Moors: At its regular meeting of August 20, 1984, the Renton City Council accepted the third low bid of Puget Constructors of Olympia in the amount of $197,860.80 (exclusive of sales tax) on the condition that appropriate financial data is received. Thank you for participating in the bidding process. Sincerely, CITY OF RENTON MarilIyA J. Petersen Deputy Clerk cc: Ron Olsen, Project Engineer OF RFl � T t`>ti ,� THE CITY OF RENTON R MUNICIPAL eU1LO1N0 200 MILL AVE.SO. RENTON,WABN.9M66 ✓R BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR, A CITY CLERK • (206) 235-2500 rFU SEPZE August 22, 1984 Mr. Frank Imhof, President Imco General Construction, Inc. 4509 Guide Meridian Bellingham, WA 98226 Re: Bid Award for Well No. 9 Pump Station (W-718). Dear Mr. Imhof: At its regular meeting of August 20, 1984, the Renton City Council accepted the third low bid of Puget Constructors of Olympia in the amount of $197,860.80 (exclusive of sales tax) on the condition that appr•%priate financial data is received. Thank you for participating in the bidding process. Sincerely, �CIjTYY(JOfFFRRENTON vO U/,r.>f/� Ma yn J, Petersen Deputy Clerk cc: Ron Olsen, Project Engineer OF RFC THE CITY OF RENTON MUNICIPAL BUILDING 700 MILL LYE.S0, RFNTON,WASH.9Ba56 LQ BARBARA Y. SHINPOCH, MAYOR IS MAXINE E.MOTOR, °' CITY CLERK a (206) 235-2500 rED aE►TE�P .. Iqusl 1381. Mr. Don.ld A. Leighton, President SEABOARD CONSTRUCTION, INC. 2470 Westlake Avenue N., Suite 204 Seattle, WA 98109 Re: Bid Award for Well No. 9 Pump Station (W-718). Dear Mr. Leighton: At its regular meeting of August 2P. 1984, the Rem.... City Council accepted the third low bid of Puget Constructors of Olympia in the amount of $197,860.00 (exclusive of sales tax) on the condition that appropriate financial data is received. Thank you for participating in the bidding process. Sincerely, CCITTY OF RENTON Makfyn Jsen Deputy Clerk CC: Ron Olsen, Project Engineer OF RF Y z THE CITY OF RENTON MUNICIPAL 6UILOINO 200 MILL AVE $O. RENTON.WASH.Sell LQ BARBARA Y. SHINPOCH, MAYOR • MAXINE E.MOTOR, e �gEp CITY CLERK • (206) i35-2500 TFO SEpiE"- August 22, 1984 Mr. D. A. Burke Puget Constructors 1235 Eas Fourth Avenue Olym-la, WA 98501 Re: Bid Award for Well No. 9 Pump Station (W-718). Dear Mr. Burke: At its regular meeting of August 20, 1984, the Renton City Council accepted your third lowest bid on the above referenced oroject in the amount of $197,860.80, exclusive of sales tax. To expedite preparation of the contract documents, please submit an undated performance bond, insurance certificate, and proof of City and State licenses to Project Engineer Ron Olsen, Engineering Department, 235-2631. If you require further assistance in this matter, please feel free to contact either the Project Engineer or Public Works Director Richard C. Houghton at 235-2569. Sincerely, CITY OF RENTON i M n J. Petersen Deput Clerk cc:;Zen Olsen, Project Engineer W-718 WELL #9 PUMP HOUSE WTR-9 6 #5 Contract Documents PUGETCONSTRUCTORS '.35 Ean em a.en�e Opmpw Wasn ngipn%SO, pnone TOR 'Sa-06' September 4, 1984 Ronald Olson, Utility Engin,,.er City of Renton, Public Works Dept. Municipal Building 200 Mill Ave. South Renton, Washington 98055 Dear Mr. Olsone WELL NO, 9 PUMP STATION In accorJance with your letter of August 17, 1484 i'uget Constructors hereby transnits the fot1c'vina information: ( 1 ) A copy of PnRet'.a P.Lietarive Ac(iun Pt;ut t2) A copy of Puget'c: Contractor:; License ( 3) A copy of Puget'u Renton Desinom; Liconue (4) Certificate of lnsuran�o additionally naming tho City of Renton 5 CH2M-I1ill Engineering (5) Public works contract bond Please be advised that the financial information was sent earlier to CH214-Hill Engineering, Also be advised that only Dennis A. Burke owner is authorized to cAn cute the contract and sign change orders. Field orders can be signed by the supertendent Maa hall Williams provided that Dennis A. Burke is informed of such order within 48 hours. At the present time we are preparing the project schedule and purchasing all materials required for the project. We will be sending you the schedule end the required submittal information by September 7, 1984. Howover, we would appreciate the oppor- tunity to begin work immediately such that the storm sewer, road, concrete foundat con, waterline, and other site improvatm3nts can be completed prior to Oct. 15, 1984, (Wet weather begins). ENGINEERING ' CONSTRUCTION MANAGEMENT -z- Me apprecidte the opportunity of working for the city of Renton and look forward to completoing you project in a professional manner. Your/truly, , / Dennis A. Burke, P.E. OF RF a g PUBLIC WORKS DEPARTMENT DE SiGNiU71u Tv ENGINEERING 0 235-2631 # MUNICIPAL BUILDING 300 MILL AVE.SO. RENTON,WALK 91066 P reD SEPIs BARBARA Y. SHINPOCH MAYOR MEMORANDUM Date'- September 18. 1984 To: Larry Warren, City Attorney From: Dick Houghton, P/W Director Re: Well No. 9 Contract Document Please review the attached Well No. 9 document so that the Mayor and City Clerk may execute. It should be noted that the contractor will execute these documents prior to the Mayor's signature. It should also be noted that this is the contractor where there was a question on the construction bond that you previously reviewed. RLD:jft Attachment OF RE• . • ! z PUBLIC WORKS DEPARTMENT _ DESIGN/UTILITY ENGINEERING 0 235 2631 oMUNICIPAL BUILDING 200MILLAVE.SO. RENTON.WASH.99055 P b P rF0 SEvtEMOA BARBARA Y. SHINPOCH MAYOR MEMORANDUM Date; September 20, 1984 To: Maxine E. Motor, City Clerk From: Ron Olsen, Utility Engineer Re: Well No. 9 Pump Station Attached are the referenced documents ready for execution by the Mayor and yourself. The contract has been approved by the City Attorney's office. .jf, Attachments PUOETCONSTRUCTORS R35 E0nt am Avenue,y OpTµ* Wnmrp,�n 9pypi ane l20m1 75e-96I1 September 20, 1984 Mr. Ronald Olson, Utllity Engineer Cltyy of Renton ?ub11c Works Department 260 Mill Avenue South Renton, WA 98055 Dear Mr. Olson; In response to your inquiry, the following are the minority and minority women enterrrises contacted by Puget . Nora @ Azteca rt Orchard Port cc WA 98366 Phone 871-404 Lacey Contractors 6013 Cotton Drive Olympia WA 98503 Phone 01-9131 We will most likely use Lacey Contractors for concrete work on the pump station project. If Very you have anyother questions, please advise. PUGETtCONSTRUCTOAS ax!XC Dennis A. Burke, P.E. DAB/mvb ENGINEERING / CONSTRUCTION / MANAGEMENT OF RF b OFFICE OF THE CITY ATTORNEY• RENTON.WASHINGTON U Z ros.Orn�{pr{x r00 s S.a x'nL[r • Kn+CN.MS...L+pn MOSI 'fs-4>♦ Wg LAWRENCE I WARREN, ... DANIEL KELLOGG, -sss+.n. o••.+ro•r,[. TTTAAA e DAVID M DEAN. sssr.n• o+r a+o.r<. P MARK E BARBER, .ssn•.n+n...no•n[.1JEp SEPIE ZANET7A L FONT ES. cc+..r.o•nt. MARTHA A FRENCH..s&s1 .•c,r.."a , September 20, 1984 TO: RICHARD HOUGHTON, PUBLIC WORKS DIRECTOR FROM: LAWRENCE J. WARREN, CITY ATTORNEY RE: WELL NO. 9 CONTRACT DOCUMENT I have reviewed the Contract Document for Well No. 9. I have the following comments: 1. The contractor did not complete the Participation Certificate for minority business enterprises. The bottom portion of the form is marked through indicating that the information would be supplied at a later time. That information should be supplied before the signing date of the contract. 2. The bid bond is for 5% up to a maximum of $10,000. The contract itself is for $213,887.52, Five percent is more than $10,000. 3. The contract itselt has not been signed. The minor discrepancy between the amount of the bid bond and the 5% required is an immaterial deviation and would give the bidder no undue advantage and therefore can be overlooked. With respect to the Participation certification portion B should be filled out before the contract is signed. I£ you have any other question , nlease feel free to contact me. awrence Jr arren LJW:ds Attach. ENDING F FIL FILE TITLE F SWLY s lAVl1'�U� ��KMI'2�